Opportunity
SAM #36C77626Q0151
Chiller Plant Upgrade Construction at Northport VA Medical Center
VA Patient Care Services
March 24, 2026
April 01, 2026
36C77626Q0151
236220
The Department of Veterans Affairs is seeking qualified contractors for a major chiller plant upgrade at the Northport VA Medical Center. - Government Buyer: - Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) - Contracting office located at 6100 Oak Tree Blvd., Suite 490, Independence, OH 44131 - Project Scope: - General construction and alterations to the existing chiller plant - Removal of existing components and installation of new systems - Construction and maintenance of a temporary chiller plant to support medical operations during the upgrade - Project to be completed in two phases, with Phase 1 fully operational before Phase 2 begins - Procurement Details: - Competitive, firm-fixed-price design-bid-build contract - Estimated contract value between $20,000,000 and $50,000,000 - Duration of approximately 730 calendar days from Notice to Proceed - Requirements: - Contractors must provide all labor, materials, and equipment as specified in contract documents - Submission of capability statements detailing relevant experience and bonding capacity - Phased construction to ensure uninterrupted facility operations - OEMs and Vendors: - No specific OEMs or vendors are mentioned in the solicitation - Unique/Notable Requirements: - Maintenance of temporary chiller plant operations throughout construction - Phased approach to minimize disruption to medical center services
Description
SYNOPSIS:
INTRODUCTION:
In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2), this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA).
The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the Upgrade Chiller Plant Construction project at the Northport VA Medical Center (VAMC) located at 79 Middleville Road, Northport, NY 11768.
PROJECT DESCRIPTION:
Work includes general construction and alterations, of the existing chiller plant and includes the necessary removal of existing building components, systems, construction and installation of
certain other items. The project will be constructed in two phases. Phase 1 work shall be completed and fully operational, supporting the medical facility, before a notice to proceed with phase 2 work will be issued. The project includes the installation and maintenance of a
temporary chiller plant to support the Medical Facility during construction. All temporary installations shall remain in service until the end of the project s startup of the new chiller plant and final acceptance.
PROCUREMENT INFORMATION:
The proposed project will be a competitive firm-fixed-price contract utilizing the design-bid-build approach (Final Specifications and Drawings will be provided). The anticipated solicitation will be issued as either a Request for Proposal (RFP) in accordance with FAR Part 15, considering Technical and Price Factors or as an Invitation for Bid (IFB) in accordance with FAR Part 14. The results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. This project is planned for advertising in early June 2026. In accordance with VAAR 836.204, the magnitude of construction is between $20,000,000.00 and $50,000,000.00. The applicable North American Industry Classification System (NAICS) code is 236220 with a size standard of $45 million. The duration of the project is currently estimated at 730 calendar days from the issuance of a Notice to Proceed. The services for this project will include providing all construction related services such as: providing labor, materials and equipment required to complete the project as per contract documents prepared by an independent Architect-Engineer firm.
The results and analysis of the market research will determine whether to limit competition among the small business categories, proceed with full and open competition as other than small business, or use a tiered set-aside evaluation. The type of socioeconomic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. All socioeconomic categories are encouraged to respond to this announcement.
CAPABILITY STATEMENT:
Respondents shall provide a general capabilities statement to include the following information:
Section 1: Provide company name, Unique Entity Identifier number associate with SAM.gov, company address, Point-of-Contact name, phone number and email.
Section 2: Provide company business size based on NAICS code 236220. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.).
Section 3: Provide a Statement of Interest in the project.
Section 4: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission.
Section 5: Provide the type of work your company has performed in the past in support of the same or similar requirement. This section is IMPORTANT as it will help to determine the type of socio-economic set-aside, if any. Please provide the following in your response:
No more than three (3) contracts that your company has performed within the last seven (7) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates.
Provide specific examples that relate aspects of previous projects to the proposed project. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work.
Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided.
It is requested that interested contractors submit a response (electronic submission) of no more than eight (8) single sided pages, single-spaced, 12-point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below by April 1, 2026 at 1:00 PM ET. No phone calls will be accepted.
The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business.
At this time no solicitation exists; therefore, please DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in Contract Opportunities at https://Sam.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.
Contracting Office Address:
VHA Program Contracting Activity Central (VHA-PCAC)
6100 Oak Tree Blvd., Suite 490
Independence, OH 44131
Primary Point of Contact: Thomas Council Contract Specialist thomas.council@va.gov Additional Links:Department of Veterans Affairs Homepage