SOLICITATION NOTICE
Z -- Replace Building 12 Heat Exchangers VAMC Reno Project 654-25-030
- Notice Date
- 8/18/2025 7:44:30 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26125R0085
- Response Due
- 9/16/2025 2:00:00 PM
- Archive Date
- 12/24/2025
- Point of Contact
- Christopher Whipple, Contract Specialist, Phone: 702-791-9000 x13957
- E-Mail Address
-
christopher.whipple@va.gov
(christopher.whipple@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- OPPORTUNITIY DESCRIPTION Construction Service for Project No. 654-25-030, Replace Heat Exchangers at VA Medical Center (VAMC) Reno, NV. This is a pre-solicitation announcement only. Solicitation documents will be available on or around September 2, 2025. The solicitation will contain all necessary proposal instructions. This requirement is a total set-aside for Service Disabled Veteran Owned Business (SDVOSB) and is solicited for all eligible VA Sierra Pacific Network (VISN) 21 Multiple Award Construction Contract (MACC) Group 2 Holders. The applicable North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $45M. In Accordance With (IAW) Federal Acquisition Regulation (FAR) 36.204(d) Disclosure of the magnitude of construction projects is anticipated between $250,000.00 and $500,000.00. Questions regarding this pre-solicitation must be sent in writing to christopher.whipple@va.gov The Reno VA Medical Center requires the services of a qualified General Contractor to construct Project 654-25-030. Replace Heat Exchangers Bldg. 12. The general work for the project includes: The contractor shall provide professional services to purchase and install two (2) new heat exchangers, a thermostatic mixing valve, and two (2) recirculating pumps along with all associated connections to the existing control system. The Contractor shall furnish all services, materials, testing, equipment, and supervision as required in connection with this Statement of Work, Drawings and Specifications. All work will conform to the facility requirements as outlined in the drawings, specifications; and all federal, state, and local requirements. The C&A requirements do not apply; no Security Accreditation Package is required. The general scope of work will include the following items: The Contractor shall perform all work as shown in the construction proposal documents, including but not limited to purchase, installation, balancing, testing, and commissioning of the new heat exchangers and thermostatic mixing valve. The contractor shall hire an engineer to review the piping plan and make final determinations to ensure proper flow. The contractor shall present a phase plan that reduces downtime of the hot water systems in Building 12. The phasing plan must be approved by the VA Contracting Officers Representative (COR) and project stakeholders prior to the start of construction. The contractor shall purchase two (2) Spirax Sarco Easi Heat Plate and Frame Heat Exchanger Skids (brand name or equal), the Spirax Sarco Mialo Water Blending System (brand name or equal), two (2) recirculating pumps, and all associated materials to perform full installation. The systems shall be sized properly per recommendations in the associated documentation provided. The systems should be set up in such a way they can be easily isolated for repairability purposes. The contractor shall ensure that the heat exchangers and mixing valves are connected to the Johnson Controls Metasys Ensemble Building Automation System (BAS) and are properly controlled and communicates with the BAS. The controller is located within the mechanical space. The preferred communication system would include BACnet compatibility and not MODBUS. The contractor shall provide new controls and graphics packages for new system. Please use the points list provided on PI-100. In addition to the points list, please provide steam pressure sensor on main steam supply prior to the steam control valve. The contractor shall provide new electrical connections for each component as required for each new device in the system. The contractor shall perform the system transfer to the newly installed heat exchangers and associated components. This step will require a hot water outage and a plan to reduce the downtime of the Building 12 hot water system as much as possible. The contractor shall hire a third-party commissioner to test and verify that the new system is running as intended. The contractor shall set up a training session at a convenient time for VA Operations and Maintenance team. Old system is to remain in place until the VA COR authorizes its removal. After authorization and system transfer, the old hot water system shall be taken apart and disposed of properly including all hardware, electrical conduit, and controls devices that were used on the previous system. The contractor shall ensure previous electrical and controls systems that are being deactivated and removed back to connection point. Schedule. It is the intent of the Reno VA that the work is to be completed within 180 days from the issuance of the Notice to Proceed (NTP). Scheduling will be coordinated to make the ensure hot water system downtime is minimized as much as possible. Work will be conducted during normal business hours (7:30 am 4:00 pm, Monday - Friday) except for work that will cause disruption to hospital operations like perhaps the switch over to the new heat exchanger system. Hot water outages shall be coordinated with the facility and may require a full building water outage. Proposal. The Contractor shall thoroughly review the scope, all attachments, and specifications prior to submitting their proposal. The proposal shall be prepared to reflect all work required to provide a complete system. The contractor s proposal will list the breakdown of all materials and labor and time required to complete the work. Onsite job walk prior to proposal is highly recommended. (END OF OPPORTUNITY DESCRIPTION)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1ab9c785ceac4ac9ab597330909bf562/view)
- Place of Performance
- Address: Department of Veteran Affairs VA Sierra Pacific Network (VISN) 21 VA Sierra Nevada Healthcare System (VASNHS) 975 Kirman Ave, Reno 89502
- Zip Code: 89502
- Zip Code: 89502
- Record
- SN07555057-F 20250820/250818230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |