J047--Replace Degraded Piping in C-2099 583-25-518
ID: 36C25025Q0238-1Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PIPE, TUBING, HOSE, AND FITTINGS (J047)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to replace degraded hot water piping at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana, under solicitation number 36C25025Q0238. The project involves the complete replacement of damaged hot water supply and return lines, installation of new valves, and asbestos abatement, all while ensuring minimal disruption to the Medical Center's operations. This initiative is crucial for maintaining the facility's infrastructure and supporting the healthcare services provided to veterans. Interested bidders must attend a mandatory site visit on March 6, 2025, at 9:00 AM, with the deadline for submitting Requests for Quotes (RFQs) set for March 25, 2025. For further inquiries, contact Contract Specialist Samuel Galbreath at samuel.galbreath@va.gov.

    Point(s) of Contact
    Samuel GalbreathContract Specialist
    samuel.galbreath@va.gov
    Files
    Title
    Posted
    The document outlines a solicitation by the Department of Veterans Affairs for the replacement of degraded hot water piping at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana (Project Number: 583-25-518). The contractor is required to complete the work within 45 days of receiving the Notice to Proceed and must ensure minimal disruption to the Medical Center's operations. The project includes replacing damaged hot water supply and return lines, installing new valves, and conducting asbestos abatement for approximately 20 linear feet of pipe insulation. The contractor must adhere to various regulations and specifications, including infection control measures, safety requirements, and compliance with local and federal laws. Submission requirements include completing and returning specific forms by a set deadline. This project emphasizes the importance of safety and regulatory compliance due to the Medical Center's operational status, and it mandates thorough documentation and communication with the Contracting Officer’s Representative. The emphasis is on timely, high-quality work within a critical healthcare environment.
    This document represents an amendment to the solicitation number 36C25025Q0238 regarding the project to replace degraded hot water piping at the Richard L. Roudebush VA Medical Center in Indianapolis, IN. The key purpose of this amendment is to schedule a mandatory site visit for interested bidders on March 6, 2025, at 9:00 AM, at Building 5 (Engineering Building) of the facility. The document stipulates that the deadlines for submitting Requests for Information (RFIs) is March 14, 2025, and for receiving Requests for Quotes (RFQs) remains March 25, 2025. The amendment emphasizes the importance of acknowledging receipt prior to the specified due date to avoid automatic rejection of offers, and it outlines necessary actions for bidders to acknowledge the amendment. It exemplifies the procedural rigor involved in federal contracting processes, ensuring transparency and communication with potential contractors. Overall, the amendment aims to facilitate participation in the bidding process by providing a clear timeline and essential details for the site visit, while reiterating compliance with federal guidelines.
    This document is an amendment to a solicitation regarding a project overseen by the Department of Veterans Affairs for replacing degraded hot water piping at a facility. The amendment addresses questions from vendors related to project specifications, schedule, and technical requirements. Key updates include confirmation of an Infection Control Risk Assessment (ICRA) classification, stipulating that all work is to be conducted over weekends and setting expectations around access to the work site and existing facilities. Additionally, it outlines the contractor's responsibilities regarding platform construction, flushing of the pipe system, and testing of the new installation. The contractor will build off an existing platform without impeding access and will not be required to flush the hot water supply after installation. Detailed project specifications and drawings have been provided, confirming that mechanical press connections are not permitted. The deadline for submitting quotes remains set for March 25, 2025. This amendment serves to clarify requirements and enhance contractor comprehension of project stipulations, maintaining compliance with necessary regulations.
    The Richard L. Roudebush VA Medical Center has issued a Request for Proposals (RFP) for the Replacement of Degraded Hot Water Piping project (Project No. 583-25-518). The project entails the complete replacement of damaged hot water supply and return lines within Building 1, including asbestos abatement, and installation of new valves. Bidders are required to adhere to stringent safety and security measures, including obtaining approvals and coordinating with VA police for site access. Key components of the RFP outline contractor responsibilities for construction management, waste disposal, and compliance with VA operational standards. Detailed protocols for the use of utility services, project schedules, and documentation for construction activities are crucial for maintaining efficiency and safety during execution. The contractor must develop a Critical Path Method (CPM) project schedule, submit initial and ongoing progress updates, and conduct rigorous testing and inspections. Stress is placed on minimizing disruptions to the VA Medical Center's operations throughout the construction period. This RFP exemplifies the federal government’s commitment to maintaining and upgrading veteran healthcare facilities, ensuring adherence to high construction and safety standards while facilitating continued medical operations during renovations.
    The VHA Infection Control Risk Assessment (ICRA) template outlines procedures for assessing infection risks associated with construction, renovation, and maintenance within healthcare facilities, specifically the Richard L. Roudebush Medical Center. The document serves as a baseline for categorizing activities by type (A-D) and corresponding patient risk (Low to Highest), to establish appropriate infection control measures. The ICRA requires collaboration with a Pre-Construction Risk Assessment (PCRA) to address safety beyond infection prevention. Key steps include identifying the construction category, affected areas, overall patient risk, and necessary infection control precautions, categorized from Level I to IV. Control measures range from minimizing dust and ensuring cleanliness to constructing barriers and maintaining negative pressure in workspaces. Operational directives highlight the importance of monitoring and documentation through testing of HVAC systems and ongoing removal of contaminants. Additionally, requirements for post-activity inspection ensure environments comply with infection control protocols before areas can be reoccupied. This systematic approach is essential for safeguarding patient health and complies with federal standards, reflecting the government's commitment to public health within construction practices in healthcare settings.
    The Veterans Health Administration (VHA) Directive 1192.01 establishes a mandatory seasonal influenza vaccination program for all healthcare personnel (HCP) within the VHA to reduce flu transmission and ensure patient safety. The directive mandates that HCP must receive the influenza vaccine annually or obtain a medical or religious exemption, with compliance being a condition of employment subject to disciplinary action for violations. Background data indicate that VHA's vaccination rates have historically been below national averages, necessitating this directive to improve compliance. The directive outlines the responsibilities of various stakeholders within the VHA, including facility directors, HCP, and the Office of Occupational Safety and Health, to implement vaccination protocols and manage documentation. Procedures include notification to HCP, tracking vaccination compliance, and specific guidelines for unvaccinated personnel to wear face masks during the flu season. Additionally, the document provides guidance on handling exemptions and the process for documentation of vaccination status. Overall, this directive represents the VHA's commitment to safeguarding the health of Veterans and creating a safe healthcare environment.
    The VAAR 852.219-75 outlines the certification requirements for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) regarding limitations on subcontracting for federal contracts. The primary stipulation is that if awarded a contract, offerors must adhere to specific limits on subcontracting based on the type of contract: for services, no more than 50% of the amount paid by the government can be subcontracted to non-certified firms; for general construction, the limit is 85%; and for special trade contracts, the limit is 75%. It specifies that costs of materials do not count toward these limits. The certification process emphasizes the legal implications of false claims, which may result in significant penalties, including debarment and prosecution. Contractors must also be prepared to provide documentation demonstrating compliance, and failure to do so may lead to remedial actions. The certification must be signed and included with the bid proposal, as offers without this certification will be deemed ineligible for award. This clause reinforces the government’s commitment to promoting participation from SDVOSBs and VOSBs in federal contracting opportunities while ensuring adherence to compliance regulations.
    The document comprises a Request for Information (RFI) concerning the project to replace valet doors at the VA Northern Indiana Health Care System located in Fort Wayne, IN. It outlines the necessity for contractors to read all relevant solicitation documents thoroughly before submitting questions for clarification. Questions must explicitly reference the specific sections of the specifications or drawings to ensure timely responses from the government. The RFI emphasizes adherence to these guidelines, indicating that failure to comply may hinder the government's ability to provide answers. The primary contact for this RFI is Samuel Galbreath, a Contract Specialist at the Department of Veterans Affairs. This RFI serves as a formal inquiry mechanism to obtain necessary information that will aid in the execution of the project, highlighting the structured approach commonly seen in federal contracting processes. Understanding and complying with these requirements is vital for contractors seeking to participate in government contracts.
    The VAAR 852.219-73 outlines regulations for the Department of Veterans Affairs regarding contracts set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). An SDVOSB must be at least 51% owned and controlled by service-disabled veterans and meet federal small business size standards. Eligibility requires certification in the SBA database, and contracts may exclusively benefit those certified at the time of bid and award. The document specifies limitations on subcontracting, emphasizing that subcontractors must also be certified, and outlines requirements for compliance with service and supply contracts. A joint venture can qualify as an SDVOSB if it adheres to specific regulatory requirements. The guidance prioritizes the VA’s Veterans First Contracting Program, ensuring that misrepresentation of SDVOSB status can result in debarment for five years. This regulation underscores the government's commitment to supporting veteran-owned businesses in federal contracting opportunities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    C1DA--AE Project No. 583-25-202 - Upgrade Nursing Unit Isolation Rooms & Airflows.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms for Project No. 583-25-202, which involves upgrading nursing unit isolation rooms and airflows at the Richard L. Roudebush VA Medical Center in Indianapolis. The project aims to establish and maintain specific air pressure differentials in designated patient rooms, ensuring compliance with current VA regulations and industry standards, particularly under normal and epidemic conditions. This initiative is critical for enhancing patient safety and operational efficiency within the medical facility. Interested firms must submit an electronic SF330 package to Contracting Officer Luke A. Turner at luke.turner@va.gov by the specified deadline, with a focus on qualifications, past performance, and the commitment to utilizing service-disabled veteran-owned small businesses as subcontractors.
    Z2DA--STEAM VALE REPAIR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide steam valve repair services at the VA Palo Alto Health Care System in Livermore, California, under Solicitation Number 36C26126Q0240. The project requires contractors to supply all necessary personnel, materials, and equipment to complete the repairs within 14 calendar days from the start of on-site work, following the receipt of parts. This procurement is set aside for Small Business Administration participants and emphasizes compliance with federal safety standards and regulations, including the Buy American Act. Interested parties must submit their proposals by December 29, 2025, at 12:00 PM local time, and can contact Contract Specialist Kayla Haruguchi at kayla.haruguchi@va.gov for further information.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    J041--OR MECH HW CW PUMP REPLACEMENT WASHINGTON DC VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of two non-potable hot water pumps and two chilled water pumps in the Operating Room Mechanical Room at the Washington DC VA Medical Center. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to perform demolition, equipment supply and installation, electrical work, controls integration, and training for VA staff. The project is critical for maintaining the operational efficiency of the medical facility's heating and cooling systems, ensuring a safe environment for patients and staff. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should contact Contracting Officer John Ritter at john.ritter2@va.gov or 843-814-0299 for further information.
    Z2DA--OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Replace Exterior Utility Lines Project" at the Jack C. Montgomery VA Medical Center in Muskogee, OK, with a contract value estimated between $2,000,000 and $5,000,000. The project involves replacing exterior water and sewer lines, creating separate fire protection and domestic water loops to mitigate Legionella contamination, and requires compliance with ADA, OSHA, and NFPA standards. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes the importance of safety, quality assurance, and adherence to federal regulations throughout the construction process. Proposals are now due by December 17, 2025, at 2:00 PM CST, and must be submitted via email to Contract Specialist Jesus A. Villegas at jesus.villegas@va.gov.
    Z1DA--Remodel Building 1, Marion 610-21-101
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Building 1" project at the VA Northern Indiana Healthcare System in Marion, Indiana. This comprehensive renovation project, estimated to cost between $10 million and $20 million, involves the remodeling of approximately 20,000 square feet, including hazardous material abatement, structural modifications, and upgrades to HVAC, electrical, and IT/security systems. The project is critical for consolidating various services within the facility while ensuring compliance with safety and environmental regulations, particularly concerning the removal of hazardous materials such as asbestos and lead-based paints. Bids are due by January 30, 2026, at 9:00 AM EST, with a mandatory pre-bid site visit scheduled for January 6, 2026. Interested contractors should contact Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.
    J045-- Heating Hot Water Tanks Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 7, is seeking qualified vendors to provide labor, materials, equipment, and supervision for the repair and replacement of heating hot water tanks at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring the replacement of three hot water heaters, one failed tube bundle, and 100 linear feet of associated piping. This project is critical for maintaining reliable hot water services within the medical facility, ensuring the comfort and care of veterans. Interested vendors must submit their quotes by December 18, 2025, at 12 PM ET, and all inquiries should be directed to Contract Specialist Jessica Cummings via email at Jessica.Cummings3@va.gov.
    J045--SOURCES SOUGHT NOTICE - REPLACE TWO STEAM PEDESTAL STYLE CONDENSATE PUMPS WITH TWO NEW PUMPS Washington DC VA Medical Center 36C24526Q0168
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 5, is seeking qualified contractors to replace two pedestal-style steam condensate pumps at the Washington DC VA Medical Center. The project involves comprehensive services, including pre-installation safety measures, removal of existing pumps, installation of new pumps with necessary mechanical and electrical modifications, and subsequent commissioning. This procurement is crucial for ensuring the reliable operation of the facility's steam condensate system. Interested vendors must submit their responses, including business information and capability statements, by December 23, 2025, at 10:00 AM ET, via email to Bill Pratt at Billie.Pratt@va.gov. This notice serves as a request for information and does not constitute a solicitation or binding contract offer.