J045--Mixing Valves Install - NWI
ID: 36C26325Q0054Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

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 for the installation and maintenance of mixing valves at the Nebraska Western Iowa Health Care System, specifically in Omaha and Grand Island, Nebraska. The project involves providing plumbing services, including the installation of anti-scald and mixing valves, along with annual testing and maintenance to ensure compliance with plumbing codes and safety standards, thereby enhancing patient and staff safety. This five-year contract, valued at approximately $19 million, is set to commence on March 15, 2025, and conclude on March 14, 2030. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by March 7, 2025, and can contact Contract Specialist Erica Miller at erica.miller5@va.gov or 319-688-3703 for further details.

    Point(s) of Contact
    Erica MillerContract Specialist
    (319) 688-3703
    erica.miller5@va.gov
    Files
    Title
    Posted
    The solicitation 36C26325Q0054 by the Department of Veterans Affairs calls for the installation of mixing valves and maintenance for the Nebraska Western Iowa Health Care System. The project involves providing specific plumbing services including the installation of mixing and shower valves, and annual testing and maintenance of these systems across two facilities in Omaha and Grand Island, Nebraska. The contract is set to span five years from March 15, 2025, to March 14, 2030, and aims to ensure compliance with established plumbing codes and safety standards, particularly to prevent scalding injuries. Contractors must provide all necessary materials, adhere strictly to safety regulations, and are subject to a series of technical and administrative requirements detailed in the procurement notice. The proposal emphasizes a comprehensive safety approach, requiring a qualified licensed plumber on-site and adherence to specialized inspection and maintenance protocols to safeguard both patients and staff during operations. Prospective contractors are encouraged to submit quotes by March 7, 2025, demonstrating compliance with all regulations, including those outlined in the FAR provisions mentioned. This initiative showcases the VA's commitment to enhancing facility safety and operational efficiency while securing necessary plumbing infrastructure improvements.
    The document outlines a Request for Proposal (RFP) for the installation and maintenance of mixing valves and related plumbing services for the Department of Veterans Affairs (VA) across multiple facilities in Nebraska. The contract encompasses the installation of anti-scald and mixing valves, ensuring compliance with various plumbing codes and safety standards, with a total budget of $19 million and a performance period from March 15, 2025, to March 14, 2030. Key tasks include the provision of materials, labor, and transportation, as well as annual inspections and maintenance of installed devices to ensure they function properly and adhere to safety protocols. The contractor is responsible for detailed documentation and timely invoicing based on the services provided. Compliance with safety guidelines, training mandates, and qualifications for contractor personnel is highlighted, reflecting the importance of ensuring safety in a healthcare environment. Additionally, risk assessments and job safety analyses are required prior to commencement of work. Overall, the document signifies the VA's commitment to maintaining high standards for facility services while enhancing safety for patients and staff.
    This document is the "Register of Wage Determinations" under the Service Contract Act, issued by the U.S. Department of Labor. It establishes minimum wage and fringe benefit rates for various occupations in Nebraska counties such as Hall, Hamilton, Howard, and Merrick. It outlines the applicable wage requirements based on Executive Orders 14026 and 13658, which dictate hourly compensation rates—$17.75 or higher for contracts entered after January 30, 2022, and $13.30 for those awarded between January 1, 2015, and January 29, 2022, which are not renewed post-January 2022. The document provides specific hourly wage rates for a variety of occupations including administrative support, automotive service, food preparation, health, and technical occupations, along with mandatory fringe benefits, which consist of health and welfare benefits, vacation, and paid holidays. Additionally, it addresses requirements for paid sick leave for federal contractors and detailing a conformance process for unlisted job classifications. This wage determination plays a crucial role in ensuring workers receive fair compensation in service contracts, reflecting the government’s effort to maintain equitable labor standards while contracting services at federal, state, and local levels.
    The document outlines the wage determinations under the Service Contract Act for federal contracts, specifically for workers in Iowa and Nebraska, effective for 2025. It specifies minimum wage requirements depending on the date of the contract award or renewal, linking them to Executive Orders 14026 and 13658. The minimum wage for contracts initiated on or after January 30, 2022, is set at $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, maintain a minimum wage of $13.30 per hour. Additionally, the document lists various occupations and their corresponding hourly rates, along with requirements for fringe benefits, which include health and welfare provisions, paid vacations, and sick leave entitlements. The regulations also address uniform allowances and potential hazardous pay differentials for certain occupations. The document emphasizes the necessity for contractors to comply with these wage requirements and the conformance process for any unlisted occupations. Overall, it emphasizes worker protections and sets standards for compensation in federally contracted service jobs, aligning with broader government initiatives targeting fair labor practices and economic justice.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J045--Boiler Safety Device Testing (VA-25-00024545)
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for Boiler Safety Device Testing services at the Nebraska Western Iowa Health Care System, specifically at facilities located in Omaha and Grand Island, Nebraska. The procurement aims to ensure the safety, reliability, and efficiency of boiler systems through comprehensive inspection, testing, and calibration of boiler plant equipment, adhering to relevant safety codes and VHA guidelines. This contract is particularly significant as it supports the operational integrity of essential services provided to veterans, with a performance period from March 10, 2025, to March 9, 2026, and the possibility of four additional one-year options. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by February 20, 2025, and direct any technical inquiries to Contract Specialist Erica Miller at erica.miller5@va.gov.
    Z1DA--PN: 636-25-307, Emergency Electrical System Upgrades (OM)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a federal contract focused on Emergency Electrical System Upgrades at the VA Nebraska/Western Iowa Health Care System in Omaha, Nebraska. The project aims to enhance emergency power systems in critical areas of the medical facilities, addressing safety deficiencies that affect patient care, which includes the removal and installation of electrical conduits, cables, and junction boxes. This contract is vital for ensuring the reliability of electrical systems in healthcare settings, with a completion timeline of 365 days from the issuance of the Notice to Proceed. The solicitation is anticipated to be released around February 24, 2025, with bids due by March 26, 2025. Interested bidders must be registered in the System for Award Management (SAM) and can direct inquiries to Contract Specialist Tommy Opal at tommy.opal@va.gov or by phone at 402-996-3529.
    H244--FY25 | Boiler Plant Safety Device Testing (Base +4)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the Boiler Plant Safety Device Testing at the Northport VA Medical Center, with a contract valued at approximately $19 million. The procurement involves a base period from March 17, 2025, to March 14, 2026, with four optional yearly extensions, focusing on ensuring the reliability and safety of the facility's boiler systems through inspection, testing, and calibration of essential safety devices. This initiative is critical for mitigating risks associated with boiler operations, thereby safeguarding personnel and the environment. Interested parties must acknowledge the amendment extending the submission deadline to February 18, 2025, at 12:00 PM ET, and can contact Contract Specialist Christopher J. Weider at Christopher.Weider@va.gov for further information.
    Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of public bathrooms at the Augusta VA Medical Center, aimed at improving patient safety. This project involves comprehensive construction and alterations across seven floors, including upgrades to plumbing fixtures, lighting, and finishes, while adhering to stringent safety and security protocols due to the facility's continuous operation. The estimated contract value ranges from $1 million to $5 million, and the opportunity is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit sealed bids by March 28, 2025, with a mandatory site visit scheduled for March 4, 2025. For further inquiries, potential bidders can contact Contract Specialist Pamela R Moffitt at pamela.moffitt@va.gov.
    J091--Replace Automatic Tank Monitoring System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of the Automatic Tank Monitoring System at the Omaha VA Medical Center. This procurement involves the removal of the existing system, installation of new sensors and consoles, thorough testing, and training for onsite personnel, with the project scheduled to take place from March 3, 2025, to May 3, 2025. This initiative is part of the VA's commitment to enhancing healthcare infrastructure while supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in the contracting process. Interested contractors must submit their quotes by February 26, 2025, and direct any technical questions to Contract Specialist Erica Miller at erica.miller5@va.gov or by phone at 319-688-3703.
    Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the installation of chilled water piping from Building 188 to Building 3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The project, identified as Z1DA--556-23-104, requires contractors to provide all necessary labor, materials, and equipment, with an estimated contract value between $1,000,000 and $2,000,000, specifically set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This initiative is crucial for modernizing the facility's infrastructure while ensuring compliance with stringent safety and operational standards. Interested contractors must submit their proposals by March 5, 2025, and can direct inquiries to Contract Specialist Hudell D Ballen at Hudell.Ballen@va.gov.
    Y1NB--PN: 438-22-900, Replace Boiler Plant (SF) 36C26324R0136
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of the Boiler Plant at the Sioux Falls VA Medical Center, identified as Project Number 438-22-900. This project involves the demolition of the existing boiler plant and the construction of a new facility, which will include modern utilities and infrastructure enhancements to support veteran healthcare services. The initiative underscores the VA's commitment to improving operational efficiency and safety within its facilities, with a project value estimated between $20 million and $50 million. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by February 20, 2025, and can direct inquiries to Contract Specialist Derek Fore at derek.fore@va.gov or by phone at 651-293-3032.
    Y1DA--589A5-25-192 REPLACE B1 STEAM TRAPS, EK
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of steam traps at the Colmery-O'Neil VAMC in Topeka, Kansas, under Project Number 589A5-25-192. The project involves replacing 25 each ¾” and 4 each ½” steam trap assemblies, with an estimated cost ranging from $25,000 to $100,000, and an anticipated period of performance of 60 days following the notice to proceed. This procurement is particularly focused on Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and aims to ensure compliance with the Small Business Administration's certifications for veteran-owned businesses. Interested parties must submit a Capability Statement by February 19, 2025, and are reminded to register with the System for Award Management (SAM) for eligibility. For further inquiries, contractors can contact Tim Fitzgerald, the Contracting Officer, at timothy.fitzgerald@va.gov or by phone at 913-946-1145.
    Y1ND--531-24-108 | UPGRADE STORM SEWER SYSTEM
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals from small businesses for the Upgrade Storm Sewer System project at the Boise VA Medical Center, under Project Number 531-24-108. This project aims to enhance the existing stormwater infrastructure by providing necessary labor, materials, and supervision, with an estimated contract value between $250,000 and $500,000. The successful contractor will be responsible for various construction tasks, including the installation of manholes, catch basins, and sump pumps, while ensuring minimal disruption to medical operations and adhering to strict safety and compliance standards. Proposals are due by February 6, 2025, and interested parties should direct inquiries to Contract Specialist Alan C. Perez at alan.perez@va.gov.
    J047--Replace Degraded Piping in C-2099 583-25-518
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit proposals for a project to replace degraded hot water piping in the C-2099A area at the Richard L. Roudebush VA Medical Center in Indianapolis, IN. The contractor will be responsible for replacing damaged hot water supply and return lines, installing new valves, conducting asbestos abatement over approximately 20 linear feet, and insulating the new piping, all while minimizing disruptions to hospital operations by performing work during weekends. This project is crucial for maintaining the infrastructure that supports healthcare services at the VA facility, with an estimated cost between $25,000 and $100,000 and a performance period of 45 days following the Notice to Proceed. Interested parties should contact Contract Specialist Samuel Galbreath at samuel.galbreath@va.gov, with the solicitation expected to be issued around February 19, 2025, and note that no site visits will be arranged during the presolicitation phase.