N041--CON-NRM-663A4-23-201 Replace 40 Ton Condenser BLDG 200
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), Network Contract Office 20, is soliciting proposals for a Firm-Fixed-Price Construction Contract to replace a 40-ton condenser at Building 200 of the Puget Sound HCS American Lake VA Medical Center in Lakewood, WA. This project, valued between $2,000,000 and $5,000,000, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due April 8, 2026, at 12:00 PM PDT.
Scope of Work
The project, identified as Project 663A4-23-201, involves the comprehensive demolition, removal, and new construction for the replacement of a rooftop-mounted 40-ton refrigerant condenser. This includes associated apparatus and infrastructure such as condensate piping, refrigerant line-sets, refrigerant evaporators, and the exterior walk-in freezer. The contractor must provide all labor, materials, and equipment, ensuring new materials are installed per manufacturer's instructions. Disposal of construction debris and hazardous waste must comply with VA policies and environmental regulations. The period of performance is approximately 249 calendar days from the Notice to Proceed.
Contract Details
- Contract Type: Firm-Fixed-Price Construction Contract
- Solicitation Number: 36C26026R0035
- NAICS Code: 238220 (Plumbing, Heating, and Air Conditioning Contractors), Size Standard: $19 Million
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Place of Performance: Building 200, American Lake Campus, 9600 Veterans Drive Southwest, Lakewood, WA 98439
- Warranty: One-year parts and labor from acceptance date.
- Bonds/Insurance: Bid guarantee, Performance and Payment Bonds, and insurance coverage documentation are required within ten (10) calendar days of Notice of Award.
- Subcontracting Limitations: Construction contractors must not pay more than 85% of the amount paid by the government to firms that are not certified SDVOSBs or VOSBs. A mandatory certification of compliance is required.
Submission & Evaluation
Proposals will be evaluated using a best-value tradeoff source selection process in accordance with FAR Parts 15, 19, and 36. Evaluation factors include:
- Key Personnel and Capacity (modified by amendment to remove elevator-specific requirements)
- Technical Approach (modified by amendment)
- Past Performance (evaluated via a Past Performance Questionnaire)
- Price (must use updated Attachment 9 - Division Cost Breakout Version 2) Factors 1 and 2 are more important than Factor 3, and Factors 1-3 combined are significantly more important than Factor 4 (Price). All offerors must acknowledge amendments.
Key Requirements & Compliance
Bidders must adhere to specific requirements including:
- Providing product data with their proposal.
- Compliance with VHA Pre-Construction Risk Assessment (PCRA) and Infection Control Risk Assessment (ICRA) protocols.
- Adherence to "Contractor Rules of Behavior" for access to VA systems.
- Utilizing prevailing wage rates for Pierce County, Washington.
- Strict coordination with the Contracting Officer's Representative (COR) for all project aspects, including work hours (normal 7:00 AM to 4:00 PM Monday-Friday, with restrictions for public/noisy activities).
- Asbestos hazard identified in the crawl space requires specific safety measures.
Important Dates
- Proposals Due: April 8, 2026, at 12:00 PM PDT
- Published Date: March 25, 2026