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

Brooklyn, NY

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
Nov 18, 2025, 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), Network Contracting Office 02, is soliciting bids for the "Upgrade Station Chilled Water P&ID 6 East" project (IFB 36C24226B0010, Project Number 630A4-22-413) at the Brooklyn VA Medical Center in New York. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The project involves upgrading the chilled water system to support the oncology pharmacy and IV prep room. Bids are due electronically by March 26, 2026, at 9:30 AM EST.

Project Overview

This project aims to install a new air-cooled chiller system and modify associated Air-Handling Units (AHUs) to ensure year-round service and compliance with ventilation codes for the oncology pharmacy and IV prep room at the Brooklyn VA Medical Center. The work includes comprehensive mechanical, electrical, and plumbing installations, structural reinforcement, and adherence to strict infection control protocols.

Key Requirements / Deliverables

  • Installation of a new dedicated air-cooled chiller system.
  • Modification of existing AHUs on the 6th and 8th floors.
  • 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.
  • Electrical work, including new lighting, fire alarm systems, and integration with life safety and emergency power.
  • Plumbing work, including a backflow preventer, water make-up supply, and a new floor drain.
  • Strict adherence to infection control procedures, utilizing temporary fire-rated barriers and HEPA-filtered negative air machines.
  • Mandatory use of the VISN 2 Autodesk Build Construction management platform (ACC).
  • Compliance with prevailing wage rates as outlined in the P07 Wage Determination for New York State.
  • Design, installation, and testing of an automatic wet-pipe sprinkler system per NFPA 13 standards.
  • Furnishing, installation, programming, and integration of low-voltage motor controllers and Variable Frequency Drives (VFDs) for HVAC systems, integrated with the existing Building Management System (BMS).

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Period of Performance: 365 Calendar Days from Notice to Proceed.
  • Magnitude of Construction: Between $2,000,000 and $5,000,000.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction), with a size standard of $45 Million.

Submission & Evaluation

  • Bids Due: Electronically via email to Samantha.Chavanga@va.gov by March 26, 2026, at 9:30 AM EST. Bids must be timestamped by this time.
  • Bid Opening: Will take place via Microsoft Teams conference call on March 26, 2026, at 10:00 AM EST. Meeting ID and dial-in details are provided in the solicitation.
  • Bid Bond: Required with submission.
  • Bid Validity: Offers must be valid for 120 calendar days.
  • Evaluation: Award will be made to the responsive, responsible bidder whose bid is most advantageous to the Government, considering price and price-related factors.
  • Non-Responsive Bids: Will result from exceptions to terms, failure to provide a definitive price, or late submission.

Eligibility & Certifications

  • This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.
  • Offerors must be registered in SAM.gov and verified as SDVOSB in the SBA Small Business Search at the time of offer submission.
  • Required certifications include the VAAR 852.219-75 Limitations on Subcontracting Certificate and the FAR 52.225-2 Buy American Act Certificate.
  • Offerors must submit their annual Vets 4212 Report.

Important Notes

  • A pre-bid site visit was held on December 15, 2025. No other site visits will be allowed.
  • All questions were due by December 22, 2025. Clarifications regarding feeder length, coring operations, breaker specifications, fire alarm systems, ACM, anti-rooms, medical gas piping, louvers, and VFD requirements have been provided in an amendment.
  • Bidders must acknowledge all solicitation amendments, noting the clarified numbering: Amendment 0002 (Jan 12, 2026) is now Amendment 1; Amendment 0001_1 (Jan 20, 2026) is now Amendment 2; Amendment 002 (Feb 9, 2026) is now Amendment 3; Amendment 0003 (Mar 2, 2026) is now Amendment 4; Amendment 0004 (Mar 20, 2026) is now Amendment 5.

People

Points of Contact

Samantha ChavangaContract SpecialistPRIMARY

Files

Files

View
Download

Versions

Version 8
Pre-Solicitation
Posted: Mar 20, 2026
View
Version 7
Pre-Solicitation
Posted: Mar 20, 2026
View
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 1Viewing
Pre-Solicitation
Posted: Nov 6, 2025