Opportunity

SAM #36C24926R0054

VA seeks construction services to upgrade cooling towers and chillers at TVHS, VA Medical Center, Nashville, TN.

Buyer

Vanco 9

Posted

May 14, 2026

Identifier

36C24926R0054

NAICS

238210, 238190, 238220, 236220, 238290

The Department of Veterans Affairs is seeking construction services to upgrade cooling towers and chillers at the Tennessee Valley Healthcare System, VA Medical Center in Nashville, TN. - Project Overview: - Upgrade and replacement of cooling towers and chillers (Project 626-24-203) - Includes demolition, removal, and installation of new systems - Scope covers architectural, plumbing, fire protection, controls (Siemens), medical gas, mechanical, electrical, and related work - OEMs and Vendors: - Siemens specified as the Original Equipment Manufacturer (OEM) for building automation controls integration - All equipment must be sourced from nationally recognized US-based manufacturers with local vendor representation - Products and Services Requested: - Construction services for cooling tower and chiller upgrade - Integration of Siemens BAS (Building Automation System) - Removal of selective existing construction and utilities - Unique Requirements: - Strict adherence to VA and OSHA safety regulations - All materials must be sourced from the USA - Set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) - Estimated project magnitude between $5 million and $10 million - Period of Performance: - 548 calendar days from notice to proceed - One-year warranty on materials and work - Place of Performance: - TVHS, VA Medical Center, 1310 24th Avenue South, Nashville, TN - Contracting office: VISN 9 Consolidated Acquisition, Murfreesboro, TN

Description

THIS IS A PRE-SOLICITATION 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# 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 through 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 Center's 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 terms such as furnish, provide, install, or similar regarding all labor, materials, and equipment, it shall mean a complete installation that is ready for use. The contractor shall identify all employees working under the contract. Employees, including subcontractors, suppliers, and delivery personnel entering the medical center, shall bring one photo ID and a second form of state/federally issued ID to obtain a VA Contractor identification badge (REAL ID is required). A Passport or Social Security Card will suffice as the second ID. This badge must always be worn above the belt while on VA property. All badges must be returned at the end of the contract; lost badges will incur 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. Signage and barricades shall be provided as required. Daily safety reports shall be submitted to the COR. On-site workers are screened daily at facility entrances prior to work. The contractor shall visit the job site to familiarize themselves with all details and working conditions, verify all dimensions, and advise the CO and COR of any discrepancies before performing work. The contractor is responsible for coordinating and ensuring the safety of employees and workmen. Smoking is not permitted in any building or vehicle on VA property. This is a smoke-free facility. Violations will result in a Federal Fine. The contractor shall take precautions to protect adjacent equipment, concrete pads, and walkways from spills, drips, and damage. Two parking spaces will be provided for the general contractor. Additional drivers will be issued parking violation tickets. Employees may park in designated areas if available. Paid parking is available nearby. The government is not responsible for additional parking. Drivers should yield to pedestrians. Seat belt use is mandatory on all VA grounds. The work area and stored materials shall be kept free of waste. The contractor shall remove rubbish, tools, scaffolding, and materials not property of the government. Material storage shall be organized and inside a conditioned space. The COR can request cleaning if the site becomes messy. Equipment shall be provided by manufacturers with over 5 years of distribution in the U.S. and local representation. Materials must be sourced from the USA; foreign materials will not be accepted. When removing fixtures/devices, all related appurtenances shall be removed. Utilities shall be removed back to the source or active main/branch. No abandoned utilities or dead-end lines shall be left. Final verification by the COR is required before covering connections. Controls throughout the project shall be of the same manufacturer and type. The building automation system is structured around Siemens, which should be used for this project. Alternatively, existing BAS infrastructure can be utilized for controls. Due to space limitations, only one staging area will be provided, which includes a small conex and a small dumpster. The contractor is responsible for daily removal of unused equipment/materials. The staging area location will be determined by the COR. No materials are to be stored outside; if found, the COR can request replacement. There will be only one final project inspection, scheduled two weeks after submitting a certified inspection report and completed QA inspection. No work should be incomplete at that time. Additional inspections may occur during the project. Burn permits are required daily. Failure to use the form may result in removal from the campus. Safety is paramount; OSHA standards must be met. Weekly safety reviews are conducted. Violations may lead to removal from the campus and further enforcement actions. IMPORTANT NOTICE Offerors must have a current VETS 4212 report on file with the Department of Labor, be registered in SAM, and have verification from the VA Center for Veterans Enterprise (CVE) of their SDVOSB status in accordance with 38 CFR Part 74 and VAAR 819.709. Documentation of veteran status, ownership, and control must be submitted to establish appropriate status. Offerors must be verified and visible on the Veteran Small Business Certification (sba.gov) at the time of bid submission. Failure to do so will render the bid non-responsive. Offerors are encouraged to contact the CVE and submit the required documents for verification if not already verified. Questions should be sent via email to Michael.brown1305@va.gov, including the Project Number, Project Name, and Solicitation Number in the subject line. No questions will be considered until the solicitation is released on or about 06/04/2026.

View original listing