Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)

SOL #: 36C24426B0001Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
244-NETWORK CONTRACT OFFICE 4 (36C244)
PITTSBURGH, PA, 15215, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Heating And Cooling Plants (Z2NB)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 20, 2025
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Feb 17, 2026, 3:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Veterans Affairs (VA), specifically NCO 4, is soliciting proposals for the Correction of FCA Deficiencies in the Chiller Plant at the Coatesville VA Medical Center. This project, identified as Project 542-26-105, involves comprehensive upgrades and repairs to the facility's heating and cooling infrastructure. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers are due electronically by February 17, 2026, at 10:00 AM EST.

Scope of Work

The project requires providing all labor, supplies, transportation, supervision, and equipment to address chiller plant deficiencies. Key tasks include:

  • Supplying and installing a 600,000-grain metered duplex water softening system with bypass.
  • Supplying and installing two rooftop exhaust fans and five motorized damper/louvers.
  • Replacing six cooling tower fan shafts and bearings, and installing 32 framed louvers on cooling towers 1 and 2.
  • Installing three water meters within the chiller plant and new shutoff valves to replace non-operable ones throughout the chilled water system.
  • Repairing/replacing all disturbed or damaged pipe insulation.
  • Ensuring all testing and verification of operation is witnessed and approved by the Contracting Officer's Representative (COR).
  • Submitting a crane lift plan for approval and providing three weeks' advance notice for utility and road shutdowns.
  • Complying with all applicable VA criteria, Building Codes, Fire Protection/Life Safety Codes, and National Electrical/HVAC/Plumbing Codes.
  • Phased shutdowns are required, with a maximum duration of 8 hours, ensuring one chiller remains operational. Chilled water work must be completed before peak cooling season, and a phasing plan must be submitted. No temporary solutions are required during shutdowns.

Contract Details

  • Contract Type: Firm-Fixed-Price, Requirements contract.
  • Estimated Value: Between $250,000 and $500,000.
  • Period of Performance: 120 calendar days after Notice to Proceed.
  • NAICS Code: 236220 (Repair Or Alteration Of Heating And Cooling Plants), with a small business size standard of $45 million.

Submission & Evaluation

  • Offer Deadline: February 17, 2026, at 10:00 AM EST.
  • Submission Method: Bids must be submitted electronically to Contract Specialist Kevin A Rodgers at kevin.rodgers2@va.gov.
  • Bid Opening: A virtual bid opening will be held on February 17, 2026, at 10:00 AM EST via Microsoft Teams. Meeting details are provided in Amendment 0003.
  • Requirements: A Bid Guarantee of 20% of the proposal price is required. Performance and Payment Bonds will be required upon award. All contractor personnel must maintain OSHA 10-hour certification, and the competent person must have OSHA 30-hour certification. Bidders must be certified as SDVOSB per Small Business Administration (VETCERT) and provide proof of liability insurance within ten days of award. VAAR 852.219-75 (d) certification is mandatory.

Key Clarifications & Attachments

Responses to contractor RFIs clarify SSHO/QC roles (QC must be separate from SSHO), confirm no abatement or known hazardous materials, detail equipment placement, and specify water softener requirements (600,000-grain metered duplex system, 3.5-350 GPM). Relevant drawings, including "Chiller plant valve drawings" and "Building 17 Elevations Louvers," provide critical technical specifications and design details.

People

Points of Contact

Kevin A RodgersContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Award Notice
Posted: Mar 11, 2026
View
Version 5Viewing
Solicitation
Posted: Feb 5, 2026
Version 4
Solicitation
Posted: Jan 26, 2026
View
Version 3
Solicitation
Posted: Jan 16, 2026
View
Version 2
Solicitation
Posted: Dec 15, 2025
View
Version 1
Pre-Solicitation
Posted: Nov 20, 2025
View