5. PROJECT NUMBER (if applicable)
CODE
7. ADMINISTERED BY
2. AMENDMENT/MODIFICATION NUMBER
CODE
6. ISSUED BY
8. NAME AND ADDRESS OF CONTRACTOR
4. REQUISITION/PURCHASE REQ. NUMBER
3. EFFECTIVE DATE
9A. AMENDMENT OF SOLICITATION NUMBER
9B. DATED
PAGE OF PAGES
10A. MODIFICATION OF CONTRACT/ORDER NUMBER
10B. DATED
BPA NO.
1. CONTRACT ID CODE
FACILITY CODE
CODE
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers
E. IMPORTANT:
is extended,
(a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the
offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR
ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY
is not extended.
12. ACCOUNTING AND APPROPRIATION DATA
(REV. 11/2016)
is required to sign this document and return ___________ copies to the issuing office.
is not,
A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.
15C. DATE SIGNED
B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES
SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter
or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to
the opening hour and date specified.
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D. OTHER
Contractor
16C. DATE SIGNED
14. DESCRIPTION OF AMENDMENT/MODIFICATION
16B. UNITED STATES OF AMERICA
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER
16A. NAME AND TITLE OF CONTRACTING OFFICER
15B. CONTRACTOR/OFFEROR
STANDARD FORM 30
PREVIOUS EDITION NOT USABLE
Prescribed by GSA - FAR (48 CFR) 53.243
(Type or print)
(Type or print)
(Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
(Number, street, county, State and ZIP Code)
(If other than Item 6)
(Specify type of modification and authority)
(such as changes in paying office, appropriation date, etc.)
(If required)
(SEE ITEM 11)
(SEE ITEM 13)
(X)
CHECK
ONE
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
(Signature of person authorized to sign)
(Signature of Contracting Officer)
2
5
0002
04-22-2026
557-26-3-5151-0124
None
508A
DEPARTMENT OF VETERANS AFFAIRS
VETERANS HEALTH ADMINISTRATION
Network Contracting Office (NCO) 7
2957 CLAIRMONT ROAD NE, Suite 1200
Atlanta GA 30329
508A
DEPARTMENT OF VETERANS AFFAIRS
VETERANS HEALTH ADMINISTRATION
Network Contracting Office (NCO) 7
2957 CLAIRMONT ROAD NE, Suite 1200
Atlanta GA 30329
To all Offerors/Bidders
36C24726Q0456
X
X
X
1
** HOUR & DATE for Receipt of Offers is EXTENDED to: 04-27-2026 12PM EDT
x
1
The purpose of this amendment:
See Continuation Page for full description of amendment.
The purpose of this amendment is to clarify the Government s requirement, including chiller capacity and the nature of
the requirement as a service.
The Statement of Work (SOW) has been revised in its entirety and is hereby replaced with the attached updated SOW.
The solicitation closing date is extended to 04-27-2026 12PM EST.
All other terms and conditions remain unchanged.
Jessica Cummings
Contracting Officer
Page 3 of 5
Continuation Page SF30 Amendment No. 0002
Solicitation No. 36C24726Q0456 Portable Chiller Rental 550 Tons Â
1. REVISED STATEMENT OF WORK (SOW)
The Statement of Work (SOW) has been revised and is hereby replaced in its entirety.
The revised SOW clarifies the requirement for a 550-ton portable chiller and reflects that the primary purpose of this requirement is to obtain continuous temporary cooling services.
The revised SOW is attached to this amendment and supersedes all previous versions.
2. CHILLER CAPACITY REQUIREMENT
The Government requires a portable chiller system with a minimum capacity of 550 tons.
Proposals that do not meet the 550-ton requirement will be considered noncompliant and may be evaluated as technically unacceptable.
3. NATURE OF REQUIREMENT
This requirement is for the rental, delivery, installation, start-up, maintenance support, and removal of a portable chiller system to provide continuous temporary cooling at the facility.
The primary purpose of this requirement is to obtain continuous temporary cooling services. The portable chiller equipment is incidental to the performance of that service.
Offerors shall propose solutions that meet the required performance outcomes as described in the revised Statement of Work.
4. LIMITATIONS ON SUBCONTRACTING
In accordance with VAAR 852.219-75, the cost of materials and equipment is excluded from the limitations on subcontracting calculation.
5. CLOSING DATE Â
The solicitation closing date is hereby extended to: Â
4/27/2026 12PM EST
2
Page 1 of
5
Page 5 of 5
1
Page 4 of 5
Portable Chiller Rental
Statement of Work
1826 Veterans Blvd
Dublin, GA 31021
Scope
The vendor will provide all supervision, labor, equipment, and materials needed to complete work for this service contract per the provided attachments, specifications, and this SOW. Work will consist of providing a 550-ton air-cooled portable chiller to supplement the chilled water supply at the Carl Vinson VA Medical Center (CVVAMC) and all preventative maintenance and service calls to maintain operations of the chiller. All work must be in accordance with applicable local, state, and federal codes, rules, and regulations. Impact shall be minimized and mitigated in a way that limits disruption to the functioning of the Medical Center. Scheduling and coordination with the CVVAMC will be critical and must be coordinated and approved by Contracting Officer s Representative (COR).
The work shall include:
The Vendor shall provide one (1) 550-ton electric powered air-cooled chiller. The chiller must have its own breakers and main disconnect. The facility will not provide breaker protection for the chiller. The facility will not provide fuel for the portable chiller, only an electrical connection will be provided. The electrical connection will be from a 480V, 3-phase, transformer with approximately 1200-amp capacity. The facility will provide final termination into the power source.
The Vendor will provide this equipment for as long as the facility requires but no longer than the length of the contract.
The Vendor will provide comprehensive services consisting of emergency calls, services calls, maintenance, etc. to keep the portable chiller running.
Vendor must provide drop off and pick up of the portable chiller and drop off the chiller in a location deemed acceptable by the facility.
The Vendor will provide necessary hoses, couplers, adaptors, cabling, and other accessories needed to bring the portable chillers into service.
The Vendor will include enough hosing and couplers for a run of 200 feet to the facility water connection point, and at least enough cabling for a run of 75 feet for power connection. Vendor will assemble and bring power cables within arm s reach of the transformer but will NOT make the connection to the transformer. The VA will make the required electrical connection to the transformer.
Vendor will need to provide a 10 flanged reducer and enough bolts to connect to the facility s chilled water lines. This is per connection point needed. The facility connection points are 10 BFVs. The Vendor must provide their own reducers to connect to facility lines.
Vendor will connect water lines to facility system, bleed lines free of air, and ensure that all debris are flushed from the water lines and do not damage facility chilled water system. Vendor will perform initial startup and ensure that all systems are running as normal.
The vendor shall have no more than 72 hours to bring the equipment to the CVVAMC and have it up and operating upon request by the COR unless otherwise directed.
If the portable chiller has issues and goes down, the vendor must have personnel onsite within 24 hours to assess the equipment and try to resolve the situation as urgently as possible because the medical facility requires the environment to be always controlled within certain acceptable ranges day and night. If issues are unable to be resolved within 72 hours, a replacement chiller must be brought on site within 120 hours of the initial call from the facility.
General Requirements
Employees of the vendor and sub-contractors shall always conduct themselves in a professional manner while on medical center property. The vendor shall ensure all personnel working on this contract are aware of Medical Center rules pertaining to employee behavior and conduct.
Physical or verbal misconduct may be grounds for removing employees from Medical Center property, or grounds for arrest by the VA Police. Employees may be banned from Medical Center property as a result of inappropriate or illegal behavior. The vendor shall not be entitled to any compensation from the Government for any costs resulting from employee misconduct (including, but not limited to, delays in contract completion) and may be held liable for costs incurred by the Government as a result of employee misconduct.
Tobacco Use is 100% prohibited on all VA property.
The VA will not be responsible for storage of equipment, materials, or tools.
It is the vendor s responsibility to properly assess the working conditions and include in the bid any specialty equipment, training, additional time, personnel, or safety equipment to perform the work safely and in compliance with all applicable local, State, and Federal regulations.
If any damage is made to the property, building, or chiller, by the vendor, the vendor is fully responsible for bearing the costs of repair and interim costs for maintaining medical center operations. If the vendor causes damage or introduces debris into the facility s water lines, the vendor will be responsible for the cost of repair.
Hours of Work
This requirement is excluded from normal working hours due to the urgency of the matter.
Normal working hours are 0700 1600 Monday to Friday, except for federal holidays. Preparation can be done during these hours. To reduce patient impact, all work that requires a utility outage will need to take place during afterhours (1700 0500) or during weekends. All work started shall be completed and the work area(s) ready for full operations no later than 0500 the following day, unless otherwise coordinated with the COR. All schedules and work hours shall be requested, coordinated, and approved through the COR.
Security
No badging is required for this requirement due to lack of need for vendor to be working onsite without VA supervision.
Safety
Whenever executing work within the proximity of live electrical equipment (including testing, voltage/current measurements, infrared scans, ultrasonic scans, and/or verifying a de-energized condition prior to performing work), the vendor shall provide and wear full and proper Personal Protective Equipment per the requirements of VHA Directive 1028, NFPA 70E. The vendor must also provide all lockout/tagout equipment required to secure electrical safe work conditions.
References
Contractors shall have ready access to the latest versions of the following references:
VHA HVAC Design Manual
AHRI 550/590
NFPA 70B, Recommended Practice for Electrical Equipment Maintenance
NFPA 70E, Standard for Electrical Safety in the Workplace
OSHA Standard 29 CFR 1910
Parking/Laydown Area
The vendor shall make arrangements with the COR for parking at the facility. The vendor shall communicate the amount of space needed for placement of the portable chiller. At no time shall vehicles be parked on roadways, patient parking areas, the loading dock, etc.
Period of Performance
Period of Performance is 210 calendar days.
Hospital operations shall take priority. Vendor shall do everything feasible to ensure the continuation of hospital operations.