S216--FY25: Stormwater Management Services
ID: 36C24825Q0693Type: Combined Synopsis/Solicitation
AwardedJul 15, 2025
AwardeeMETRO CONSTRUCTION & PROJECT MANAGEMENT LLC CABO ROJO 00623
Award #:36C24825A0030
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

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 provide Stormwater Management Services under a Blanket Purchase Agreement (BPA) for the VA Caribbean Healthcare System in San Juan, Puerto Rico. The procurement aims to ensure effective maintenance of stormwater systems, including cleaning catch basins, installing sediment filtration systems, and managing waste disposal, with a performance period spanning five years from September 15, 2025, to September 14, 2030. This initiative is crucial for maintaining environmental compliance and operational efficiency within the healthcare system. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes electronically by May 15, 2025, at 3:00 PM Atlantic Standard Time, and can direct inquiries to Contracting Officer Wilfredo Perez at wilfredo.perez3@va.gov or by phone at 939-759-6783.

    Point(s) of Contact
    Wilfredo PerezContracting Officer
    (939) 759-6783
    wilfredo.perez3@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting bids for Stormwater Management Services at the VA Caribbean Health System in San Juan, Puerto Rico, under solicitation number 36C24825Q0693. This request is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing competition among eligible vendors. The expected performance period for the Blanket Purchase Agreement (BPA) is five years, beginning around September 15, 2025, with annual task orders. The solicitation requires compliance with relevant Federal Acquisition Regulations and specifies a price/cost schedule, necessary clauses, and provisions. Offerors must submit their quotes electronically by May 15, 2025, along with a statement accepting the terms and conditions or listing any deviations. Questions regarding the RFP are to be directed to the contracting officer, Wilfredo Perez. The document outlines that late submissions may lead to disqualification and emphasizes the importance of submitting complete proposals. The comprehensive scope of work is detailed in an attached Performance Work Statement and other relevant documents. This notice underscores the VA's commitment to environmental management and responsible contracting practices.
    The Department of Veterans Affairs has issued an amendment to a previous Combined Solicitation for Stormwater Management Services, identified by solicitation number 36C24825Q0693. This amendment is essential for setting up a site visit for interested offerors to assess the maintenance areas. The planned visit will occur on May 8, 2025, at 9:00 AM, beginning at the VA Caribbean Healthcare System main lobby. Interested parties have until May 15, 2025, at 3:00 PM Atlantic Standard Time (AST) to submit their quotes. The solicitation is geared towards Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and utilizes the Product Service Code S216 and NAICS Code 562998. Contact for this solicitation is Contracting Officer Wilfredo Perez. This initiative reflects the VA's commitment to enhancing stormwater management services while ensuring regulatory compliance and effective facility maintenance.
    This document is an amendment to the Stormwater Management Services Blanket Purchase Agreement (BPA) RFQ No. 36C24825Q0693, issued by the Department of Veterans Affairs. It addresses inquiries from a recent site visit on May 8, 2025. Key responsibilities for the contractor include replacing filters in stormwater systems and maintaining stormwater drains affected by other contracts, with inventory details provided in the original solicitation. Services can typically be performed Monday to Friday, though weekend work may be authorized under specific circumstances. Contractors are required to quote for all listed services, irrespective of physical locations, and emergency cleanups will require separate quotation and approval. The submission deadline for quotes is maintained at May 15, 2025, at 3:00 PM Atlantic Standard Time. The intent of this amendment is to clarify operational responsibilities and procedural guidelines, ensuring contractors have a clear understanding while promoting effective management of stormwater services in compliance with the VA's operational standards.
    The provided government file outlines a Request for Proposal (RFP) for a series of stormwater management services to be conducted in five annual periods from September 2025 to September 2030. The primary focus is on cleaning storm drains, installing sediment filtration systems, and managing waste disposal related to wastewater and non-RCRA materials. Specific tasks include cleaning catch basins and manholes, installing preventive measures for stormwater, and conducting necessary laboratory analyses for waste disposal. The document lists estimated annual quantities and unit prices for various services, indicating the need for robust environmental management and compliance with regulatory standards. Overall, the RFP is part of broader efforts to maintain municipal infrastructure and ensure environmental safety in public spaces. The details emphasize the government's commitment to effective stormwater management and collaboration with qualified contractors.
    The document outlines a Blanket Purchase Agreement (BPA) between an undetermined vendor and the Department of Veterans Affairs (VA), establishing terms for contract services. This BPA is managed by the VA Caribbean Healthcare System and allows for individual orders worth up to $240,000, with a total ceiling of $1,200,000 through September 14, 2030. It stipulates that the contractor will provide non-personal professional and management services essential to the VA’s mission, while all decisions remain under government control. The BPA holder must supply qualified personnel and related resources without direct government oversight in task performance. Orders can be placed via different formats, and invoices must be submitted regularly for payment approval. Cancellation of the BPA is possible for unsatisfactory performance or government interest. The agreement emphasizes compliance with federal regulations and details the roles of the contracting officer and representative for oversight and technical monitoring. Overall, this BPA facilitates structured procurement for services vital to the VA's operations.
    The document outlines the contract terms and conditions stipulated for federal acquisitions of commercial products and services, specifically under solicitation 36C24825Q0693. Key clauses address inspection and acceptance of products, contractor rights to assign payments, and changes to contract terms, emphasizing the government's right to inspect, repair, or replace nonconforming supplies without additional charges. It details dispute resolution methods, invoicing requirements, risk of loss, and warranty terms. The contractor is liable for nonperformance due to uncontrollable events, and contracts may be terminated for convenience or cause. Compliance with various federal laws, especially regarding service-disabled veteran-owned small businesses (SDVOSB), is emphasized, requiring contractors to certify their compliance and limit subcontracting to similarly situated entities. Additional aspects include electronic payment processes, labor standards, and nonmanufacturer rules. This framework aims to ensure transparency, efficiency, and fairness in government procurement practices, reflecting federal commitments to support small businesses and uphold legal responsibilities. The document serves as a crucial guide for contractors participating in government projects, ensuring adherence to established regulations and standards.
    The document outlines the scope and requirements for a government solicitation regarding stormwater management services under the contract number 36C24825Q0693. It includes a price list, an inventory of stormwater systems, estimated service quantities, and maintenance frequency schedules. Key tasks involve cleaning catch basins and storm drains, installing sediment filtration systems, street cleaning twice a year, and waste disposal. Performance requirements dictate a compliance threshold of 95% with regulations, alongside mandatory inspections. Deliverables must be submitted within specific timelines, along with corrective action reports if deficiencies arise. Training for stormwater pollution prevention is also addressed. Furthermore, the document specifies wage determinations in line with Department of Labor standards for the area. Overall, this solicitation aims to ensure effective stormwater management to meet environmental objectives and compliance obligations.
    The document outlines the certification requirements for contractors bidding on government contracts, specifically related to limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It emphasizes compliance with the stipulation that a contractor must not subcontract more than 50% of service contracts and 85% for general construction, with additional specifics for special trade contractors limiting subcontracting to 75%. The document also details the consequences of fraudulent claims, which include criminal and civil penalties. Furthermore, contractors must maintain documentation to prove compliance during and after contract performance. The file concludes by requiring a formal certification from the offeror to confirm understanding and agreement with these terms for inclusion in their bid. This structure serves to ensure that the government prioritizes contracting with small veteran-owned businesses while safeguarding against improper subcontracting practices.
    The VA Caribbean Healthcare System (VACHS) requires maintenance services for stormwater drains under a Blanket Purchase Agreement (BPA). This contract spans five years, from September 15, 2025, to September 14, 2030, focusing on key areas like Josefina Creek, Casia Street, and Magas Street. The contractor must ensure effective upkeep of approximately 110 storm drains by implementing both routine and emergency cleaning, including sediment removal, documentation, and adherence to EPA regulations. The contractor will develop a Maintenance Work and Frequency Schedule within five days post-award for VACHS approval. Safety and environmental compliance are paramount, with a structured Quality Control Program mandated to ensure effective service delivery. Additionally, regular reporting and equipment management protocols are outlined to guarantee operational efficiency. Traffic management, safety precautions, and waste disposal strategies are critical aspects of the project, ensuring no disruption to VACHS operations. The BPA also includes requirements for timely communication and coordination with VACHS staff to maintain services without affecting patient care. Overall, this initiative highlights the VACHS's commitment to environmental management and infrastructure upkeep while prioritizing compliance with federal regulations.
    The document serves as an amendment to a Request for Quote (RFQ) for Stormwater Management Services under the Department of Veterans Affairs, specifically for Network Contracting Office 8 (NCO 8) associated with the VA Caribbean Healthcare System. The amendment addresses questions raised during a site visit on May 8, 2025, and integrates the answers into the solicitation. The submission deadline for quotes remains unchanged, set for May 15, 2025, at 3:00 PM Atlantic Standard Time. The main purpose of this amendment is to ensure that all potential bidders have access to the same information to facilitate a fair and competitive bidding process, underlining transparency in government procurement practices. The document also outlines protocols for acknowledging receipt of amendments to ensure compliance with submission requirements. This highlights the importance of effective communication and clarity in federal contracting procedures.
    The document is an amendment to the Stormwater Management Services Blanket Purchase Agreement (BPA) Request for Quote (RFQ) issued by the Department of Veterans Affairs, specifically the Network Contracting Office 8 (NCO 8) at the VA Caribbean Healthcare System. The primary purpose of this amendment is to announce a scheduled site visit for interested bidders to evaluate the areas requiring maintenance. The site visit is set for 9:00 AM on May 8, 2025, starting at the VACHS main lobby. Participation in this visit will allow potential contractors to assess the project requirements more effectively. The deadline for quote submissions remains unchanged, set for May 15, 2025, at 3:00 PM Atlantic Standard Time. This amendment underscores the commitment of the VA to ensure that offerors have the necessary information to provide comprehensive quotations while enhancing transparency and engagement in the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F103--STX WATER QUALITY MONITORING
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Water Quality Monitoring services for the South Texas Veterans Healthcare System. The procurement aims to provide, install, and maintain advanced continuous water quality monitoring equipment and data management systems, ensuring compliance with health and safety standards. These services are crucial for maintaining safe water quality in healthcare facilities, particularly in preventing Legionella outbreaks. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their offers by December 19, 2025, and can contact Contracting Officer Joseph A. Leyte at joseph.leyte@va.gov or 210-694-6315 for further information.
    Z2DA--Resurface Parking Garage C
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for design-build services to resurface Parking Garage C at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The project aims to restore the structural integrity and surface condition of the garage, addressing issues such as deterioration, drainage improvements, and safety system upgrades. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran entrepreneurs. Interested contractors must submit their technical and price proposals in a two-phase process, with the contract period spanning 730 days, contingent on fund availability. For further inquiries, potential bidders can contact Contracting Officer Ana G. Alvarado at ana.alvarado@va.gov.
    Z2DA--Copy of Provide Hurricane Hardening at Generator Farm
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the provision of hurricane hardening at a generator farm located in Puerto Rico. This procurement aims to enhance the resilience of the facility against hurricane impacts, ensuring continued operation during adverse weather conditions. The project falls under the NAICS code 236220, which pertains to commercial and institutional building construction, specifically focusing on the repair or alteration of hospitals and infirmaries. Proposals are now due by December 16, 2025, at 3:00 PM (AST), and interested parties should direct inquiries to Contracting Officer Ana G Alvarado at ana.alvarado@va.gov.
    Y1PZ--603-26-103 - Repair Storm and Snow Damage
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to undertake the "Repair Storm and Snow Damage" project at the Robley Rex VA Medical Center in Louisville, KY. The project involves various repair tasks, including culvert repair, parking lot curb replacement, fence repair, tree and limb removal, and drainage improvements, with an estimated contract value between $25,000 and $100,000. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and emphasizes compliance with safety, regulatory, and environmental standards. Interested contractors must submit their bids by January 6, 2026, following a site visit on December 12, 2025, and are encouraged to direct inquiries to Contract Specialist Robert Glenn at Robert.Glenn2@va.gov.
    S222--Grease Trap Vault Cleaning 635-26-2-5006-0025
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotations for grease trap and vault cleaning services at the Oklahoma City VA Health Care System. This contract, valued at $16.5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base period along with four option years, requiring monthly services to remove grease and sludge, deodorize tanks, and provide detailed service reports. The importance of these services lies in maintaining sanitary conditions and compliance with safety regulations within the healthcare facility. Interested vendors should contact Contract Specialist Tiffani S Perkins at Tiffani.Perkins@va.gov for further details regarding the solicitation, identified as 36C25926Q0086.
    S205--VISN 5 Municipal Solid Waste & Recycling Single Award BPA West Virginia VAMCs Only (4 VAMCs & 17 CBOCs) Set aside as Tiered Evaluation including SDVOSB, VOSB and SB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Blanket Purchase Agreement (BPA) for Municipal Solid Waste and Recycling Services specifically for VISN 5 facilities in West Virginia, which includes four VA Medical Centers (VAMCs) and seventeen Community-Based Outpatient Clinics (CBOCs). The procurement aims to establish a single-award, firm-fixed-unit-price BPA that will cover the collection, transportation, and disposal of municipal solid waste, industrial waste, and construction debris, alongside a comprehensive recycling program that emphasizes education and outreach. This initiative is crucial for maintaining environmental standards and efficient waste management within the VA facilities. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their quotes by January 22, 2026, with questions due by January 8, 2026. For further inquiries, contact Darren G. Morris at darren.morris2@va.gov.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. The project entails the removal and replacement of an old trench cap, requiring contractors to provide all necessary labor, materials, equipment, and supervision while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the medical center, ensuring minimal disruption during construction activities. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, interested parties may contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.
    S205--VISN 5 Municipal Solid Waste & Recycling Single Award BPA Washington DC and Maryland VAMCs Only (4 VAMCs & 13 CBOCs) Set aside as Tiered Evaluation including SDVOSB, VOSB and SB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Blanket Purchase Agreement (BPA) for municipal solid waste disposal and recycling services across its VISN 5 facilities in Maryland and Washington D.C. The procurement aims to establish a single-award, firm-fixed-unit-price BPA that emphasizes a value-engineered approach to maximize recycling and minimize landfill use, with a tiered evaluation process prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), and Small Businesses. This contract is crucial for maintaining effective waste management and recycling programs at various VA Medical Centers and Community-Based Outpatient Clinics, ensuring compliance with federal, state, and local regulations. Interested contractors must submit their quotes by January 20, 2026, and direct any questions to Darren G. Morris at darren.morris2@va.gov.
    Medical Waste Disposal Services (ELP)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for Medical Waste Disposal Services for the El Paso VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). This procurement aims to secure a firm-fixed price contract for the collection and disposal of regulated medical and pharmaceutical waste, including chemotherapy waste, while ensuring compliance with federal, state, and local regulations. The contract will span a base year with four option years, running from March 2026 to February 2031, highlighting the critical need for safe and compliant waste management services in healthcare settings. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 9, 2026, with questions directed to Marcellus Jackson at marcellus.jackson@va.gov by December 23, 2025.