SOURCES SOUGHT
Z -- Replace Auxiliary Chiller
- Notice Date
- 10/8/2025 7:39:19 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24626B0004
- Response Due
- 10/22/2025 12:00:00 PM
- Archive Date
- 01/29/2026
- Point of Contact
- Michael Proctor, Contracting Officer, Phone: EMAIL ONLY
- E-Mail Address
-
Michael.Proctor2@va.gov
(Michael.Proctor2@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited. The VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified vendors to provide all labor, materials, tools, equipment, transportation, supervision, coordination, and services necessary to complete the below scope of work. The proposed NAICS 238220 is applicable to this acquisition; with a size standard of $19.0 million. The anticipated Magnitude of Construction is between $250,000 and $500,000. The anticipated Period of Performance is 6 months from the Notice to Proceed. Scope of Work: Remove and replace the existing 120-ton auxiliary chiller at Building 3. The purpose of this chiller is to provide chilled water redundancy to Building 3. The new auxiliary chiller shall be the same size/capacity as the existing chiller and shall be fully functional. The contractor shall replace and install all required piping, valves, supports, and controls. The new auxiliary chiller shall be integrated with the existing Building Automation System (BAS). Chiller controller shall be BACNET compliant, and all data points should be pulled through the BACNET connection. The contractor shall install minimum (hard wired) data points to include but not limited to (1) Start/Stop, (2) Status, and (3) Alarm (hard wired). All low voltage control wirings must be installed in blue control conduit. All graphics/trends and digital alarming associated with the new chiller must be updated on the Tridium Direct Digital Control (DDC) Supervisor located in Room 2 in Building no. 35. The contractor shall replace two (2) 250 gpm pumps located in an adjacent mechanical room. Contractor may reuse the existing concrete pads. Replace/reroute piping, if required, to install the new pumps. Pumps shall be programmed into the BAS with the same data points as the chiller. Instructions: The CO will consider responses received for this Sources Sought Notice, along with any other market research that is conducted, when determining the appropriate acquisition strategy. Pursuant to 38 U.S.C. 8127(d), CO s must set aside all acquisitions for SDVOSBs or VOSBs whenever there is a reasonable expectation of receiving two or more offers/quotes from eligible, capable and verified firms, and that an award can be made at a fair and reasonable price that offers best value to the Government. However, if responses from qualified firms prove inadequate, an alternate set-aside or full and open competition may be considered. In order to be considered eligible for an SDVOSB or VOSB Set-Aside, interested firms must confirm in their response to this Sources Sought Notice that they will be able to comply with all the following criteria: VA Acquisition Regulation (VAAR) 819.7003 - Eligibility VAAR Clause 852.219-73 SDVOSB Set-Aside or 852.219-74 VOSB Set-Aside VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. All interested parties should respond, in writing via email to Michael.Proctor2@va.gov. No telephone inquiries will be accepted. Your response is required by 3:00 PM EDT on Wednesday, October 22, 2025. In your response, please include the following: Company name Address Point of contact with email and phone number SAM Unique Entry ID number and evidence of current SAM registration (see https://www.sam.gov for more information) Proposed NAICS code (if different from above) Capabilities statement, to include experience with contracts of similar scope and magnitude Information describing your interest Information demonstrating your company has the capacity to complete this project, to include available bonding capacity Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) A brief statement on how you will comply with the Limitations on Subcontracting, if applicable In addition to this information, please include responses to all of the following in your submission: What additional information would you require in order to provide an offer for this project? Is the anticipated Period of Performance sufficient to complete the project? Is the anticipated Magnitude of Construction appropriate for this project?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5f533fd708574cceb41e5def8ac6b22d/view)
- Place of Performance
- Address: Fayetteville Veterans Affairs Medical Center 2300 Ramsey Street, Fayetteville, NC 28301, USA
- Zip Code: 28301
- Country: USA
- Zip Code: 28301
- Record
- SN07615096-F 20251010/251008230042 (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 |