C1DA--689-25-112, AE Replace Underground Storage Tanks
ID: 36C24125R0025Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES (C1DA)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of aging underground diesel fuel storage tanks at its West Haven and Newington campuses in Connecticut. The project aims to address environmental concerns related to faulty tank sumps and will follow a Design-Bid-Build contract format, requiring comprehensive engineering services including civil, electrical, mechanical, and structural components. This initiative is critical for ensuring compliance with safety regulations and maintaining operational efficiency within healthcare facilities. Interested firms must submit their qualifications via Standard Form 330 by February 14, 2025, with the estimated project value ranging between $1 million and $5 million. For further inquiries, contact Tamye Molinaro at tamye.molinaro@va.gov or call 405-455-4040.

    Point(s) of Contact
    Tamye MolinaroContracting Officer
    (405) 455-4040
    tamye.molinaro@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Special Notice for qualifications to procure architectural and engineering (A/E) services for removing and replacing old underground diesel fuel storage tanks at the West Haven and Newington campuses in Connecticut. This project aims to address environmental concerns due to failing systems and requires compliance with VA design standards. Interested firms, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit a Standard Form 330 by February 14, 2025. The evaluation criteria include professional qualifications, specialized experience, past performance, local knowledge, capacity to complete the work on time, experience during the construction period, and commitment to involving small businesses. The project value is estimated between $1 million and $5 million. Firms must demonstrate compliance with subcontracting limitations and registration requirements in SAM and VetCert. Submissions must be comprehensive and adhere to formatting guidelines, ensuring clarity and completeness in addressing the specified criteria. This initiative underscores the VA's commitment to environmental stewardship while supporting veteran-owned businesses.
    The Department of Veterans Affairs is seeking contractor proposals for the replacement of underground storage tanks at two locations in Connecticut. Notably, the RFP, identified as solicitation number 36C24125R0025, emphasizes the importance of demonstrating relevant experience in similar projects. Specifically, bidders must provide evidence of expertise in the installation of double wall fiberglass reinforced plastic (FRP) tanks, including sizes of 4,000 to 12,000 gallons specified for various buildings. The project requires submissions by February 20, 2025, and is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Participants are advised to illustrate relevant experiences through three design service projects that align closely with the Electrical Deficiencies, Phase 3 project, despite the main focus being on underground storage tanks. Additional documentation includes a UST Plan that accompanies this modification notice. The overall aim is to upgrade the facilities while ensuring compliance with safety and regulatory standards, thus showcasing the VA's commitment to maintaining secure and functional healthcare infrastructure.
    The document outlines a modification to a previous notice regarding the replacement of underground storage tanks at the VA Connecticut Healthcare System's West Haven and Newington campuses. The project requires professional architectural and engineering (A/E) services to develop comprehensive plans, specifications, and manage construction while ensuring uninterrupted operation of the medical facilities. The estimated construction cost is between $1 million and $5 million, and the contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Firms interested in responding must submit their qualifications via the SF 330 form by February 20, 2025. Evaluation criteria include professional qualifications, specialized experience, past performance, and commitment to utilizing other small businesses as subcontractors. Regulations concerning limitations on subcontracting are emphasized, requiring that at least 50% of contract personnel costs must be incurred for employees of the bidding firm. The document serves as a request for qualifications rather than a proposal solicitation, focusing on attracting qualified firms capable of managing the complexities of the environmental and infrastructural improvements necessary for the VA's operations.
    The Department of Veterans Affairs (VA) is seeking Architect and Engineering (A/E) services for the replacement of underground storage tanks at its West Haven and Newington campuses in Connecticut. This notice serves as a market research tool to identify potential qualified firms, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and other small businesses, for an upcoming procurement. Interested firms must respond by January 9, 2025, and provide information about their qualifications, including proof of relevant experience, socio-economic status, and insurance capabilities. The project includes design services, drawings, specifications, and cost estimates related to the tank replacements. A separate public announcement for the qualification statements will follow after assessing the interest. This notice does not constitute a solicitation for bids and is strictly for planning purposes. The VA aims to gather sufficient information and assess whether to set aside the contract for small businesses based on the responses received.
    The project outlined in the Statement of Work for Project Number 689-25-112 pertains to the replacement of outdated underground diesel fuel storage tanks at the VA Connecticut Healthcare System campuses in West Haven and Newington. This initiative is crucial due to environmental concerns stemming from recent sump inspections revealing deficiencies that necessitate tank replacement. The project will be executed through a Design-Bid-Build contract and encompasses a comprehensive approach including civil, electrical, mechanical, structural, plumbing, and ancillary services. Key objectives include a thorough review of existing conditions, stakeholder interviews, design for integration with current systems, and ensuring operations continue without significant shutdowns during construction. The design process requires submissions at various stages (50%, 95%, and final), adhering to all applicable regulations and standards while addressing safety, environmental, and quality control measures. Furthermore, the project involves stringent monitoring and adherence to infection prevention protocols given its healthcare context, emphasizing the VA’s commitment to safe and compliant upgrades in its facilities. Overall, this project reflects a structured approach to improving operational systems at VA campuses while prioritizing environmental stewardship and safety standards.
    The document outlines the process for submitting a Past Performance Questionnaire as part of a Federal Government Request for Qualifications (RFQ) for an architecture-engineering contract with the Department of Veterans Affairs. It details that firms must provide performance data on at least three relevant projects, with specific instructions on the questionnaire's completion and submission. Respondents are advised to submit the questionnaire via email by February 14, 2025, to a designated contact at the NCO 1. The evaluation criteria encompass design services and, if applicable, construction support services and LEED/BIM documentation. Various performance factors will be rated on a scale from exceptional to unsatisfactory, requiring narrative explanations for lower ratings. Emphasis is placed on confidentiality, requiring evaluators to provide their contact information while ensuring the submitted questionnaire remains sensitive. This document is integral in documenting a firm's qualifications for governmental contracts, reflecting a formal process in securing federal grants, and furthering transparency and accountability in public procurement.
    The project outlined in the VA Connecticut Healthcare System (VACHS) Statement of Work entails the replacement of aging underground diesel fuel storage tanks at the West Haven and Newington Campuses. This initiative follows inspections indicating deteriorating environmental conditions due to tank failures. The project will engage a Design-Bid-Build approach, covering all aspects of construction including civil, mechanical, electrical, and structural services. Key objectives include a comprehensive review of current conditions, stakeholder engagement, hazard analysis, and integration of monitoring systems. Design requirements stipulate 50% and 95% design development submissions, prioritizing environmental safety and compliance with federal and state regulations. The contractor must ensure operational continuity of existing fuel systems, while providing innovative solutions for temporary storage during the transition. Additionally, rigorous infection control measures must be maintained throughout construction to safeguard patients and staff. This undertaking represents a crucial investment in infrastructure, ensuring safe, reliable fuel storage systems while adhering to stringent environmental and regulatory standards, highlighting the VA's commitment to both modern facility management and environmental stewardship.
    The document outlines the "VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction," which establishes requirements for contractors submitting bids for government contracts under the Veterans Affairs (VA) authority. It specifies the limitations on subcontracting based on the type of contract awarded: service contracts may have up to 50% subcontracting to non-SDVOSBs (Service-Disabled Veteran-Owned Small Businesses), general construction contracts allow 85%, and special trade contractors are restricted to 75%. The clause emphasizes the legal obligations of offerors to comply with these limits, as well as potential penalties for violations, including fines and referral for suspension or debarment. Contractors must provide documentation to substantiate compliance with these subcontracting limitations and must complete a formal certification to ensure their offers are considered valid. The intent of this clause is to reinforce fair contracting practices while promoting small businesses, particularly those owned by veterans.
    The document outlines the process for submitting a Past Performance Questionnaire as part of the response to the Department of Veterans Affairs’ request for Architect-Engineer Qualifications (SF 330) related to the replacement of underground storage tanks in West Haven and Newington. Contractors are required to complete the questionnaire for at least three projects that demonstrate their qualifications, with specific guidance on the deadlines and submission methods. Key sections include general information about the firm, evaluator details, and performance rating criteria, assessing various factors such as design services, construction support, LEED documentation, and overall management performance. A narrative summary is also required for any less-than-satisfactory ratings to provide context. The document emphasizes the sensitive nature of the information provided and instructs direct communication with the NCO 1 point of contact for any inquiries. It aims to ensure that applicants substantively demonstrate their previous performance, aiding in the selection process for future contracts.
    This document outlines the Proposed EHRM Infrastructure Upgrade project at 950 Campbell Ave, West Haven, CT, under GEOTILL PROJECT #112452001, dated April 17, 2024. The client for this project is Spees Design Build, and it presents multiple construction options (Options 1-4) regarding access to the EHRM facility. The document appears to focus on the evaluation and planning necessary for enhancing the existing utility infrastructure to support effective construction access and operational functionality. As part of federal and local RFP processes, this project underscores the ongoing effort to upgrade infrastructure in compliance with relevant standards, indicating important considerations such as safety and logistical requirements for contractors and project planners. The precise utilities to be located and assessed are likely integral to the overall success of this upgrade initiative.
    The document briefly references a boiler and generator plan related to governmental needs. While details are scarce and the text is fragmented, it seems to imply a focus on operational or infrastructure requirements involving boiler systems and generators. The context suggests potential involvement with federal or state requests for proposals (RFPs) or grants aimed at upgrading or maintaining essential energy-producing equipment. Such plans might be crucial in ensuring compliance with safety regulations or improving efficiency within public facilities. However, without additional information or context, the comprehensive objectives, specific requests, or anticipated outcomes remain unclear in this document.
    The VA Connecticut Healthcare System (VACHS) is initiating a project aimed at replacing aging underground diesel fuel storage tanks at its West Haven and Newington campuses. This overhaul addresses environmental issues caused by faulty tank sumps. The project follows a Design-Bid-Build contract format, incorporating civil, electrical, mechanical, and structural engineering services. Key tasks include site inspections, environmental assessments, and the design of new fuel systems that integrate with existing Building Management Systems. The design process involves multiple stages, including a 50% and 95% design submission, before final construction documents are created. Compliance with VA directives and state regulations is mandatory throughout the project, ensuring safe handling of any hazardous materials found, like asbestos or lead. The project will feature robust safety and quality assurance plans, and ongoing stakeholder engagement to minimize disruptions. This initiative underscores the VA's commitment to providing a safe healthcare environment by upgrading critical infrastructure while adhering to regulatory requirements and maintaining service functionality during the transition.
    The document outlines the proposed EHRM (Electronic Health Record Management) Infrastructure Upgrade project at 950 Campbell Ave, West Haven, CT, managed by Spees Design Build. It presents multiple construction access options (Options 1-4) for the project, categorized under the GEOTILL Project #112452001, dated April 17, 2024. The focus of the project is not entirely clear, but it likely pertains to the installation and enhancement of infrastructure related to electronic health records, indicating a move towards modernizing healthcare facilities. The document serves as a preliminary outline of considerations for utility locates and construction access in relation to the proposed upgrades, which are significant within the context of federal grants and local RFPs aimed at improving healthcare infrastructure. Attention to site access and utility management underscores the project's adherence to regulatory requirements and operational efficiency.
    The document appears to pertain to an unspecified request for proposals (RFP) related to the boiler and generator systems, likely aimed at enhancing or upgrading their functionality. While details are sparse, it suggests a focus on technical plans or proposals regarding the boiler and generator setup. The document seems to outline the essential components involved in the process, although specific requirements and objectives are not explicitly detailed. Overall, the purpose of this file aligns with government initiatives to solicit proposals that may address the operational efficiency and reliability of essential infrastructure, particularly in government-funded projects or facilities. Further clarification or additional information would be needed to fully understand the specific context and requirements of this RFP.
    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.
    J045--Newington Campus BEI Corrections Updated SOW
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for safety deficiency corrections at the Newington Campus Boiler Plant within the VA Connecticut Healthcare System. The project aims to address critical safety concerns identified by the Boiler Efficiency Institute, Inc. (BEI) through necessary repairs and upgrades to Boilers 1 and 2, along with general site corrections to ensure compliance with VA Directive 1810 and other applicable regulations. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238220, emphasizing the importance of maintaining safe and efficient boiler operations in healthcare facilities. Interested contractors must submit their quotes by December 19, 2025, following a mandatory pre-bid walkthrough on December 10, 2025, and can contact Nathan Langone at Nathan.Langone@va.gov or 603-624-4366 for further details.
    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.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    C1AA--528A5-22-507 A/E -DESIGN CONNECT FORCE MAIN TO COUNTY SEWER Canandaigua VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) architect-engineering firm for Project 528A5-22-507, which involves designing a connection of a force main to the county sewer at the Canandaigua VA Medical Center in New York. The selected firm will provide comprehensive design services, including schematics, construction documents, technical specifications, and construction period services, with a focus on the replacement and reconfiguration of domestic hot water systems. This project is critical for enhancing wastewater management and ensuring compliance with environmental standards, with an estimated construction cost ranging from $1 million to $5 million. Interested firms must submit their qualifications via the SF 330 format by December 19, 2025, at 11 AM EST, and the anticipated award date for the contract is on or before January 31, 2026. For further inquiries, contact Idalia Algarin at idalia.algarin@va.gov or by phone at 716-862-7461 x 22395.
    Replace Steam Trench Cap
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the steam trench cap at the Amarillo VA Medical Center in Texas. The contractor will be responsible for providing all necessary labor, equipment, tools, materials, and supervision to remove the old trench cap and install a new one, adhering to the detailed specifications outlined in the Statement of Work. This project is critical for maintaining the infrastructure of the medical facility, ensuring continued operational efficiency and safety. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or call 915-282-1732 for further details. The procurement process includes stringent requirements for site operations, material management, and compliance with VA security protocols, with a focus on minimizing disruption to existing medical services.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    C1DA--626A4-26-201 A/E Replace Domestic Water Fire Mains and Main Backflow Devices
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 9, is seeking qualified architectural and engineering firms for the project titled "Replace Domestic Water/Fire Mains and Main Backflow Devices" at the VA Tennessee Valley Healthcare System in Murfreesboro, TN. The project involves the replacement of approximately 30,000 linear feet of water mains and main backflow stations, along with necessary electrical and structural work, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative is crucial for ensuring the reliability and safety of the facility's water systems, with an estimated construction budget ranging from $1,000,000 to $2,000,000. Interested firms must submit their SF330 forms electronically by December 18, 2025, at 1:00 PM Central Time, and can direct inquiries to Contract Specialist Michael R. Brown at Michael.brown1305@va.gov or by phone at 615-225-5975.