Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2025 SAM #8760
SOLICITATION NOTICE

Z -- Improve Central Utility Plant VAMC Las Vegas, NV Project 593-22-350

Notice Date
11/18/2025 4:15:56 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26126R0004
 
Response Due
12/3/2025 10:00:00 AM
 
Archive Date
03/12/2026
 
Point of Contact
Christopher Whipple, Contract Specialist, Phone: 702-791-9000 x13597
 
E-Mail Address
christopher.whipple@va.gov
(christopher.whipple@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
OPPORTUNITIES DESCRIPTION Construction Service for Project No. 593-22-350, Improve Central Utility Plant at VA Medical Center Las Vegas, NV. This is a pre-solicitation announcement only. Solicitation documents will be available on or around January 7, 2026. The solicitation will contain all necessary proposal instructions. This requirement is a total set-aside for a Service Disabled Veteran Owned Business (SDVOSB). The applicable North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $45M. In Accordance With (IAW) VA Acquisition Regulation (VAAR) 836.204(g) Disclosure of the magnitude of construction projects is anticipated between $5,000,000.00 and $10,000,000.00. Questions regarding this pre-solicitation must be sent in writing to christopher.whipple@va.gov Project Purpose: The purpose of this project is to perform the following: Equipment Replacement, Modification, and Integration: The GC shall make themselves intimately familiar with full scope as defined in this scope of work, construction drawings, and specifications. This work includes but is not limited to: Replacement of the heat recovery system in the boiler room. Replace the existing water softener copper piping with new stainless steel piping and add polisher for a redundant system. Reconfigure the non-return valve at the top of boiler #3 into a horizontal configuration. Replace the existing corroded condensate return/surge tank with a new stainless steel tank. Extend/connect catwalk above boiler room for access to air handlers. Replace windows with operable louvers in Boiler room above overhead door (interlock to close with fire alarm activation). Automate back-up pumps located in Building 5 basement Controls in Building 2 boiler room and connect to existing BMS/JCI system for controlling and status display. Automate fuel oil system located in Building 3 and locate controls in Building 2 boiler room. Integrate fuel tank system to Hayz Cleveland controls in Building 2 boiler room (9 tanks total only 4 tanks are currently showing on the system). Separate 2 of the 5 condenser pumps onto their own dedicated power source bank (MCC). Replace 5 existing condenser pumps with high efficiency double impeller or raise the cooling towers and extend screen wall around cooling tower yard. The A/E shall determine the best solution. Install secondary water supply to cooling towers from 10 waterline at east side of CUP. Upgrade facility-wide Lutron lighting controls as needed for single point monitoring in CUP control room. Add ladders/stairs and extend catwalks in chiller room for improved access to serviceable equipment. Replace (5) failing existing cooling tower Variable Frequency Drives (VFD) with new like-for-like. Replace (5) failing existing chilled water pump VFDs with new like-for-like Replace (5) existing chilled water pumps with new high efficiency domestically sourced pumps with readily available domestic parts to match the new condenser pumps. Replace (3) failing existing industrial Water pump VFDs with new like-for-like Replace (3) existing industrial water pumps with new like-for-like. Offerors are strongly urged to attend the site visit prior to submitting their proposals to evaluate the extent of the project requirements. The period of performance for this project is 360 calendar days from when the notice to proceed (NTP) is issued. The work will be accomplished at VAMC Las Vegas, located at 6900 North Pecos Road, North Las Vegas, NV 89086. (END OF OPPORTUNITIES DESCRIPTION)
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d220b4c5bd46445aab60c40b5160273f/view)
 
Place of Performance
Address: Department of Veteran Affairs VA Sierra Pacific Network (VISN) 21 VA Southern Nevada Healthcare System 6900 N. Pecos Rd., N. Las Vegas, NV 89086, USA
Zip Code: 89086
Country: USA
 
Record
SN07644896-F 20251120/251118230038 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.