Z1DZ--Replace Gaskets Building 1 in Chilled Water Pipe System at the Northampton VA Medical Center
Combined Synopsis Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: MA. Response deadline: Feb 26, 2026. Industry: NAICS 238220 • PSC Z1DZ.
Market snapshot
Awarded-market signal for NAICS 238220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 238220
Description
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 2026-04. This solicitation is set-aside 100% for SDVOSBs. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $19.0 million. The FSC/PSC is Z1DZ. CLIN Description Quantity POP 0001 B1 Chiller Pipe to AHU Gasket Replacement in accordance with PWS 1 JOB 60 days after receipt of order. The Central Western MAVA Medical center located at 421 North Main ST in Leeds, MA 01053 is seeking to purchase services to replace all gaskets in the supply/return chilled water mechanical pipe joining system in all of Building 1. Wage Determination 2015-6115 is applicable. STATEMENT OF WORK Performance Work Statement for B1- Chiller Pipe Victaulic Gasket Replacement Project Number: 631-26-005 Location(s): Building 1 1 Overview 1.1 General The Contractor provide professional services to include all labor, transportation, materials, apparatus, tools, equipment and permits necessary to in accordance with this design scope of work. All work must meet VHA, OSHA, EPA, and Mass DEP standards. 1.2 Project Specific Scope of Work - B1- Chiller Pipe Victaulic Gasket Replacement Work consists of replacing all gaskets in the Supply/Return Chilled Water mechanical pipe joining system in all of Building 1; approximately 490 gaskets, see drawings for sizes. Replace damaged insulation in kind approximately 2,000 linear feet. The Period of Performance for this project is 60 calendar days. Weather needs to be forecasted to be 56°F or below consistently throughout the work. 1.3 General Scope Items The following is a list of general scope considerations: 1. Meet with VA Facilities staff, review existing drawings and estimates, and perform field work necessary to determine required materials and equipment. 2. When conflict exist between documents the order of precedence shall be specifications then drawings. Any conflicts shall be identified to the COR and be resolved using the RFI process to allow for proper documentation and correction as necessary. 3. Permitting (external to VA): a. City of Northampton permits, and waivers are the responsibility of the contractor. The contractor must be prepared to attend City of Northampton committee meetings as required. b. All Massachusetts Department of Environmental Protection permits, and waivers are the responsibility of the contractor. This includes, but not limited to all environmental and hazardous material permits. 4. All field work shall be scheduled at least 72 hours in advance with VA Facilities Management. 5. The site shall be left clean of all construction debris and hazardous materials. 6. Coordinate with VA CWM HCS GEMS coordinator Rob Michalik at 413-584-4040 x 2330 for the signing of the waste manifests. 7. Design and installation to meet the most stringent of latest edition of the VA Specifications, Design Guides and Manuals, IBC, NEC, NFPA, and all applicable building codes. 8. Submit product data and shop drawings for all materials prior to installation. Submittals and shop drawings shall be approved by COR. 9. All work shall be performed in accordance with Massachusetts DLS regulations and OSHA codes. 1.4 Site Access and Management Requirements The contractor shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the project. The contractor must have the following additional requirements before working on site: 1. Contractor badge must be obtained and visibly worn by contractor or representative at all times while on campus 2. Negative TB Test, within the past calendar year 3. Clear Face Shield or Safety Glasses in patient care areas 4. Annual influenza shot is required to perform work on campus. These requirements are applicable to all contractor employees and subcontractors working in and around campus building unless stated otherwise by COR. The contractor is ultimately responsible for the behavior of employees and subcontractors. Questions or concerns may be addressed by the COR. 1.5 List of Attachments The following list of documents are attached to this SOW for Contractor use and incorporation into the project documents: 1. B1-Chiller Pipe Victaulic Gasket Replacement Contract Drawings 2. VHA Directive 2011-036- Safety and Heath During Construction 3. 852.219-75 VA Notice of Limitations on Subcontracting 4. Wage Determination No. 2015-6115 2 Proposed Schedule Period of performance for this contract is 60 days from NTP. All on-site work (including cleanup) shall take place during the following times, unless otherwise approved by the COR: 07:00-16:30h Monday through Friday Except the following: Abatement work Off Hours Monday through Friday1700-0600 or Weekends. Noisy work 70Db and above inside the building Off Hours M-F 1700-0600 or Weekends. Excessively Noisy exterior work Off Hours M-F 1700-0600 or Weekends. Work on Federal Holidays requires permission from the COR except Memorial Day and Veterans Day. Weather needs to be forecasted to be 56°F or below consistently for 3x days prior to start of construction and remain below 56°F throughout the remainder of the work. 3 Work Location and Restrictions The work site location is at the Edward P. Boland Campus- VA Central Western Massachusetts Healthcare System. The contract work is limited to Building 1. When the contractor s work interferes with hospital functions, such as when work produces excessive noise, odors, dust, utility service interruptions, or other interferences with normal hospital 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. 3.1 Project Safety Contractor shall comply with the VA Construction Safety Guidebook as well as all OSHA requirements. Exterior work areas shall be fenced in with temporary fence. Interior work areas must maintain ICRA barriers which shall not impede patient thru traffic. A 5 foot wide clear path must be maintained through the Building 1 main corridor. FAR Clause 52.236-13 subparagraph (f) is invoked: 3.2 Penetrations of Fire and Smoke Barriers Prior to any installation of equipment, cables, power connections, conduit, piping or other work that penetrates a smoke or fire barrier, all such work must be approved by the site-specific Facilities Management Service (FMS) via the COR. An above ceiling/penetration permit must be secured from FMS prior to disturbing the integrity of the barrier. The permit must be available for inspection at the project location. After the work is completed, the penetration must be repaired (sealed) according to accepted practice and utilizing materials (including UL/FM-listed through penetration fire stopping materials) that meet the original barrier construction requirements in order to restore the designed specifications for smoke and fire compartmentalization. Upon completion of any penetration repair, a visual inspection for approval must be requested from, and completed by FMS. 3.3 Interim Life Safety Protection Measures Contractor shall participate with the VA in the preparation of an interim life safety measures and fire protection Plan that will be implemented during construction of this project. At a minimum, contractor shall comply with the following requirements of an interim life safety measures and fire protection plan: Ensure exits provide free and unobstructed egress for all building occupants. If required by contractor s operations, establish and mark alternate means of egress for all building occupants. Contractor shall maintain escape facilities from the work area for construction workers at all times. Means of egress in construction areas will be inspected daily. Ensure free and unobstructed access to all areas of the project site for emergency services and for emergency forces. Do not impair means of egress, automatic sprinklers, smoke and heat detection, and fire alarm systems, except for portions immediately under construction, and temporarily for connections. Provide fire watch in accordance with NFPA standards for impairments. Request approval of impairments from the COR in writing a minimum of 72 hours in advance. When required, a fire watch shall be by a qualified person provided by the contractor who shall maintain constant observation of the affected area and have no other duties. The person providing the fire watch shall be trained in fire prevention and in the use of fire extinguishers, occupant hose lines, occupant fire protection system, in sounding the building fire alarm and in notifying the local fire department, and in understanding the particular fire safety situation for the project. Provide written procedures and guidelines for construction personnel and post in the immediate areas of construction detailing what to do and who to call in the event of fire or emergency. Maintain the construction area to minimize the potential for fire or safety hazards resulting from storage of construction material, construction waste and debris during construction operations. All temporary construction shall be built of noncombustible/fire retardant materials and shall be smoke tight. Contractor shall comply with the requirements and ensure efforts to prevent false fire alarms. 3.4 Parking Parking is rigidly controlled throughout the Medical Center. Contractor parking is only allowed in designated areas (subject to change). Parking in designated patient parking areas is strictly prohibited. Parking on grass is also prohibited. Parking for equipment necessary to perform the work will be authorized in advance of starting the project. 3.5 Storage of Equipment and 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. There are no exclusive areas within the campus that can be given to the contractor for their storage needs. Additionally, a contractor trailer is NOT permitted for this project. The Contractor should schedule delivery of materials to limit the amount of storage space and time. The warehouse CANNOT accept or store deliveries. 3.6 Debris Removal The Contractor/Installer shall be required to remove waste materials and debris daily (unless otherwise authorized by COR) from the campus. All waste material and debris shall be removed off the site by the contractor and shall be disposed of in accordance with applicable State and Federal regulations. 3.7 Site Utilities The Contractor/Installer should note this scope of work does not detail all existing structures, utilities, or components that may potentially interfere with the contract work required. The contractor shall note any obstruction, utility, or condition that may hinder or interfere with the execution of this contract and the contractor shall make provisions in their contract price to resolve such interferences and other conditions that may hinder the proper completion of the work. All proposed utility relocations, reallocations, and shutdowns shall be approved by the COR prior to commencing such work. The contractor shall verify all existing utility installations and take appropriate action prior to working around any potential utility installation. In the event a shutdown, restriction, or interruption of any utility services is required, a written request must be submitted (at least 14 calendar days in advance) and approved by the VA COR. All utility shutdowns must be reviewed and approved by the VA. 3.8 Infection Control All work shall be performed in accordance with the Construction Specifications for Infection Control of the Edward P Boland VA Medical Center. For purposes of this project, the work shall be accomplished using the controls indicated in the specifications and on the Infection Control Construction Permit attached. No work will be allowed to proceed until an Infection Control Construction Permit has been completed and signed and all protective measures required by the permit in place. 4 Material and Workmanship Quality All materials and workmanship shall comply with all codes, standards, and requirements of all Authorities Having Jurisdiction (AHJ). All work shall be done in accordance with contract terms and conditions and in a professional manner according to the best trade practices and to the satisfaction of the COR. This includes work performed by subcontractors. **************** End PWS **************** The purchase order/contract period of performance is 60 days. Place of Performance/Place of Delivery Address: Bldg. 1, Edward P. Boland VAMC Central Wester Massachusetts Healthcare System 421 N Main Street Leeds, MA Postal Code: 01053 Country: UNITED STATES The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services 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)).] As prescribed in 852.102(a), insert the following provision: Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). As prescribed in 52.107(a), insert the following provision: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph, identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far. The following contract clauses apply to this acquisition: 52.203-13 Contractor Code of Business Ethics and Conduct (Nov 2021). 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023). 52.204-7 System for Award Management Registration (DEVIATION NOV 2025). 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management-Maintenance (DEVIATION NOV 2025) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (DEVIATION NOV 2025). 52.203-18 Prohibition on Contracting with Entities (JAN 2018). 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services (DEVIATION AUG 2025). 52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (Feb 2024). 52.222-36 Equal Opportunity for Workers with Disabilities. 52.222-41 Service Contract Labor Standards (AUG 2018). 52.222-50 Combating Trafficking in Persons (Oct 2025). 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014). 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2022). 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024). 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct2018). 52.233-3 Protest after Award (DEVIATION NOV 2025). 52.233-4 Applicable Law for Breach of Contract Claim (DEVIATION NOV 2025). 52.242-5 Payments to Small Business Subcontractors (Jan 2017). 52.244-6 Subcontracts for Commercial Products and Commercial Services. (DEVIATION NOV 2025). 52.252-2 Clauses Incorporated by Reference 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020). 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION). 852.223-71 Safety and Health (SEP 2019). 852.232-72 Electronic Submission of Payment Requests (NOV 2018). 852.246-71 Rejected Goods (OCT 2018) SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. 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. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can apply here: https://www.cep.fsc.va.gov/ All quoters shall submit the following: Technical Capability Statement Firm Fixed Price Quote Limitations of Subcontracting completed and signed by the offeror Past Performance Worksheet - completed and signed by the offeror All quotes shall be sent to the Contract Specialist, Juliette Buchanan Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 12. 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. The following are the decision factors: Price (Follow these instructions): Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces. Past Performance: Offeror shall utilize Attachment 2 Past Performance…
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Northampton VA Medical Center is seeking a qualified contractor to replace all gaskets in the chilled water pipe system of Building 1, as outlined in Solicitation 36C24126Q0243. This project is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a specified deliverable of approximately 490 gasket replacements. The work must comply with stringent safety and performance standards and must be completed within a 60-day period post-award.
The buyer aims to procure services for the replacement of damaged gaskets and insulation in the chilled water mechanical piping in Building 1, ensuring compliance with various regulatory and safety standards.
- Conduct initial meeting with VA Facilities staff.
- Review existing drawings and perform site assessments.
- Replace approximately 490 gaskets in the chilled water pipe system.
- Replace damaged insulation (approx. 2,000 linear feet).
- Coordinate with city and state for necessary permits.
- Submit product data and shop drawings for approval.
- Maintain site safety protocols and clean worksite post-project.
- Company qualifications and relevant experience.
- Proposed project timeline.
- Detailed pricing strategy.
- Proof of SDVOSB designation.
- Safety and compliance plan.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Details on the exact dates for the award announcement.
- Specific guidelines on the evaluation criteria for bids.
- Any previous contractor performance data for similar projects.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.