Closed Solicitation · DEPARTMENT OF VETERANS AFFAIRS

    Z2DA--626-24-203 COOLING TOWER AND CHILLERS

    DEPARTMENT OF VETERANS AFFAIRS
    Sol. 36C24926R0054PresolicitationSet-aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)MURFREESBORO, TN
    Closed
    STATUS
    Closed
    POSTED
    May 14, 2026
    Publication date
    NAICS CODE
    238220
    Primary industry classification
    PSC CODE
    Z2DA
    Product & service classification

    AI Summary

    The Department of Veterans Affairs is seeking proposals for the upgrade of cooling towers and chillers at the Tennessee Valley Healthcare System. This project requires comprehensive construction services, including mechanical, electrical, and plumbing work. The estimated project cost is between $5 million and $10 million, and it is set aside for Service-Disabled Veteran-Owned Small Businesses.

    Contract details

    Solicitation No.
    36C24926R0054
    Notice Type
    Presolicitation
    Set-Aside
    Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
    Posted Date
    May 14, 2026
    Response Deadline
    NAICS Code
    238220AI guide
    PSC / Class Code
    Z2DA
    Primary Contact
    Michael R. Brown
    State
    TN
    ZIP Code
    37129
    AI Product/Service
    service

    Description

    THIS IS A PRE-SOLICIATION NOTICE The Department of Veterans Affairs, Network Contracting Office 9 Central Region, 1639 Medical Center Parkway, Suite 400, Murfreesboro, Tennessee 37129 will be soliciting a Request for Proposals (RFP) In accordance with Federal Acquisition Regulation (FAR 15.101-2 Lowest Price Technically Acceptable on or about 06/04/2026 for construction services for the following project: Project# Project 626-24-203_Cooling Tower and Chillers at the TVHS, VA Medical Center, 1310 24th Avenue South, Nashville, TN 37212. SET-ASIDE: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) PROJECT MAGNITUDE: Between $5,000,000.00 and $10,000,000.00 NAICS: 238220 - Plumbing, Heating, and Air-Conditioning Contractors SMALL BUSINESS SIZE STANDARD: $19 Million PROJECT OVERVIEW: STATEMENT OF WORK GENERAL INFORMATION Title of Project: Project# 626-24-203 Upgrade Cooling Towers and Chillers Scope of Work: The contractor shall furnish all labor, material, equipment, and supervision necessary to accomplish the work for this project, including architectural, plumbing, fire protection, controls, medical gas, mechanical, electrical power and systems, construction, alterations, necessary removal of selective existing construction and certain other items to complete the project; to the satisfaction of the VA and COR. Relating to Project# 626-24-203 Upgrade Cooling Towers and Chillers at the Tennessee Valley Healthcare System, VA Medical Center, 1310 24th Avenue South, Nashville, TN 37212. Statement of Bid Item(s): Base Bid: Complete Project 626-24-203 to Upgrade Cooling Towers and Chillers in strict accordance with the specifications and drawings at the Tennessee Valley Healthcare System, VAMC, 1310 24th Avenue South, Nashville, TN 37212. Deductive Bid Alternate Removing existing cooling tower #1 and associated pad/metal framing. Demolition of existing condenser pipe from fan room 3 to entrance of chiller plant. Demolition of existing condenser pumps in fan room 3 and all associated piping. Period of Performance: 548 calendar days from the issuance of the Notice to Proceed to complete the work. Final payment and close-out will not be issued until the system has been validated to be fully functional. GENERAL REQUIREMENTS All work, including materials, shall have a one-year warranty, or as noted in project specifications. Medical Center normal working hours are Monday thru Friday from 6 a.m. to 2:30 p.m. On-site work time shall be managed to minimize the effect on the medical center and the existing Cardiac Catheterization procedures. Portions of work that require shutdowns, noise, vibration or interruption of adjacent service operations will be performed from 5:00 a.m. to 7:00 a.m. and 5:00 p.m. to midnight. On weekends the work can be performed between 6:00 p.m. Friday to 9:00 p.m. Sunday. The contractor will be required to work nights and weekends to complete the work, in order to maintain the functionality of affected areas and to minimize disruptions to the Medical Centers operations. Before evening and weekend work begins, the project schedule shall be submitted by the contractor and approved by the VA COR one week before the work takes place. The contractor will coordinate all work in advance with VA COR. The contractor superintendent will always be on-site during the performance of the work associated with this contract. When using furnish , provide , install , or similar term is used regarding all labor, materials, and equipment to perform the job it shall mean a complete installation that is ready for use. The contractor shall identify all employees that will be working under the awarded contract. The contractor personnel shall include employees, sub-contractors, suppliers, and delivery personnel entering the medical center. Those employees shall bring one photo ID and the second form of state /federally issued id to obtain a VA Contractor identification badge (REAL ID is required as one source of ID). A Passport or Social Security Card will suffice as the second form of ID. This badge must always be worn above the belt while on medical center property. The contractor s employees shall return all I.D. badges to designated personnel at the end of the period of performance of the contract. Lost badges will result in a surcharge. The contractor's safety manager is responsible for safety inspections of all contract operations and will be identified to the contractor. All VA and OSHA safety regulations shall be observed during the performance of work identified on this contract. Provide signage and barricades, as required, to maintain safety and protection of work around the project work site. Daily safety reports shall be provided to the COR daily. Additionally, on-site workers are screened daily at facility entrances prior to work. The contractor shall visit the job site to thoroughly familiarize themselves with all the details of this work and working conditions. The contractor shall also verify all dimensions in the field and shall advise the CO and COR of any discrepancy before performing any work. The contractor shall be responsible for the coordination and proper relation of his work to the building, structure, phasing, ensuring the safety of employees, and workmen. The contractor shall not allow smoking in any building or vehicle (located on VA property) and shall ensure employees do not smoke on VA property. This is a smoke free facility. Violation of VA directive will result in a Federal Fine. The contractor will take adequate precautions to protect all adjacent equipment, concrete pads, and walkways in the work area from spills, drips, runs, and damage from the use of power tools. The general contractor will be provided with two parking space (additional drivers of the general contractor will be issued a parking violation ticket). Employees can park in designated areas if available. Paid parking is available in adjacent parking garages. The government isn t responsibility for additional parking. Drivers should be particularly concerned with pedestrian traffic and yield to pedestrians. Seat Belt use is mandatory on all VA grounds. The Contractor shall always keep the work area and stored materials / equipment(s) areas free from the accumulation of waste materials. The Contractor shall remove from the work and premises any rubbish, tools, scaffolding, equipment, and materials that are not the property of the Government. This includes the area around the dumpster/Connex. Material stored on-site shall be organized and inside a conditioned storage space. A messy work area is dangerous; the COR has the authority to request that the site be cleaned in lieu of proceeding with work. Equipment (building service equipment and systems) shall be provided by nationally recognized manufacturers that produce and distribute mechanical products across the United States for over 5 years. Manufacturers must have local vender representation. Materials for this project must be sourced from the USA, materials submitted from other countries will not be accepted. When fixture/devices are being removed, remove all appurtenances related or connected to the items being removed or demolished. Utilities shall be removed back to the source or active main/branch. Do not leave any abandoned utilities/lines or dead-end lines. Final verification required by COR before covering up connection. The type of controls throughout project work shall be consistent. Controls must be of the same manufacturer and type. Our building automation system is structured around Siemens, and this should be company utilized for this project. (Alternate version) The type of controls throughout the project work shall be consistent. Contractor must utilize existing BAS infrastructure when tying in all controls. Due to space limitations, the contractor will only be provided with one location for staging (one small conex and one small dumpster). For equipment/material that is no longer needed and/or waste, the contractor is responsible for their proper and daily removal. Staging area location will be determined by the COR. No material is to be stored outside. If material is found to be stored outside the COR can request that the material be replaced with new material. There is only one final project inspection, and it will take place at the end of the project, The contractor shall request a final inspection two weeks after providing a certified inspection report(s) (in writing), and a copy of their completed and corrected QA inspection. At the time of the request there shall be no incomplete work. There are additional inspections required while the work progresses but only one final inspection. Burn permits are required at this facility on a daily basis. Neglecting to use the form may result in the removal of violators from the campus. Safety is no accident; OSHA standards are to be met at this facility. Periodic safety reviews are made of the site multiply times each week. Violations may result in the removal of violators from the campus and repeat violations may result in additional enforcement from FED OSHA IMPORTANT NOTICE: Apparent successful offerors must have a current VETS 4212 report on file with the Department of Labor, registered in SAM, and must apply for and receive verification from the Department of Veterans Affairs Center for Veterans Enterprise (CVE) of their SDVOSB status in accordance with 38 CFR Part 74 and VAAR 819.709 by submission of documentation of veteran status, ownership and control sufficient to establish appropriate status, offerors must be both visible and verified by the Department of Veteran Affairs CVE at the time of submission of bid. Failure to be both verified by Veteran Small Business Certification, (VetCert) and visible on Veteran Small Business Certification (sba.gov) at the time of bid submission will result in the bid being deemed non-responsive. All offerors are urged to contact the CVE and submit the aforementioned requirement documents to obtain CVE verification of their SDVOSB status if they have not already done so. Questions related to this requirement will only be addressed in writing by way of email to the Contracting Specialist at Michael.brown1305@va.gov. The Project Number, Project Name, and Solicitation Number must be included in the subject line of all questions related to this requirement. No questions will be considered until the actual solicitation is released on or about 06/04/2026.

    Key dates

    1. May 14, 2026Posted Date

    AI search tags

    Frequently asked questions

    Z2DA--626-24-203 COOLING TOWER AND CHILLERS is a federal acquisition solicitation issued by DEPARTMENT OF VETERANS AFFAIRS. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.