Y1ND--Sanitary Sewer Repair 36C24625B0025
ID: 36C24625B0025Type: Special Notice
AwardedAug 11, 2025
$2.6M$2,639,775
AwardeeMIG GOV, LLC VIRGINIA BEACH 23451
Award #:36C24625C0058
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)
Timeline
    Description

    The Department of Veterans Affairs is seeking contractors for the Sanitary Sewer Repair project (36C24625B0025) under the oversight of the Network Contracting Office 6 in Hampton, VA. The project involves essential repairs to the sanitary sewer system, classified under the NAICS code 237110 and the PSC code Y1ND, ensuring compliance with federal construction standards. This procurement is critical for maintaining the infrastructure necessary for waste management within VA facilities. Interested parties must submit their bids by July 31, 2025, at 4:30 PM Eastern Time, and can direct inquiries to Contract Specialist Aaron Holmes at aaron.holmes@va.gov or by phone at (757) 722-9961 x8845.

    Point(s) of Contact
    Aaron HolmesContract Specialist
    (757)722-9961 x8845
    aaron.holmes@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) initiated by the Department of Veterans Affairs for the repair and rehabilitation of the sanitary sewer system at the Hampton VA Medical Center. This contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and stipulates that such entities must perform at least 25% of the construction work with their own labor. The project's magnitude is estimated between $2 million and $5 million, with completion targeted within 585 calendar days from the notice to proceed. Key requirements include a site visit on June 24, 2025, the submission of bids by July 30, 2025, and a public bid opening scheduled for July 31, 2025. Bidders must adhere to a range of regulations regarding safety records, bonding, and subcontracting limitations. The document further outlines that all bidders must be registered in the System for Award Management (SAM) and comply with additional standards, including safety and environmental protocols. The successful bidder will be determined based on the lowest evaluated price, provided all submission criteria are met in accordance with federal contracting guidelines.
    The document outlines a government solicitation for a project involving the repair and rehabilitation of the sanitary sewer system at the Hampton VA Medical Center, under Solicitation Number 36C24625B0025. The project, with an estimated construction cost between $2 million and $5 million, is set aside solely for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Bidders must complete the project within 585 calendar days from receiving the Notice to Proceed (NTP). A site visit is scheduled for June 24, 2025, with bids due by July 30, 2025, and a public bid opening via MS Teams on July 31, 2025. The project requires contractors to manage all aspects, including labor and materials, comply with safety guidelines, and perform specific sewer work such as replacing segments and applying epoxy liners. Subcontractors may be utilized but must adhere to limitations outlined in the solicitation. Bidders must also meet specific compliance requirements, including being registered in the System for Award Management (SAM) and having a good safety record. The goal of the solicitation is to ensure the VA Medical Center’s sewer system is effectively repaired while adhering to federal contracting regulations and promoting veteran-owned businesses.
    This special notice from the Department of Veterans Affairs pertains to a solicitation for the Sanitary Sewer Repair project (36C24625B0025). The contracting office, located in Hampton, VA, is seeking responses by July 31, 2025, at 4:30 PM Eastern Time. The project involves repairs under the product service code Y1ND and is classified under the NAICS code 237110. Contract Specialist Aaron Holmes is the primary point of contact for any inquiries related to the solicitation. Included are references to attached documents that contain records of bids for the project. The notice serves primarily to communicate details regarding the bid opening process and to ensure interested parties are informed about the project's requirements and timeline. Overall, the document reflects standard procedures associated with government RFPs and solicitation announcements for construction-related projects within federal agencies.
    The presolicitation notice from the Department of Veterans Affairs outlines an upcoming solicitation for sanitary sewer repair services at the Hampton VA Medical Center in Virginia. The project targets repairs to the sewer system, with responsibilities delegated to the contractor for transportation, materials, labor, and various construction-related tasks such as demolition, permitting, and environmental protection. The estimated project cost ranges between $2 million and $5 million, and it is exclusively reserved for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns, requiring eligibility through the appropriate registrations. The solicitation is expected to be released around June 12, 2025, with bids due by July 30, 2025. Interested offerors are advised to obtain all necessary documents and updates from the System for Award Management (SAM) website, as no paper copies will be provided. This initiative highlights the government's focus on supporting veteran-owned businesses while ensuring compliance with federal contracting requirements.
    The document is an amendment regarding a solicitation from the Department of Veterans Affairs Network Contracting Office 6, intended for all offerors and bidders. The primary purpose of the amendment is to update the tender documents by posting the site visit log from June 24, 2025, and providing a revised version of the invitation for bid (IFB) with corrected page numbers and formatting, while confirming that the content remains unchanged. It specifies that the due date for any questions and bids is not extended. Attached documents include the Site Visit Log and the amended IFB. The overall aim is to ensure clarity and completeness in the bidding process while maintaining adherence to the original schedule and requirements.
    The document details an amendment to a solicitation from the Department of Veterans Affairs for a project involving sanitary sewer rehabilitation at the Hampton VA Medical Center. The primary purpose of this amendment is to post responses to submitted inquiries from bidders, clarifying requirements for their proposals. Key topics include the necessity of providing documentation of safety records with bids, guidance on project specifications, and safety protocols. Questions cover aspects such as the use of specific materials for sewer lining, project scheduling software acceptability, qualifications for project personnel, and adherence to certain construction protocols. Notably, the amendment confirms that the bid due date remains unchanged despite the additional information. This document serves to ensure that all bidders have the same clarifications, promoting fairness in the procurement process for the contract related to the sanitary sewer project. Important attachments include geotechnical reports essential for bidders to understand soil conditions and project-specific requirements.
    This document is an amendment to a solicitation from the Department of Veterans Affairs, specifically under Network Contracting Office 6. The amendment pertains to a scheduled public viewing of CCTV footage relevant to a sewer line inspection, which will take place via a Microsoft Teams meeting on July 14 at 2:00 PM. The footage presentation will last approximately 45 minutes, and attendees are encouraged to record the session since no questions will be allowed during the viewing. It is important to note that the deadline for submitting quotes remains unchanged despite the amendment. The amendment includes necessary links and mentions that due to file sharing constraints, the footage cannot be distributed outside the meeting. Attached documents provide additional context with photographs related to the project. Overall, this amendment serves to inform potential bidders about the logistics of the meeting and ensure clarity regarding the quote submission timeline.
    The Hampton Virginia Medical Center's proposal under Project No. 36C24623C0014 aims to address issues with its sanitary sewer system through a comprehensive survey and rehabilitation initiative. Scheduled for bidding on April 21, 2025, the project encompasses extensive work involving the demolition of existing structures, rehabilitation of sanitary sewer mains, and manhole replacement. Key elements outlined in the project documentation specify requirements for safety, coordination with medical center operations, and strict adherence to quality control measures. Submittal schedules, detailed drawings, and environmental controls are emphasized to ensure compliance with both safety standards and operational continuity. The project highlights the necessity for thorough planning to mitigate disruptions to medical services and establishes rigorous procedures for the contractor's performance, including progress tracking, reporting, and warranty management. With a focus on modernizing and maintaining essential utilities, the initiative exemplifies the VA's commitment to improving infrastructure for veterans' healthcare.
    The document outlines a project for the Sanitary Sewer System Survey and Repairs at the Hampton VA Medical Center, aimed at addressing infiltration and inflow issues in the sewer system. The project's execution involves various phases, including design and construction timelines, with specified dates for releasing design documents and starting bids. Key aspects include coordination with utility companies, managing potential disruptions during construction, and ensuring environmental safety measures are followed. The project will require the contractor to undertake an extensive evaluation, implement erosion and sediment control measures, and maintain public safety through traffic management. Additionally, there is a comprehensive description of existing conditions, utility locations, and a systematic plan for the rehabilitation of manholes and piping. This initiative signifies the commitment to maintaining and improving infrastructure to support veteran healthcare services, ensuring compliance with local regulations and the efficient operation of the facility's sanitation systems.
    A site visit is scheduled for Tuesday, June 24th, at 11:00 am for interested parties participating in a federal RFP. The meeting point is the Hampton VA Canteen located in building 17, and attendees are advised to arrive early due to limited parking at the facility. This site visit serves as an opportunity for prospective bidders to engage with the project and gather necessary information for their proposals. Emphasizing the importance of punctuality, the document underscores the need for interested parties to cooperate with logistical constraints. Overall, this site visit plays a critical role in ensuring that all participants have an equal opportunity to understand the site conditions related to the RFP process.
    The document outlines geotechnical borehole logs for the Hampton Construct Additional Parking project, commissioned by Atriax Group in Hampton, Virginia. Two borehole locations, CBR-1 and CBR-2, were examined on September 3, 2020, by Fishburne Drilling, Inc., to assess soil composition and characteristics. The logs detail soil stratification, including various types of fill, sands, and clays, with observations on moisture content, density, and thickness. Key findings include topsoil and silty fine to medium sands containing asphalt and organic material. Water levels were measured at various depths, indicating potential seasonal changes. This assessment is crucial for informing construction decisions, ensuring the site is suitable for additional parking while adhering to safety and regulatory standards. The geotechnical report serves as foundational data for regulatory compliance as part of the federal RFP and grant processes tied to the project's context.
    The document presents a geotechnical study report for the construction of a new Rehab Medicine Facility (Building 52) at the Hampton Veterans Affairs Medical Center in Virginia. The report, prepared by Froehling & Robertson, Inc., details the findings from subsurface exploration, including soil composition, groundwater levels, and geotechnical recommendations necessary for foundation support. Key findings indicate that existing fill and natural soil layers contain very soft to soft clay, which are unsuitable for conventional shallow foundations. Two soil improvement options are evaluated: 1) Subsurface Soil Undercut and Replacement, which requires the removal of unsuitable soils to depths ranging from 4 to 6 feet and replacing them with compacted backfill, or 2) Rammed Aggregate Piers, allowing for significantly increased bearing pressure (up to 5,000 psf). The report also discusses necessary construction practices, including site preparation and controlled structural fill requirements, emphasizing the importance of ongoing geotechnical oversight during construction to ensure that the site conditions align with initial assessments. This document fulfills requirements related to government RFPs and grants, guiding the design and construction phases of the facility while ensuring adherence to safety and engineering standards.
    Terracon Consultants, Inc. prepared a Geotechnical Engineering Report for the proposed renovation of the VA Prosthetics Building (Building 50) at the VA Medical Center in Hampton, Virginia. The report summarizes subsurface conditions and recommends foundational design, earthwork preparation, and construction considerations. Key findings include existing silty sand fill to about 2 feet and loose to medium dense sandy soils extending to 70 feet deep. Due to expected settlements over 1 inch for conventional foundations, the report advises using deep foundations such as auger cast-in-place (ACIP) piles. Recommendations for site preparation include removing vegetation and unsuitable materials, performing proof-rolling, and maintaining effective drainage to prevent soil movements. It emphasizes the need for iterative observation and testing during construction to ensure compliance with geotechnical recommendations. The report also addresses seismic considerations, floor slab support requirements, and lateral earth pressures relevant for construction. This geotechnical analysis is critical in informing the development proposal, ensuring stability and compliance with safety standards throughout the renovation project.
    The Report of Subsurface Investigation and Geotechnical Engineering Services addresses the Renovation/Expansion of the SCI Phase II at the Veterans Affairs Medical Center in Hampton, Virginia. The study identifies subsurface conditions through a series of borings, revealing various soil types and groundwater levels. The project involves constructing two one-story additions, with considerations for structural support through deep foundations. Key findings indicate the presence of topsoil, fill materials, and layers of sandy and clayey soils. The report emphasizes the necessity of site clearance, proper subgrade preparation, and monitoring of soil conditions during construction. Auger cast piles are recommended for support due to potential vibration concerns affecting existing structures. The evaluation reports a design CBR value of 12.2 for pavement sections, advising on drainage and utility installation to address groundwater issues. The comprehensive analysis aims to ensure structural integrity and compliance with local regulations while providing clear recommendations for construction practices. Overall, this document serves as a crucial guide for geotechnical aspects of the project, emphasizing safety and adherence to engineering standards.
    The document presents an abstract of offers for a construction project titled "Replace Sanitary Sewer" under solicitation number 36C24625B0025, issued by the NCO 6 office in Hampton, VA. It details the bids received from two contractors, Firewatch Contracting and another unnamed company, with bid amounts of $2,587,750.00 and $4,405,084.00, respectively. The abstract includes important elements such as the bid security type and amounts (both companies submitted a 20% bid bond) and the acknowledgment of any amendments. The government estimate for the project, categorized under hired labor and reasonable contracts, provides context for the evaluated offers. The document certifies that these offers were officially opened and recorded by Contract Specialist Aaron Holmes, ensuring a transparent process in compliance with procurement regulations. The summary emphasizes the structured bidding process typical of government construction contracts, maintaining a focus on accountability, budget considerations, and adherence to formal guidelines.
    The document is a continuation sheet for abstracting offers related to a construction project, specifically to replace a sanitary sewer. It attaches to Form OF 1419 when there are more than two offers received. The primary focus is to detail the offers from different contractors, including their bid security amounts, amendments acknowledged, contract items, estimated quantities, unit prices, and estimated total amounts for each bid. Four offerors are identified: Laubacker Industries, MigGov, Philips CNC, and TST Tactical Defense Solutions, each providing bid amounts with corresponding bid bonds of 20%. The structure presents a systematic way to record and compare bid details essential for decision-making in governmental construction projects, ensuring accountability and thorough evaluation of contractor offers. This format highlights the process of selecting contractors within federal RFPs, maintaining transparency in public expenditure.
    The document serves as a continuation sheet for the Abstract of Offers - Construction, specifically related to the solicitation number 36C24625B0025 for the replacement of a sanitary sewer system under project number 590-23-120. It is intended to accompany the OF 1419 form when more than two bids are received for a construction project. The sheet is structured to detail the offers from various bidders, including information on bid security, amendments acknowledged, estimated quantities, unit prices, and estimated amounts for contract items. In this instance, TST Patriot submitted a bid amounting to $2,997,269.00, with a bid bond of 20%. This document highlights procedural aspects of federal solicitations, ensuring transparency in the bidding process for government construction projects, while also facilitating organization and review of multiple contractor offers.
    Similar Opportunities
    Z2NZ--CON-NRM 653-23-101 Repair-Replace Campus Sewer and Storm Drain Lines
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the project titled "Repair-Replace Campus Sewer and Storm Drain Lines" at the Roseburg VA Medical Center in Oregon. This project involves extensive general construction work, including the repair and replacement of existing sanitary sewer and storm drain systems, with a focus on maintaining continuous operations at the medical center while adhering to strict safety and environmental regulations. The estimated contract value ranges between $20 million and $50 million, with a performance period of 425 calendar days anticipated to begin after the notice to proceed is issued. Interested contractors should note that the solicitation is expected to be posted around mid-December 2025, and they can direct inquiries to Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341.
    J045--Plumbing and Pipefitting inspection and repair services Blanket Purchase Agreement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for plumbing and pipefitting inspection and repair services across various VA Medical Centers in VISN 1. The BPA will facilitate the issuance of individual Task Orders for a range of services, including general plumbing, pipefitting, and emergency response, with contractors required to provide 24/7 emergency services and adhere to strict response times. This procurement is critical for maintaining the operational integrity of medical facilities, ensuring that plumbing systems are functional and compliant with health standards. Interested vendors must contact Contract Specialist Issa J Shawki at Issa.Shawki@va.gov for further details, and proposals must comply with various regulatory requirements, including those for Service-Disabled Veteran-Owned Small Businesses.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Z2DA--OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Replace Exterior Utility Lines Project" at the Jack C. Montgomery VA Medical Center in Muskogee, OK, with a contract value estimated between $2,000,000 and $5,000,000. The project involves replacing exterior water and sewer lines, creating separate fire protection and domestic water loops to mitigate Legionella contamination, and requires compliance with ADA, OSHA, and NFPA standards. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes the importance of safety, quality assurance, and adherence to federal regulations throughout the construction process. Proposals are now due by December 17, 2025, at 2:00 PM CST, and must be submitted via email to Contract Specialist Jesus A. Villegas at jesus.villegas@va.gov.
    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.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    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.
    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.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    Y1DA--528A6-26-611 Abate Asbestos Pipe Insulation - B76
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the abatement of asbestos pipe insulation in Building 76 at the Bath VA Medical Center in New York. The project involves the removal and disposal of approximately 200 linear feet of asbestos-containing material (ACM) pipe insulation, adhering to all local, state, and federal regulations, with a completion timeframe of 30 days from the Notice to Proceed. This work is critical for maintaining a safe environment in a fully operational medical facility, ensuring compliance with health and safety standards. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by December 17, 2025, with a pre-bid site visit scheduled for December 3, 2025. For further inquiries, contact Devan Bertch at Devan.Bertch@va.gov.