Amendment 0002: Acid Waste Tank Repair
ID: 36C25725Q0400Type: Combined Synopsis/Solicitation
AwardedMay 15, 2025
$66.9K$66,931
AwardeeBRAND CONSTRUCTION LLC WEST 76691
Award #:36C25725P0399
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Remediation Services (562910)

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 soliciting proposals for the repair and re-bedding of an acid waste tank located in Building 163 of the Central Texas Veterans Health Care Facility in Temple, Texas. The contractor will be responsible for providing all necessary labor, materials, tools, and equipment to complete the project, which includes replacing lines to the acid waste tank and ensuring compliance with safety and infection control regulations. This project is critical for maintaining environmental health standards and compliance with federal and state regulations regarding hazardous materials. Proposals are due by April 9, 2025, at 2:00 PM CDT, and interested parties can contact Jesus Casiano at jesus.casiano@va.gov or Donald D. Smith at donald.smith10@va.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 17. The purpose of this amendment is to inform all offerors that the deadline for receipt of proposals has been extended to April 9, 2025, at 2:00 PM CDT. The amendment includes responses to questions from vendors, along with several attached documents detailing safety data sheets (SDS) for various chemicals, including methanol, isopropanol, and ethanol, as well as information regarding an acid waste tank. The overall intent of this document is to ensure clarity and compliance among potential bidders, promoting transparency and providing essential safety information related to the solicitation. As such, it maintains the integrity of the solicitation process while facilitating vendor understanding and preparedness.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 17, regarding a contract related to the removal and disposal of hazardous materials. The amendment serves to extend the deadline for offers to April 11, 2025, at 12:00 PM CDT, and to address vendor inquiries pertaining to hazardous materials involved in the contract. It outlines the contractor's responsibility to conduct removal in compliance with local laws and safety regulations. The amendment emphasizes the provision of Safety Data Sheets (SDS) that detail the types and amounts of hazardous liquids to be handled. However, the government indicates it cannot specify the daily dilution of these materials, placing the onus on the contractor to ascertain the best methods for disposal. Overall, the document reflects the procedural adjustments in the procurement process while ensuring safety and compliance in hazardous material management.
    The document pertains to the Acid Waste Tank at the Central Texas Veterans Health Care facility located in Temple, Texas, specifically in Building 163's subbasement. The key focus is on addressing potential concerns or inquiries related to the tank, indicating a critical aspect of environmental management and compliance within the healthcare context. The presence of a question mark suggests that there may be existing uncertainties or requirements for clarification regarding management practices, maintenance, or safety protocols associated with the acid waste tank. This topic may relate to broader discussions in government RFPs or grants concerning environmental health standards, hazardous material handling, or infrastructure upgrades necessary for compliance with regulations aimed at protecting both veterans and the environment.
    The document outlines the representation requirements concerning covered telecommunications and video surveillance services or equipment as stipulated in federal contracts. It emphasizes that an Offeror must not fill in specific representation sections if they have already stated they do not provide or use covered telecommunications equipment or services in prior related provisions. The document specifies definitions and prohibitions under Section 889 of the John S. McCain National Defense Authorization Act, which restricts executive agencies from procuring services that involve covered technologies. The Offeror must review exclusions in the System for Award Management (SAM) and provide representations regarding their use of such technologies. If an Offeror indicates they will provide or utilize covered equipment or services, they must disclose detailed information about the equipment, its origin, and how it aligns with regulatory prohibitions. This representation aims to enhance national security by restricting potentially harmful telecommunications equipment in governmental operations.
    The document outlines the Offeror Representations and Certifications—Commercial Products and Services, necessary for federal contract solicitations. It instructs offerors to complete certain sections based on their prior compliance with annual representations in the System for Award Management (SAM). Key definitions include various business classifications, such as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and others. It details the criteria for domestic and foreign end products, the implications of federal law regarding child labor, and prohibited business operations, including those related to sensitive technology and inversions. Offerors must certify various representations related to compliance with federal laws, tax liabilities, and ownership structures, emphasizing transparency in federal contracting. Compliance with socio-economic regulations, such as restrictions on contracting with entities involved in certain operations in Iran or Sudan, is also reflected. By establishing these requirements, the document aims to ensure integrity, accountability, and government compliance within federal contracting processes while promoting fair competition and supporting small and disadvantaged businesses.
    The VAAR 852.219-75 outlines the limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) when awarded contracts by the VA. It mandates that for service contracts, no more than 50% of funds can be paid to non-certified firms, while general construction contracts limit this to 85%, and special trade construction contractors to 75%. The document emphasizes the contractor's obligation to certify compliance and grants the VA authority to review documentation to ensure adherence to these limitations. Noncompliance may lead to penalties, including suspension, fines, or prosecution. The offeror must complete and submit a certification to confirm understanding of these requirements. The overall purpose is to promote the use of small veteran-owned businesses in government contracts while ensuring transparency and oversight in contracting practices.
    The document is a Wage Determination under the Service Contract Act by the U.S. Department of Labor, outlining the minimum wage rates for various occupations in Texas, specifically Bell and Coryell counties, as applicable to service contracts. It emphasizes the requirement for contractors to pay at least the stipulated wage based on Executive Orders 14026 and 13658, with a minimum wage of $17.75 per hour starting January 30, 2022, for new contracts, or $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, unless renewed or extended after the former date. The document details numerous occupations, corresponding wage rates, and required fringe benefits, including health and welfare provisions ($5.36 per hour), vacation pay, and paid sick leave under Executive Order 13706. Wage rates and benefits are meticulously categorized and accompanied by footnotes indicating special conditions or exceptions, including a conformance process for any unlisted job classifications. Overall, the Wage Determination aims to ensure fair compensation and worker protections within government service contracts across specified regions.
    The Safety Data Sheet (SDS) for Ethanol 200 Proof USP EP ACS, last revised on December 24, 2021, outlines the chemical's identification, hazards, composition, and safety precautions. Ethanol, a highly flammable liquid categorized as a health hazard, is not recommended for food, drug, or pesticide use. Key hazards include serious eye irritation, and it is classified as a potential carcinogen under certain conditions. The SDS details necessary personal protective equipment (PPE) such as gloves and goggles, and emphasizes the importance of ventilation and handling procedures to prevent exposure and ignition risks. Firefighting measures include using appropriate extinguishing agents, and appropriate storage and disposal practices are recommended to mitigate environmental impact. Furthermore, the document includes guidelines for first-aid measures, highlighting the need for immediate medical attention in cases of exposure. This document serves as essential guidance for safe handling and regulatory compliance in laboratory environments, underscoring the importance of adopting stringent safety protocols in the use of hazardous chemicals like ethanol.
    This Safety Data Sheet (SDS) for 10% Neutral Buffered Formalin outlines critical safety and handling information for a hazardous laboratory chemical. It identifies the product, including its chemical makeup (water, formaldehyde, methyl alcohol, and sodium phosphates), and categorizes its hazards according to OSHA standards. The SDS includes safety precautions such as the necessity for personal protective equipment, proper ventilation, and emergency response actions for exposure. Notably, formaldehyde is classified as a known carcinogen and a potential mutagen, highlighting the need for careful handling to prevent health risks. Additionally, environmental considerations emphasize the toxicity of the product to aquatic life, urging proper disposal and waste management. The document serves as a crucial resource for laboratories and industries that handle this chemical, ensuring compliance with safety regulations and minimizing risks associated with exposure.
    The document is a Safety Data Sheet (SDS) for Isopropyl alcohol, 70% in water, detailing its hazards, handling precautions, and regulatory information. This chemical, classified as hazardous under OSHA standards, is highly flammable and can cause eye irritation and central nervous system effects. It is intended for use as a laboratory chemical, while food or drug usage is discouraged. Key safety measures include using protective gear, ensuring adequate ventilation, and keeping it away from sources of ignition. In case of exposure, specific first-aid procedures are outlined for skin contact, eye contact, and inhalation. The SDS covers its physical properties, such as being a colorless liquid with an alcohol-like odor and lists its components, primarily Isopropyl alcohol and water. It emphasizes the need for safe storage, disposal methods compliant with local regulations, and handling procedures to prevent accidents. This document aligns with federal and state regulations, providing essential guidance for those involved in government procurement and grants, ensuring a safe working environment in chemical use and handling.
    This Safety Data Sheet (SDS) outlines the hazards and handling requirements for Methanol (CAS No. 67-56-1), emphasizing its classification as a hazardous chemical under OSHA standards. Methanol is highly flammable and toxic, posing risks through ingestion, skin contact, and inhalation. Key hazard statements include potential organ damage and risks of blindness from exposure. Recommended personal protective measures involve wearing appropriate eye and skin protection and ensuring use in well-ventilated areas. First-aid measures are critical, with emphasis on seeking immediate medical attention in case of exposure. The document covers fire-fighting measures, indicating flammability and the use of specific extinguishing agents. Disposal methods entail proper containment and disposal at approved facilities. The SDS also highlights regulatory compliance under various environmental acts, classifies Methanol as a developmental hazard in California, and provides information for safe transport under DOT regulations. Overall, this document serves as a crucial resource for laboratories and organizations seeking to ensure the safe usage and compliance of Methanol, aligning with federal and state regulations regarding chemical safety and environmental protection.
    The document outlines a solicitation for a project with the Department of Veterans Affairs pertaining to the repair and re-bedding of an acid waste tank at Building 163 of the Central Texas Veterans Health Care Facility. The contractor is responsible for providing labor, materials, and equipment for the completion of this project within 45 days after award. The work involves verifying site conditions, installing new piping, and ensuring compliance with safety and infection control regulations. Specific requirements include coordinating with a Contract Officer Representative (COR), protecting the site from contamination, and adhering to federal, state, and local laws. Additionally, the solicitation indicates preferences for service-disabled veteran-owned small businesses (SDVOSB), outlining limitations on subcontracting and emphasizing adherence to a range of federal acquisition regulations. The document details the submission process for offers and delineates the responsibilities and expectations of the contractor, including safety requirements and the need for a submitted safety plan prior to commencing work. Overall, the RFP reflects governmental commitment to maintaining operational standards while providing opportunities for eligible small businesses.
    The document addresses critical parameters regarding a chemical tank with an ICRA Level 4 designation. It specifies that the tank has an approximate capacity of 200 gallons, with the acid volume in the tank needing to be treated equally upon mixing with other contents. A slideshow from a site visit is referenced as an attachment for visual context. Furthermore, it requests the pH level of the tank's contents, which significantly affects disposal requirements and associated costs, noting that the contents are variable and not consistently tested. An attached email includes a Safety Data Sheet (SDS) detailing pH levels for specific chemicals, highlighting the necessity for accurate monitoring and potential implications on waste disposal processes. This document serves to inform stakeholders of relevant safety and regulatory considerations regarding the management and disposal of potentially hazardous materials, as necessitated by federal and state guidelines.
    Lifecycle
    Title
    Type
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    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.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Building Automation System" project at the Temple and Waco Veterans Affairs Medical Centers in Texas. This procurement involves upgrading HVAC and related systems to a digital control system, specifically the Metasys BACNET MSTP network, with a project value estimated between $10 million and $20 million. The upgrades are critical for enhancing the efficiency and reliability of environmental controls within the facilities, ensuring a better operational environment for both patients and staff. Proposals must be submitted via email by January 12, 2026, with pre-bid site visits scheduled for December 10th and 11th, 2025. For further inquiries, interested parties can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the repair of water and mold damage at the Bonham Veterans Affairs Medical Center (VAMC), specifically targeting Building 1's 5th floor and Building 29. The contractor will be responsible for providing all necessary labor, equipment, materials, and supervision to remediate damage caused by a water line break, following the guidelines set forth in the Statement of Work and adhering to the Veterans Health Administration's Moisture and Mold Management Program. This project is critical for maintaining a safe environment for patients and staff, emphasizing the importance of compliance with health and safety standards during the remediation process. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or call 915-282-1732 for further details, with the solicitation set to close on the specified deadline.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of cart elevators in Building 163 at the Central Texas Veterans Health Care System in Temple, TX, under Solicitation Number 36C25726R0013. The project involves upgrading existing hydraulic elevators to new traction elevators, with a focus on maintaining safety and minimizing disruption to hospital operations during construction. This procurement is particularly significant as it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated value between $1,000,000 and $2,000,000. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project located at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project is crucial for enhancing the data management capabilities of the VA, with an estimated cost between $5,000,000 and $10,000,000. Interested bidders must submit their proposals electronically by January 8, 2026, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.