Z1DA--PN: 636-25-302, Repair Broken Water Line (OM) AP: 36C263-25-AP-1111
ID: 36C26325Q0357Type: Presolicitation
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

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

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 perform emergency repair services for a broken water line at the Omaha VA Medical Center, necessitated by a leak that occurred on November 22, 2024. Contractors are required to conduct a site visit to assess the necessary repairs, which must be completed within 35 calendar days from the notice to proceed, while adhering to strict safety and compliance measures, including OSHA regulations. This procurement is crucial for maintaining the operational integrity of VA facilities and ensuring compliance with federal guidelines. Interested contractors should contact Contracting Officer Derek J Fore at Derek.Fore@va.gov for further details, with proposals due by March 6, 2025, and an anticipated project cost ranging between $25,000 and $100,000.

    Point(s) of Contact
    Derek ForeContracting Officer
    (651) 293-3032
    derek.fore@va.gov
    Files
    Title
    Posted
    This presolicitation notice outlines a federal Request for Proposal (RFP) for the repair of a broken water line at the Omaha Veterans Affairs Medical Center. The contract is identified as PN: 636-25-302 and is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The response deadline for interested contractors is set for March 6, 2025, at 12:00 PM Central Time. The contracting office is located at the Department of Veterans Affairs in St. Paul, Minnesota, with Derek Fore as the point of contact. The scope of work indicates a focus on repairing essential infrastructure to support the facility's operations. The solicitation is tagged under the Product Service Code Z1DA, corresponding to maintenance and repair of facilities, and falls under NAICS Code 238220, which covers plumbing, heating, and air-conditioning contractors. This project underscores the government's ongoing commitment to maintaining and improving veterans' healthcare facilities.
    The document presents a solicitation issued by the Department of Veterans Affairs for the repair of a fire sprinkler main at the St. Paul, Minnesota facility. The solicitation number is 36C26325Q0357, dated February 19, 2025, and is designated as a set-aside for Service Disabled Veteran Owned Small Business concerns under the Veterans First Contracting Program. The work includes identifying and repairing a leak in an 8-inch fire main, potentially requiring demolition and replacement of concrete pavement. Contractors are required to provide performance and payment bonds within specified calendar days, and the selection process will prioritize the lowest responsible offer. Offerors must submit their proposals electronically by March 6, 2025, and provide ample documentation, including price schedules and representations of compliance with federal standards. The anticipated project cost ranges between $25,000 and $100,000, classified under NAICS code 238220, with a small business size standard of $19 million. Moreover, prospective bidders are strongly encouraged to attend a mandatory site visit scheduled for February 25, 2025. This solicitation underscores the government’s commitment to engaging veteran-owned businesses while ensuring compliance with necessary regulatory and budgetary frameworks.
    This government document outlines the requirements for bidders and offerors regarding safety and environmental compliance in the context of federal contracts. All bidders must detail their past safety and environmental records, disclosing any serious OSHA or EPA violations within the last three years. Additionally, they are required to provide their Experience Modification Rate (EMR) from their insurance carrier. An EMR above 1.0 necessitates a written explanation of the reasons for this rating and an anticipated timeline for improvement. Self-insured contractors must obtain an EMR from the National Council on Compensation Insurance or their state’s insurance rating bureau if they cannot provide one directly. This collected information, along with data from OSHA and EPA databases, will inform the initial determination of a contractor's responsibility. Notably, this requirement extends to all subcontractors involved in the project, with prime contractors responsible for verifying their compliance. A detailed evaluation form is included to capture necessary statistics and records. The primary aim of the document is to ensure a thorough assessment of safety standards among contractors bidding on government projects, thereby safeguarding environmental and worker health.
    The document outlines a Request for Proposal (RFP) for emergency repair services related to a fire main leak at the Omaha VA Medical Center, necessitated by a leak that occurred on November 22, 2024. Contractors are required to perform a site visit to assess the necessary repairs, which must be completed within 35 calendar days from the notice to proceed. Strict safety and compliance measures must be adhered to, including OSHA regulations and detailed daily reporting of work conducted. Qualified contractors must possess necessary licenses for construction and ensure adherence to VA guidelines concerning equipment procurement, avoiding the use of gray market items. The RFP emphasizes the importance of data management and security compliance, as well as record retention concerning federal laws. Overall, this RFP is essential for aligning emergency repair efforts with VA property regulations and maintaining safety standards while ensuring effective use of resources and compliance with federal guidelines.
    The document appears to contain corrupted or unreadable data, making it impossible to extract any specific topic, key ideas, or relevant details. The content lacks coherence, with no discernible structure, topics, or contextual relevance to government RFPs, federal grants, or state/local RFPs. Due to the nature of the content, it cannot effectively communicate its purpose or intent, leaving no basis for a meaningful summary. There is a significant absence of structured information or clarity that would typically be expected in a government document, resulting in a failure to convey any actionable insights or data. Thus, no comprehensive summary can be generated. Further context or alternative documents are necessary for effective analysis.
    Similar Opportunities
    Z1DA--REPAIR SEWER PIPING BLDG 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of a collapsed sewer line at the Salem VA Medical Center, with the project valued under $25,000 and set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes diagnosing the sewer issue, excavating, replacing the damaged piping, and restoring the affected areas, with a requirement that SDVOSBs perform at least 15% of the work using their own workforce. This initiative not only addresses critical infrastructure needs at the medical center but also supports veteran-owned businesses in the contracting process. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by March 25, 2025, with a public bid opening scheduled for March 26, 2025; a pre-bid conference will be held on February 26, 2025, for site inspection. For further inquiries, bidders can contact Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Z1QA--935-MM23/25-011, FCA Deficiencies Repairs, Omaha National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a Firm Fixed Price contract to address various deficiencies at the Omaha National Cemetery. The project includes critical repairs such as fire alarm system defects, water damage, sidewalk repairs, and plumbing upgrades, all of which must comply with local, state, and federal regulations. This initiative underscores the VA's commitment to maintaining the integrity of national cemeteries while supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must ensure they are registered in the appropriate government databases and adhere to strict bid submission guidelines, with a completion timeline of 91 days upon receipt of the Notice to Proceed. For further inquiries, contact Contracting Officer Claude Humphrey at Claude.Humphrey@va.gov.
    J035--Emergency | Steam Line Repair/Heat Exchanger | Start: 12/23/2024
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for an emergency procurement involving the repair of a steam line and heat exchanger, with work scheduled to begin on December 23, 2024. The project aims to address urgent safety concerns following the identification of leaking heat exchangers at the Dayton VA Medical Center, which pose a significant explosion risk to personnel and equipment. This contract, classified under Product Service Code J035 and NAICS Code 811310, is crucial for maintaining operational integrity and safety standards within VA facilities. Interested parties should contact Venkatlekhith Muntha at Venkatlekhith.Muntha@va.gov for further details, with the total funding request amounting to $250,000.
    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 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.
    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.
    Y1ND--531-24-108 | UPGRADE STORM SEWER SYSTEM
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Upgrade Storm Sewer System project at the Boise VA Medical Center, designated as Project Number 531-24-108. This project aims to enhance the existing stormwater infrastructure by installing new components such as manholes, catch basins, and infiltration chambers, with an estimated budget between $250,000 and $500,000. The initiative is critical for maintaining effective stormwater management and ensuring the operational integrity of the medical center, which serves veterans. Interested small businesses must submit their proposals by the specified deadlines, with a site visit scheduled for January 30, 2025, and all inquiries directed to Contract Specialist Alan C. Perez at alan.perez@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: 438-25-601, MV Loop 1 Repair (SF) IFB-Set-Aside- SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "MV Loop 1 Repair" project at the Sioux Falls VA Healthcare System in South Dakota, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing all necessary tools, materials, and labor to address deficiencies within the facility, with an estimated project cost between $100,000 and $250,000. This project is crucial for maintaining the operational integrity and safety of the healthcare facility, ensuring compliance with federal standards and enhancing service delivery to veterans. Interested contractors must submit their offers by March 13, 2025, following a site visit on February 25, 2025, and can direct inquiries to Contracting Officer Michael W. Freeman at Michael.Freeman3@va.gov.
    Y1DA--537-23-102 VMU Equipment Tie-in
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the VMU Equipment Tie-in project at the Jesse Brown VA Medical Center in Chicago, IL. This procurement involves the installation of utility connections for washing equipment and the construction of stainless steel partitions, with a project magnitude estimated between $100,000 and $250,000, specifically set aside for verified service-disabled veteran-owned small businesses. The successful contractor will be required to complete the work within 187 calendar days following the Notice to Proceed, ensuring compliance with safety regulations and maintaining operational capabilities in an occupied medical facility. Interested parties should direct inquiries to Contract Specialist Kristine A Sutton at kristine.sutton@va.gov, with bids due by March 4, 2025, following a pre-bid site visit on February 12, 2025.