Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID

SOL #: 36C24226B0010Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
242-NETWORK CONTRACT OFFICE 02 (36C242)
ALBANY, NY, 12208, United States

Place of Performance

11209, New York

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Hospitals And Infirmaries (Y1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Nov 6, 2025
2
Last Updated
Mar 20, 2026
3
Response Deadline
Mar 24, 2026, 1:30 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), Network Contracting Office 02, is soliciting bids for the "Upgrade Station Chilled Water for P&ID" project (Project Number 630A4-22-413) at the Brooklyn VA Medical Center, NY. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity involves the installation of a new air-cooled chiller system and associated Air-Handling Unit (AHU) modifications. Bids are due electronically by March 26, 2026, at 9:30 AM EST.

Scope of Work

The project entails the installation of a new dedicated air-cooled chiller system and modifications to existing AHUs on the 6th and 8th floors to serve the oncology pharmacy and IV prep room, ensuring year-round service and compliance with ventilation codes. Key tasks include:

  • Construction of a new mechanical room on the 7th floor, including building envelope modifications.
  • Reinforcement of existing floor structure to support new mechanical equipment.
  • Installation of pumps, a refrigerant detection system, and a purge fan.
  • Comprehensive electrical work, including new lighting, fire alarm systems, and integration with life safety and emergency power.
  • Plumbing work, including backflow preventer, water make-up supply, and floor drain.
  • Design, installation, and testing of an automatic wet-pipe sprinkler system, adhering to NFPA 13 standards.
  • Installation and integration of low-voltage motor controllers and variable frequency drives (VFDs) for HVAC systems, including ABB ACS580-01 series VFDs, with the existing Building Management System (BMS).
  • Strict adherence to infection control procedures, including temporary fire-rated barriers and HEPA-filtered negative air machines.
  • Mandatory use of the VISN 2 Autodesk Build Construction management platform (ACC).

Contract Details

  • Contract Type: Firm-Fixed-Price (IFB).
  • Period of Performance: 365 Calendar Days from Notice to Proceed.
  • Magnitude of Construction: Between $2,000,000 and $5,000,000.

Eligibility & Submission

  • This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.
  • Contractors must be registered in SAM.gov and verified as SDVOSB in the SBA Small Business Search at the time of offer submission.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45 Million size standard.
  • Bid Submission: All bids must be emailed to Samantha Chavanga (samantha.chavanga@va.gov) and timestamped by 9:30 AM (EST) on March 26, 2026. No hand-carried or mailed bids will be accepted.
  • Bid Opening: Will take place via Microsoft Teams conference call on March 26, 2026, at 10:00 AM (EST). Meeting ID and passcode are provided in the solicitation.
  • Required Documents: Bids must include copies of a bid bond, the "Buy American Certificate" (FAR 52.225-2), and the "VA Notice of Limitations on Subcontracting—Certificate" (VAAR 852.219-75).

Evaluation & Compliance

  • Offers must be valid for 120 calendar days.
  • Award will be made to the responsive, responsible bidder whose bid is most advantageous to the Government, considering price and price-related factors.
  • Any exception to the terms and conditions, failure to provide a definitive price, or failure to provide required certifications will result in a non-responsive bid.
  • Bidders must acknowledge all solicitation amendments, noting the updated numbering provided in Amendment 5.
  • Compliance with prevailing wage rates (P07 Wage Determination) and subcontracting limitations (85% for general construction, excluding materials, to non-SDVOSB/VOSB firms) is mandatory.

Additional Notes

A pre-bid site visit was held on December 15, 2025. Responses to RFIs have been provided. Bidders should review the updated Table of Contents, Drawings, and Specifications for comprehensive project details.

People

Points of Contact

Samantha ChavangaContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
Download

Versions

Version 8
Pre-Solicitation
Posted: Mar 20, 2026
View
Version 7Viewing
Pre-Solicitation
Posted: Mar 20, 2026
Version 6
Pre-Solicitation
Posted: Mar 2, 2026
View
Version 5
Pre-Solicitation
Posted: Feb 9, 2026
View
Version 4
Pre-Solicitation
Posted: Jan 20, 2026
View
Version 3
Pre-Solicitation
Posted: Jan 12, 2026
View
Version 2
Solicitation
Posted: Dec 9, 2025
View
Version 1
Pre-Solicitation
Posted: Nov 6, 2025
View