Opportunity

SAM #36C24126Q0426

Compressor Replacement for AHU 21 Chiller at Togus VA Medical Center

Buyer

Department of Veterans Affairs

Posted

April 29, 2026

Respond By

May 08, 2026

Identifier

36C24126Q0426

NAICS

811310, 238220

This procurement seeks a qualified vendor to repair and replace a failed Copeland Scroll compressor in the AHU 21 chiller at the Togus VA Medical Center in Augusta, Maine. - Government Buyer: - Department of Veterans Affairs, Network Contract Office 01 (36C241), VA Connecticut Contracting Office - OEMs and Vendors: - Copeland (manufacturer of the specified compressor) - Products/Services Requested: - Copeland Scroll compressor, Model ZP180KCE-TWD-961, quantity 1 - Direct 1-for-1 replacement to fit existing pipe sizes (liquid line size 1 1/8) - Includes oil change, electrical disconnect/reconnect, controls integration, system flushing, acid testing, and all required testing and reporting - Comprehensive compressor replacement services - Removal of failed compressor - Installation of new compressor - All labor, equipment, materials, permits, inspections, and compliance with VA safety and infection control procedures - Certified installers required - Unique or Notable Requirements: - Installation must be performed by certified personnel - Compliance with all federal, VA, and local regulations, including OSHA certification - Set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) - Work to be performed during normal business hours - Place of Performance: - Togus VA Medical Center, 1 VA Center, Augusta, ME 04330

Description

Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 04/18/2025 Revision: 02 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This solicitation is set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $12.5 Million. The FSC/PSC is Z1DA. The Togus VAMC located at 1 VA Center, is seeking a qualified vendor to Repair the Compressor for AHU 21 Chiller for the Togus VA Medical Center. All interested companies shall provide quotations for the following: Supplies/Services ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Repair Compressor for AHU 21 Chiller IAW SOW 1.00 EA _______________ _______________ STATEMENT OF WORK (SOW) Repair Compressor for AHU 21 Chiller Department of Veterans Affairs White River Junction VAMC General Intent The contractor shall provide services to remove and replace the compressor for existing air handler 21 chiller located at the VA Maine Health Care System (Togus) campus. Statement of Work: After award, but prior to the start of any field work, the contractor shall contact the COR to review proposed methods and plans for completion of work and to review infection control procedures, interim life safety procedures, wall penetration permits and hot work permits. Field work may not commence until these plans have been approved as detailed below. This Scope of work includes all general managing for the below items: The compressor at AHU 21 chiller located on the 4th floor south mechanical roof of building B200E has failed and must be replaced. The failed compressor is in tandem with Rotar lock fittings with another compressor to remain as existing. Replacing failed compressor will include changing oil. Make and model of compressor to be replaced is a Copeland Scroll compressor, Model ZP180KCE-TWD-961, serial number 16H997031. Liquid line size is 1 1/8. New compressor must be a 1-for-1 swap to fit existing pipe sizes. Pipe replacement and resizing is not included in this scope of work. Contractor is responsible for ensuring full system functionality after installation. Contractor is responsible for all electrical disconnect/reconnect and any controls integration required for the compressor replacement. System flushing, acid testing, or specific oil requirements may be expected. The VA has no existing drawings of this system. Procurement and disposal of all materials is included in this contract. All required testing and reporting are to be completed as part of this contract. The contractor shall initiate a detailed inspection of the project site to determine the needs and conditions for the completion of this project. Copies of all existing plans and record drawings will be provided prior to the start of work. SOW Attachment - Togus Campus Map will give all bidding contractors a basic understanding of the project location within the VA Maine Healthcare campus. The Contractor shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of this contract. Services to include submission of RFIs, Submittals, attend meetings/conferences and provide all required field inspections. Installation of all materials shall be done by certified installers only; certification must be from all regulatory agencies as well as the manufacturer. All work under this contract is to be completed following all federal regulations and VA requirements for service projects. This includes site superintendent 30HR OSHA certifications, 10HR certification for all sub-contractors, and adherence to all local and federal building codes. Warranties All work and equipment supplied shall be warranted for a minimum period of one year from VA acceptance, or the manufacturer’s standard term, whichever is greater. Proposed Schedule The work is to be done during normal business hours of 7:00 am – 4:00 pm, Monday through Friday. Requests to work outside of these hours must be approved at least two weeks in advance by the VA. The period of performance for this work to be completed is 90 days from the issuance of the Notice to Proceed by the contracting officer. Work Location and Restrictions The work site location is at the Togus VA Medical Center at 1 VA Center, Augusta, ME 04330. All work shall be done between 7 am and 4:00 pm, Monday through Friday, holidays excepted, unless other times are arranged in advance and approved in writing by the COR. When the contractor’s work interferes with facility functions, such as producing excessive noise, odors, dust, utility service interruptions, or other interferences with normal operations that cannot be contained within the area of work, the contractor shall schedule said work at other than normal hours and as directed by the COR. Parking Contractor parking is available at the Togus site; parking needs should be coordinated with the project COR. Parking for equipment necessary to perform the work will be authorized in advance of starting the project. Storage of Equipment & Materials The contractor shall arrange with the COR for allocation of required workspace and for the storage of equipment and material to be used for this project. Storage space is very limited. Additionally, no space will be made available for the placement of a contractor trailer for this project. The Contractor should schedule delivery of materials to limit the amount of storage space and time. Debris Removal The Contractor may be required to remove waste materials and debris daily from the campus, depending on the amount and location of debris. All waste material and debris shall be removed off the site by the contractor and shall be disposed of in accordance with applicable VA, State, and Federal regulations. Project Safety Contractor shall comply with the VA safety specifications. Contractor is required to adhere to VA ICRA and PCRA requirements established for this project. Material & Workmanship Quality All materials and workmanship shall comply with all codes, standards, and recommendations of all Authorities Having Jurisdiction (AHJ). All work shall be done in a first-class manner according to the best trade practices and to the satisfaction of the Project Manager. Badging & Security All contractors are required to obtain a VA issued badge prior to starting any work on station. Badging form (SOW Attachment - PIV Badge Template) and directions for procuring one will be provided by the COR at the project kick-off meeting. The A&A requirements do not apply, and a Security Accreditation Package is not required. The contracted company shall follow all government rules and regulations regarding information security to prevent disclosure of sensitive information to unauthorized individuals or organizations, and shall adhere to all VA Privacy and Security, the Privacy Act, and HIPAA requirements when obtaining and reviewing information. Place of Performance/Place of Delivery 1 VA Center, Augusta, ME 04330 Country: UNITED STATES The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. Interested parties with no prior VA contracts can apply here: https://www.cep.fsc.va.gov/ The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. Solicitation Provisions and Clauses FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services [Attention CO: www.sam.gov registration is required to be complete at time of submission of response.] Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-2, Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1) Insert the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, in solicitations for commercial products or commercial services (see 12.602); or (2) Include a similar provision containing all evaluation factors required by 13.106, subpart 14.2 or subpart 15.3, as an addendum (see 12.302(d)).] Contract Clauses FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) 852.219-73 - VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses. 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction 852.204-70 Personal Identity Verification of Contractor Personnel Additional Clauses 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (Jan 2025) (31 U.S.C. 6101 note) 52.219-28, 52.219-33, Nonmanufacturer Rule (SEP 2021) 52.222-3, Convict Labor (JUN 2003) 52.222-26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.222-41, Service Contract Labor Standards (AUG 2018) Quote Submission Requirements A Firm Fixed Price Quote shall be received on or before the date and time specified in Section (xv) of this solicitation. A completely filled and signed Limitation of Subcontracting in accordance with VAAR 852.219-75. A proposal outlining technical capabilities in accordance with the Statement of Work. Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date, and solicitation number in the header and/or footer. Questions Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is Friday, 01 May 2026 at 5:00 PM EST. Questions received after this date and time will not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. All quotes shall be sent to Kenya.Mitchell1@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of the FAR. Comparative evaluation is the side-by-side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Additional Submission Instructions To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than Friday, 8 May 2026 by 5:00 PM EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Contact Point Kenya.Mitchell1@va.gov Decision Factors ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Past Performance Price Certification Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government’s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter’s likelihood of success in fulfilling the solicitation’s requirements as indicated by the quoter’s record of past performance. The past performance evaluation may be based on the contracting officer’s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Price: The Government will evaluate the price by adding the total of all line-item prices. Certification: Certification will be evaluated on an acceptable/unacceptable basis to ensure compliance with applicable industry standards and manufacturer qualifications necessary for providing Fire Damper Inventory and Testing services. Award will be made to the responsible vendor whose quotation is determined to be technically acceptable and offers the lowest evaluated price to the Government.

View original listing