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)
Timeline
    Description

    The Department of Veterans Affairs is seeking 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 entails 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, particularly to prevent scalding injuries. This initiative is crucial for enhancing facility safety and operational efficiency within the VA healthcare system. Interested contractors must submit their proposals by March 17, 2025, with a total contract value of approximately $19 million, covering a performance period from March 15, 2025, to March 14, 2030. For further inquiries, contact Contract Specialist Erica Miller at erica.miller5@va.gov or by phone at 319-688-3703.

    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.
    This document is an amendment to the Combined Solicitation for the installation of mixing valves under solicitation number 36C26325Q0054, issued by the Department of Veterans Affairs. The submission deadline for proposals is set for March 7, 2025, at 5:00 PM Central Time. The solicitation is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under Product Service Code J045, with a corresponding NAICS Code of 238220. The contracting office is located in Coralville, Iowa, and the primary contact for this solicitation is Contract Specialist Erica Miller, available via email and phone. The document indicates that follow-up questions and answers pertaining to the solicitation are available in attached files, which include Amendment 0001 and Technical Questions. This amendment signifies a continuation of an ongoing solicitation process focused on improving infrastructure that benefits veterans, aligning with federal initiatives to support service-disabled veteran enterprises.
    This document is Amendment 0001 to solicitation 36C26325Q0054 issued by the Department of Veterans Affairs, specifically the Network 23 Contracting Office. The primary purpose of the amendment is to provide a response to questions received during the solicitation process. It indicates that interested offerors/bidders are required to acknowledge the receipt of the amendment as specified. The document includes essential details such as contact information, project or contract identification numbers, and instructions for offerors regarding acknowledgment of receipt. The amendment does not alter the existing terms and conditions but adds clarifications through a Q&A document, emphasizing transparency in the procurement process. This reflects the government's effort to ensure all parties have the necessary information to submit informed bids for federal contracts.
    The document is an amendment to a previous solicitation (36C26325Q0054) issued by the Department of Veterans Affairs, specifically the Network 23 Contracting Office, for the installation of mixing valves at a location in Coralville, Iowa. The solicitation response deadline has been extended to March 17, 2025, at 5:00 PM Central Time. Key details include the contracting office's address, point of contact Erica Miller, and the NAICS code (238220) related to plumbing, heating, and air-conditioning contractors. Additionally, the document indicates that there are attached clarifications and answers to questions regarding the solicitation. The amendment highlights the agency's ongoing efforts to facilitate a transparent bidding process for contractors looking to provide their services in support of the VA's operations. Overall, this amendment illustrates the government's commitment to ensuring adequate contractor participation by allowing additional time for proposal responses.
    The document is an amendment (0002) to the solicitation 36C26325Q0054 issued by the Department of Veterans Affairs, specifically the Network 23 Contracting Office. The primary purpose of this amendment is to address questions and answers received during the solicitation period. Additionally, it extends the deadline for the receipt of offers to March 17, 2025, at 5:00 PM CDT. This extension is critical as it allows potential bidders more time to submit their proposals in consideration of the posted clarifications. The amendment emphasizes the importance of acknowledging receipt of this amendment prior to the specified deadline to ensure compliance with the solicitation requirements. Overall, this document reflects standard procedures in government contracting, ensuring transparency and fair opportunities for all bidders while facilitating an open bidding process.
    The file outlines technical queries about the replacement of shower and sink valves under Solicitation 36C26325Q0054. Key clarifications include that sink valves are separate, whereas shower valves are integral to the fixtures. It confirms that shower heads do not need replacement when changing shower valves. Additionally, site visits are scheduled for Omaha and Grand Island facilities on specified dates, allowing parties to assess the work environment directly. All work should be conducted during normal business hours, with no after-hours tasks anticipated. Access to the mixing valves will be provided beneath sinks or behind shower valve covers, with no existing access panels noted. This document is part of a government RFP process, aiming to facilitate efficient communication regarding the scope of plumbing work needed for the facilities. The responses ensure prospective contractors have clear guidelines for project expectations and operational logistics.
    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.
    The technical questions pertaining to Solicitation 36C26325Q0054 outline requirements for a contractor engaged in the replacement of valves, focusing particularly on compliance with safety standards to prevent scalding. The VA mandates that personnel undergo specific privacy training, which requires signing a brief document regarding the confidentiality of patient information. The project lacks a defined basis of design for the valves; however, it aims to replace old mixing valves, specifically referencing identified models from Leonard and Watts. The inquiry regarding whether these valves are integrated into fixtures clarifies that they can be replaced in shower systems without affecting the fixtures, while sink valves are more difficult to access. Access panels for valve replacement are confirmed to be available. This document highlights the VA's commitment to patient safety and operational efficiency in maintaining facility standards.
    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 Cast Iron Survey - NWI
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to conduct a Cast Iron, Malleable Fitting, and A307 Steam & Hot Water Survey at the Omaha and Grand Island VA Medical Centers in Nebraska. The objective of this procurement is to evaluate existing steam and hot water distribution systems, focusing on identifying deficiencies in cast iron and malleable fittings, as well as A307 bolts, and to develop a comprehensive replacement plan for any identified issues. This survey is critical for maintaining the operational integrity of the facilities and ensuring the proper management of healthcare infrastructure. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their capability statements electronically to Contracting Officer Timothy Kimmel by March 28, 2025, as part of the market research process, with a firm-fixed-price contract anticipated for award following the evaluation of proposals.
    Y1DA--589A5-25-192 REPLACE B1 STEAM TRAPS, EK
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the project titled "Replace B1 Steam Traps" at the Colmery-O’Neil VA Medical Center in Topeka, Kansas. The objective of this procurement is to replace steam traps in Building 1, with an estimated project cost ranging from $25,000,000 to $100,000,000, and a performance period of 60 days from the notice to proceed. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran-owned enterprises in federal contracting. Interested contractors must submit their proposals by April 10, 2025, at 2:00 PM Central Time, and are encouraged to attend a mandatory site visit on March 25, 2025. For further inquiries, potential bidders can contact Contracting Officer Tim Fitzgerald at timothy.fitzgerald@va.gov or by phone at 913-946-1145.
    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 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 installation is crucial for maintaining efficient cooling systems within the healthcare facility, ensuring operational integrity during construction while adhering to stringent safety and health standards. Interested contractors must submit their bids by March 19, 2025, at 10:00 AM CDT, and can direct inquiries to Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    J047--Replace Degraded Piping in C-2099 583-25-518
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of degraded hot water piping at the Richard L. Roudebush VA Medical Center in Indianapolis, IN, under project number 583-25-518. The project involves replacing damaged hot water supply and return lines, installing new valves, and abating asbestos along 20 linear feet of pipe insulation, with a completion timeline of 45 calendar days following the Notice to Proceed. This work is critical to maintaining the facility's operational integrity and ensuring patient safety, as it directly impacts the hospital's plumbing infrastructure. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals, including compliance with federal wage requirements and documentation of SDVOSB status, by the specified deadline. For inquiries, contact Contract Specialist Samuel Galbreath at samuel.galbreath@va.gov.
    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.
    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.
    J047--Replace Degraded Piping in C-2099 583-25-518
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of degraded hot water piping at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana, under solicitation number 36C25025Q0238. The project involves replacing damaged hot water supply and return lines, installing new valves, and conducting asbestos abatement, with a completion timeline of 45 days from the Notice to Proceed while ensuring minimal disruption to the Medical Center's operations. This procurement is particularly significant as it supports the infrastructure of a critical healthcare facility, emphasizing safety and regulatory compliance throughout the process. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must attend a mandatory site visit on March 6, 2025, and submit Requests for Quotes (RFQs) by March 25, 2025; inquiries can be directed to Contract Specialist Samuel Galbreath at samuel.galbreath@va.gov.
    H245--Safety Device Testing & and Calibration of the Boiler Plant Burners
    Buyer not available
    The Department of Veterans Affairs is seeking contractor services for the testing, calibration, and inspection of boiler safety devices at the Saint Louis VA Healthcare System. This procurement aims to ensure the reliability and safety of boiler systems, with a focus on compliance with federal safety standards and operational efficiency. The contract is structured as a Firm Fixed Price, Indefinite Quantity agreement, with an estimated value of $12.5 million over a potential five-year period, and proposals are due by March 25, 2025. Interested contractors should contact Laura J. Ferguson at laura.ferguson@va.gov for further details and to ensure compliance with submission protocols.
    Canandaigua VAMC Request for Boiler Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for boiler maintenance services at the Canandaigua VA Medical Center in New York. This firm-fixed price contract includes one base year and four option years, focusing on ensuring the safety and functionality of the facility's boiler systems, which are critical for maintaining operational efficiency. The contract, valued at approximately $12.5 million, requires contractors to provide management, labor, and materials, with all technicians possessing over five years of relevant experience and current certifications. Interested parties must submit their quotes via email by the due date of March 21, 2025, and can direct inquiries to Cara Grittner at cara.grittner@va.gov.
    J047--Replace Degraded Piping in C-2099 583-25-518
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified contractors to replace degraded hot water piping in the C-2099A area at the Richard L. Roudebush VA Medical Center in Indianapolis, IN. The project involves the installation of new valves, asbestos abatement over 20 linear feet, and proper insulation for the new hot water piping, with a completion timeline of 45 days post-Notice to Proceed, while minimizing disruptions to hospital operations. This initiative is critical for maintaining the infrastructure that supports healthcare services at the facility, with an estimated project cost between $25,000 and $100,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested parties should direct inquiries to Contract Specialist Samuel Galbreath at samuel.galbreath@va.gov, with the solicitation expected to be issued around February 19, 2025.