ContractSolicitation

Z1DA--619-26-1-5381-0002, Correct FCA Assessment Findings on Failing PLUMBING Conditions for Building 1 (VA-26-00027345)

DEPARTMENT OF VETERANS AFFAIRS 36C24726R0039
Response Deadline
May 21, 2026
13 days left
Days Remaining
13
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is seeking a contractor to correct failing plumbing conditions in Building 1 at the Central Alabama Veterans Health Care System, with the work aimed at addressing FCA assessment findings and reducing waterborne pathogen risk. The scope includes removing dead-leg piping, upgrading domestic hot and cold water systems, installing a chilled domestic water system, adding continuous water quality monitoring, and completing related demolition, disinfection, insulation, and commissioning work. The project is to be performed in phases in an occupied healthcare setting, with strict infection control and safety constraints, coordination with facility staff, and evaluation based on technical approach, price, and past performance. This is a 100% SDVOSB set-aside with an estimated value over $10 million, and proposals are due May 7, 2026 at 1:00 PM CDT after the April 14 site visit and April 17 RFI deadline.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z1DA
MAINTENANCE OF HOSPITALS AND INFIRMARIES

Solicitation Documents

21 Files
36C24726R0039.docx
Word19 KBMar 23, 2026
AI Summary
This presolicitation notice outlines a construction project for the Central Alabama Veterans Health Care System to correct FCA assessment findings on failing plumbing conditions in Building 1. The project, with an estimated magnitude between $10,000,000 and $20,000,000, is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The scope of work includes removing dead leg piping, reapplying insulation, installing chlorination injection stations, increasing water heater temperatures with mixing valves, extending DHWR piping, replacing DHW recirculation pumps, installing a chiller and associated chilled water systems, and implementing a continuous monitoring system for incoming domestic water. The solicitation (36C24726R0039) is expected to be posted around April 7, 2026, and will utilize the Lowest Price Technically Acceptable (LPTA) procurement method. Prospective contractors must be certified and listed in the SBA certification database and registered in SAM. The anticipated award date is on or before September 30, 2025, with an estimated completion period of 1095 days after the Notice to Proceed.
36C24726R0039_1 Construction Solicitation.docx
Word297 KBMay 8, 2026
AI Summary
The Department of Veterans Affairs (VA) is soliciting proposals for Project 619-23-105, titled "Correct FCA Assessment Findings on Failing Plumbing Conditions for Building 1" at the Central Alabama Veterans Health Care System in Tuskegee, AL. This 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside aims to address failing domestic hot and cold-water plumbing and mitigate waterborne pathogen risks, particularly Legionella. The project involves removing dead-leg piping, upgrading hot and cold-water systems, installing a chilled domestic water system, and implementing continuous water quality monitoring. The work, with an estimated cost over $10,000,000, has a 1095-day performance period. Offerors must be registered in SAM.gov and VetCert, and proposals are due by May 7, 2026, at 1:00 PM CDT. A site visit is scheduled for April 14, 2026, and RFIs are due by April 17, 2026. Proposals will be evaluated on technical approach, price, and past performance.
Wage Rate AL20250093.txt
Text12 KBMay 8, 2026
AI Summary
General Decision Number AL20260093 outlines prevailing wage rates and fringe benefits for building construction projects in Montgomery County, Alabama, excluding single-family homes and apartments up to four stories. The document, published on January 2, 2026, details specific rates for various trades, including asbestos workers, boilermakers, ironworkers, plumbers, and electricians. It also provides information on Executive Order 13706, regarding paid sick leave for federal contractors, and Executive Order 13658, concerning the minimum wage for federal contractors. The file further explains identifiers for union, union average, and survey rates, and outlines the appeals process for wage determinations, directing interested parties to the U.S. Department of Labor's Wage and Hour Division for initial decisions and further review.
CAVHCS Contractor Safety Manual.pdf
PDF1115 KBMay 8, 2026
AI Summary
The Central Alabama Veterans Health Care System (HCS) Contractor Safety Manual outlines essential safety and health requirements for contractors working at their Montgomery and Tuskegee campuses. The manual emphasizes compliance with OSHA, EPA, ADEM, NFPA, NEC, and TJC standards to protect veterans, staff, and visitors. Key aspects include establishing clear project safety policies, defining responsibilities for all parties (Director, Contracting Officer, Project Engineer, Safety Office, and Contractor), and detailing procedures for design review, pre-construction meetings, site inspections, and intervention authority. Specific guidelines address dust control, asbestos management, hazardous materials, confined spaces, housekeeping, hot work permits, and emergency services. The manual also includes checklists and forms for safety inspections, asbestos notification, and road closures, ensuring a comprehensive approach to safety and environmental protection in construction activities within the HCS facilities.
Experience Modification Rate Form 2026 Revised 2 2 2026.pdf
PDF163 KBMay 8, 2026
AI Summary
The Experience Modification Rate Form is a mandatory attachment for offerors responding to a solicitation, requiring companies to provide detailed safety and insurance information for the past three years (2024-2026). This form collects data on man-hours, OSHA 300 log cases (days away, restricted activity, or both), DART rates, and any serious, willful, or repeat OSHA violations. Offerors must attach copies of their OSHA 300 and 300a forms and explain any violations, as certain violation thresholds can lead to disqualification. Additionally, companies must provide their Insurance Experience Modification Rate (EMR) for the past three years. The government will use this information, along with data from OSHA and EPA databases, to ensure contractors meet the required EMR specified in the solicitation, emphasizing safety compliance in federal, state, and local RFPs and grants.
36C24726R0039_1.docx
Word115 KBApr 3, 2026
AI Summary
The Department of Veterans Affairs (VA) is soliciting proposals for a construction project (36C24726R0039) to correct failing plumbing conditions and mitigate Legionella risk in Building 1 of the Central Alabama Veterans Health Care System. The project, 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves removing dead-leg piping, upgrading domestic hot and cold water systems, installing a chilled domestic water system, implementing continuous water quality monitoring, and modifying distribution systems. Key areas of focus are the 2nd and 3rd-floor patient care areas. The 36-month performance period includes phases for mobilization, central system installation (Year 1), work on patient care floors (Year 2), and building-wide completion and optimization (Year 3). Proposals must include general information, technical approach, past performance, and price, with a site visit scheduled for April 14, 2026, and proposals due by May 7, 2026. The VA will award a single firm-fixed-price contract based on the lowest price technically acceptable (LPTA) method.
Construction_SOW_619-23-105_CFMOHE.docx
Word40 KBMay 8, 2026
AI Summary
Project 619-23-105 outlines a three-year construction initiative to rectify failing plumbing conditions and mitigate waterborne pathogen risks in Building 1. The project focuses on eliminating dead-leg piping, upgrading domestic hot water (DHW) and installing a chilled domestic water (DCW) system, and implementing continuous water quality monitoring. Key objectives include maintaining optimal water temperatures, ensuring reliable recirculation, and complying with VA and healthcare facility standards. The scope details demolition, re-insulation, DHW system upgrades (e.g., temperature adjustments, recirculation improvements, point-of-use mixing valves), and the installation of a new chilled DCW plant with a recirculation loop and insulation. Disinfection through chlorination injection stations and continuous monitoring of pH, chlorine, and temperature are also included. The project requires coordination with facility staff, phased work to maintain patient care, and integration with existing building systems. The timeline spans 36 months, beginning with mobilization and central system installations in Year 1, focusing on 2nd and 3rd-floor patient areas in Year 2, and concluding with building-wide completion, optimization, and closeout in Year 3. Deliverables include detailed schedules, submittals, test reports, commissioning documentation, and as-built drawings.
36C24726R0039 0002.docx
Word18 KBMay 8, 2026
AI Summary
Amendment 0002 for Solicitation 36C24726R0039, issued by the Department of Veterans Affairs, addresses the "Correct FCA Assessment Findings on Failing Plumbing Conditions B1" project. This amendment clarifies the project site address as 215 Perry Hill Road, Montgomery AL 36083, superseding any previous addresses. It reschedules a second site visit for April 24, 2026, at 10 AM CDT, requiring vendors to confirm attendance 24 hours in advance. Additionally, the deadline for Requests for Information (RFIs) has been extended to April 29, 2026, at 1 PM CDT, and the overall offer receipt deadline is extended to May 21, 2026, at 1 PM CDT. The amendment includes a revised Statement of Work (SOW) with the corrected address and aims to provide offerors sufficient time for site visits and proposal preparation.
Sign in 619-23-105.pdf
PDF77 KBMay 8, 2026
AI Summary
The document is a sign-in sheet for a meeting on April 14, 2026, related to
36C24726R0039 0001.docx
Word17 KBMay 8, 2026
AI Summary
The Department of Veterans Affairs, Central Alabama Veterans Health Care System, issued Amendment 0001 to Solicitation Number 36C24726R0039, titled “Correct FCA Assessment Findings on Failing Plumbing Conditions B1.” This amendment, effective April 15, 2026, primarily provides the pre-proposal site visit sign-in sheet for transparency, confirming all registered vendors attended and signed in. Additionally, it sets April 17, 2026, at 3:00 PM CDT as the due date for Requests for Information (RFIs), to be submitted via email to Pamela.Moffitt@va.gov. RFI responses will be posted later via an amendment on Sam.gov. The amendment includes an attachment: the Site Visit Sign-in Sheet dated April 14, 2026. All other terms and conditions of the original solicitation remain unchanged. This document is a modification to a solicitation, requiring offerors to acknowledge receipt.
PAST AND PRESENT PERFORMANCE QUESTIONNAIRE.pdf
PDF335 KBMay 8, 2026
AI Summary
This government file is a Past and Present Performance Questionnaire designed for evaluating contractor performance on federal, state, and local government projects. It collects general information about the contractor, project title, contract number, and dollar amount, and specifies whether the offeror is a prime contractor, subcontractor, key personnel, teaming/joint venture, or architect/engineer. The questionnaire includes a detailed performance rating scale from Unsatisfactory (1) to Exceptional (5) with an N/A option, requiring narrative explanations for ratings of 1 or 2. It assesses various aspects of performance, including management, risk identification, responsiveness, quality control, adherence to schedules, financial dealings, safety record, and overall satisfaction. The form also inquires about claims by subcontractors, innovative approaches, small business subcontracting plans, and whether the government would award another contract to the contractor. Remarks sections are provided for detailed explanations. The completed survey is source selection sensitive information.
23-039-Montgomery Legionella-Pre-Bid RFIs-20260430 - COMPLETE AE Response.xlsx
Excel73 KBMay 8, 2026
AI Summary
The Pre-Bid RFI Response Log for ACG Project Number 23-039 details critical information for contractors, primarily focusing on mechanical, plumbing, and project management aspects. Key requirements include mandatory testing and balancing for mechanical systems, a prohibition on Pro Press plumbing joints, and the necessity of commissioning. The project is slated to begin in Q4 FY2026 and will be executed in phases, with each phase requiring full completion before the next begins. Work in occupied areas must occur after business hours or on weekends. The document specifies strict protocols for Infection Control Risk Assessment (ICRA), including limitations on wing shutdowns, use of HEPA carts for high-risk work, and temporary sprinkler head adjustments with fire watch. Access to certain areas requires a three-week advance notice. Several RFI items regarding fire alarm, security, CCTV, and telecommunications systems were deemed
36C24726R0039 0004.docx
Word17 KBMay 8, 2026
AI Summary
Amendment 0004 to Solicitation 36C24726R0039, issued by the Department of Veterans Affairs W.J.B. Dorn VA Medical Center, addresses the "Correct FCA Assessments on Failing Plumbing Conditions B1" project. This amendment provides responses to a Request for Information (RFI) for the solicitation. The document clarifies that offers must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on the offer submitted, or by separate letter or electronic communication. The amendment emphasizes that failure to acknowledge receipt by the specified hour and date may result in the rejection of the offer. This modification ensures that all potential offerors have the necessary information to submit their proposals, maintaining the integrity and fairness of the bidding process for this critical plumbing assessment project.
23-039-Montgomery Legionella-Pre-Bid RFIs-20260430 - AE Response.xlsx
Excel70 KBMay 8, 2026
AI Summary
The document is a Pre-Bid RFI Response Log for ACG Project Number 23-039, outlining responses to questions regarding a plumbing project for the VA. Key aspects include required commissioning, with the project expected to start in Q4 FY2026. The project will be phased, with each phase fully completed before the next, and only one area worked on at a time. Work in occupied areas must occur after business hours or on weekends, and contractors need to schedule shutdowns three weeks in advance. Strict Infection Control Risk Assessment (ICRA) protocols are required, particularly in high-risk areas, with HEPA carts used where specified. Sprinkler heads must be temporarily turned up during construction, with fire watch provided for impairments over four hours. Several RFIs regarding fire alarm, security, CCTV, and telecommunications systems were deemed
Site Visit Sign-in April 24 2026.pdf
PDF26 KBMay 8, 2026
AI Summary
The document is a sign-in sheet for a meeting on April 24, 2026, concerning
36C24726R0039 0003.docx
Word17 KBMay 8, 2026
AI Summary
Amendment 0003 for solicitation 36C24726R0039, issued by the Department of Veterans Affairs, Central Alabama Veterans Health Care System, addresses the project "619-23-105 Correct FCA Assessment Findings on Failing Plumbing Conditions." This amendment, effective May 7, 2026, provides the sign-in sheet from the April 24, 2026 site visit and responses to Requests for Information (RFIs). Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on their offer, or sending a separate communication, ensuring it is received before the specified offer receipt deadline. Failure to acknowledge may result in rejection of the offer.
SF24-23a.pdf
PDF703 KBMay 8, 2026
AI Summary
Standard Form 24 (SF 24) is a bid bond form used in federal government contracting to guarantee that a principal (bidder) will enter into a contract if their bid is accepted. It outlines the obligations of both the principal and the surety(ies) to the United States of America. The bond ensures that if the principal fails to execute the required contractual documents and provide further bonds within specified periods after bid acceptance, they will pay the government for any costs incurred in procuring the work that exceed the original bid amount. The form details conditions under which the obligation becomes void, primarily if the principal fulfills their contractual commitments. It also addresses provisions for corporate and individual sureties, including requirements for approval, liability limits, and the handling of co-surety arrangements. Instructions for completing the form cover legal names, addresses, penal sums (which can be expressed as a percentage of the bid price with a maximum dollar limitation), and signatory requirements, including the affixing of corporate seals. The document emphasizes compliance with the Department of the Treasury's list of approved sureties for corporations and mandates an Affidavit of Individual Surety (SF 28) for individual sureties. It also clarifies that terms like “bid” and “bidder” encompass “proposal” and “offeror” in negotiated contracts. The form is designed to safeguard the government against financial loss if a successful bidder defaults on their post-award obligations.
Proposal Sheet 619-23-105 Plumbing Project Building 1.xlsx
Excel10 KBMay 8, 2026
AI Summary
Project 557-21-103 outlines a plan to address critical roof and exterior wall deficiencies, likely as part of a government Request for Proposal (RFP) or a federal grant. The project scope encompasses a wide range of construction divisions, including general requirements, existing conditions, masonry, metals, wood, plastics, composites, thermal and moisture protection, openings, specialties, special construction, fire suppression, plumbing, heating, ventilating, and air conditioning (HVAC), and electrical. The document details a breakdown of costs for each task, including subtotals, profit, and overhead, indicating a comprehensive approach to budgeting for the necessary repairs and upgrades. This initiative aims to rectify significant structural and protective issues, ensuring the integrity and longevity of the facility.
Drawings.pdf
PDF20276 KBMay 8, 2026
AI Summary
The Legionella Plumbing Project at the CAVHCS West Campus in Montgomery, AL, involves comprehensive plumbing demolition and installation across multiple floors and areas of Building 1. The project, overseen by Apogee Consulting Group, P.A., focuses on mitigating Legionella risks. It outlines detailed plans for plumbing, structural, architectural, fire suppression, mechanical, and electrical work. A critical component of the project is the extensive Infection Control Risk Assessment (ICRA) and Interim Life Safety Measures (ILSM) protocols. These protocols categorize construction activities by risk level (low, medium, high, highest) and specify corresponding precautions, including air pressure management, dust control, and worker protection, particularly in patient-care areas. The project schedule indicates work typically occurring from 4:00 PM to 12:00 AM, emphasizing safety and minimal disruption in a healthcare environment.
Specs.pdf
PDF12058 KBMay 8, 2026
AI Summary
This document outlines the project specifications for the Department of Veterans Affairs Legionella Plumbing Project in Building 1 at CAVHCS West Campus, VA Project No. 619-23-105, dated July 16, 2025. The project involves comprehensive general construction, alterations, and necessary demolition to address Legionella plumbing in Building 1. Key requirements include strict safety and infection control measures, adherence to VA security protocols, and meticulous coordination to minimize disruption to the operational Medical Center. The contractor is responsible for site preparation, material storage, utility management, and restoring disturbed areas. Detailed provisions are made for as-built drawings, warranty management, and emergency response, ensuring all work complies with VHA Master Specifications and applicable regulations. The project emphasizes maintaining continuous Medical Center operations and protecting existing infrastructure.
852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING.pdf
PDF140 KBMay 8, 2026
AI Summary
This VA clause (852.219-75) outlines subcontracting limitations for service and construction contracts awarded to certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) under 38 U.S.C. 8127(l)(2). Contractors must certify compliance, with specific limits on the percentage of work that can be subcontracted to non-certified firms: 50% for services, 85% for general construction, and 75% for special trade construction. Certain costs, like materials, may be excluded. False certifications carry severe penalties, including criminal, civil, and administrative actions. The VA can request documentation to verify compliance at any time, and failure to provide it may result in remedial action. Offerors must complete and return a formal certification to be considered for an award.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 23, 2026
amendedAmendment #1Apr 3, 2026
amendedAmendment #2· Description UpdatedApr 15, 2026
amendedAmendment #3· Description UpdatedApr 16, 2026
amendedAmendment #4· Description UpdatedMay 7, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 21, 2026
expiryArchive DateJun 20, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)

Point of Contact

Contract Specialist
Pamela R Moffitt

Official Sources