J045 - Storm Drain Water System Clean Out, Seattle and American Lake Veterans Affairs
ID: 36C26025Q0343Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

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 seeking qualified contractors for the cleaning and maintenance of stormwater systems at the Seattle and American Lake Veterans Affairs Medical Centers. The procurement involves a base contract period from June 16, 2025, to June 15, 2026, with four optional renewal years, totaling an estimated contract value of $16.5 million. The selected contractor will perform bi-annual cleanings and maintenance of stormwater management systems to ensure compliance with environmental regulations, while minimizing disruption to hospital operations. Interested parties must be certified as service-disabled veteran-owned small businesses (SDVOSB) and submit their proposals, including past performance questionnaires, by April 16, 2025, at 5:00 PM PT. For further inquiries, contact Danielle Carrico at danielle.carrico@va.gov.

    Point(s) of Contact
    Danielle Carrico
    danielle.carrico@va.gov
    Files
    Title
    Posted
    The document outlines the focus on management and construction services related to facilities. It emphasizes the importance of comprehensive planning and execution in projects concerning federal grants, requests for proposals (RFPs), and local initiatives. Key points include adherence to regulatory standards, ensuring safety and efficiency during construction, and the necessity of collaboration among contractors, engineers, and local authorities. The document presents a structured approach to managing construction processes, highlighting the significance of effective project management practices to achieve government objectives. Additionally, it addresses issues related to resource allocation and compliance with design specifications, which are essential for the successful delivery of construction projects. Overall, the document serves as a guiding framework for entities involved in government-related construction activities, stressing the alignment of projects with federal and local mandates and the importance of maintaining high safety and quality assurance standards throughout the construction lifecycle.
    The document outlines the drainage layout for Building 200 at the VA Puget Sound facility, detailing the design and infrastructure for managing stormwater and wastewater. Various components are specified, including cleanouts (CO), catch basins (CB), floor drains (FD), and roof drains (RD), which facilitate the effective handling of water drainage. The utilities layout is designed to connect with existing systems, ultimately directing water flow to maintenance holes and outfalls into American Lake. The document includes references to pipe materials and sizes, indicating a historical context of construction and renovations from 1988. It emphasizes adherence to engineering standards and protocols necessary for a federal facilities management initiative. This is part of a broader commitment to maintain infrastructure that meets safety regulations and operational efficiency at the Department of Veterans Affairs facility. The details provided are essential for engineering consultants and project managers involved in the execution of related improvements and maintenance operations. The document serves as a foundational reference for ongoing and future projects addressing facility upgrades and utility management.
    The document outlines a detailed utility layout plan for the American Lake VA Campus, focusing on the configuration of sanitary sewer lines, domestic water lines, and storm drains. It includes a comprehensive diagram indicating various pipe sizes and types, including PVC, STL, and SS, along with manholes (MH), cleanouts (CO), and other drainage structures. The plan also notes abandoned sewer lines and treatment mechanisms in relation to the Fort Lewis sewage system. A specific emphasis is placed on the interaction of infrastructure elements for effective waste management and water distribution on the campus. The purpose of this document aligns with compliance and planning requirements typical in federal government RFPs and grants, serving as a reference for future infrastructure improvements within the VA facility. The directed focus on maintaining operational integrity and safety underscores the commitment to enhancing veterans' services while adhering to regulatory standards.
    The document outlines regulations regarding fire lanes within a designated area, specifically indicating a prohibition on parking in fire lane zones. This stipulation is crucial for ensuring clear access for emergency response vehicles, thereby promoting public safety. The emphasis on maintaining these designated lanes is a standard requirement across federal, state, and local jurisdictions, aimed at complying with fire safety codes and enhancing overall community safety protocols. This regulatory notice serves to inform the public of the importance of adhering to these parking restrictions to prevent potential hazards associated with obstructed access to emergency services.
    The Past Performance Questionnaire is a critical tool used by the Veterans Healthcare Administration (VHA) for evaluating contractors. The document collects essential information about the contractor's performance on previous contracts, including details such as the name of the firm providing feedback, contract completion dates, award values, and the name of the assessing official with contact information. It outlines various assessment categories, which include the quality of product or service, adherence to schedule, cost control, business relations, management of key personnel, reliability, customer support, and overall performance, with response options ranging from unsatisfactory to exceptional. Additional comments can be provided to elaborate on specific performance areas. The VHA requires submission of completed questionnaires by April 11, 2025, directly to the designated official, underscoring the importance of these assessments in decision-making for federal contracts. This process reflects the government's commitment to ensuring high standards in service delivery within healthcare programs.
    The VAAR clause 852.219-75 outlines the limitations on subcontracting requirements for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) when awarded government contracts. It mandates that contractors may only subcontract up to 50% of services, 85% of general construction, and 75% of special trade construction to non-certified firms. Additionally, any work further subcontracted by certified SDVOSB/VOSB partners counts towards these percentages. The clause emphasizes the importance of truthful certification, noting that violations can lead to penalties, including debarment and criminal prosecution. Contractors must be prepared to provide documentation to demonstrate compliance with these requirements, as failure to do so may trigger remediation actions by the government. A formal certification must be signed and returned with the bid proposal for consideration in the procurement process. This document serves to uphold the integrity of contracting processes while ensuring support for veteran-owned businesses.
    The document outlines a utilities layout plan for storm drainage at the VA Puget Sound campus in Seattle, detailing specifications for various sizes and types of drainage systems, including perforated drain pipes and catch basins. It includes project information such as project and drawing numbers, publication date, and personnel responsible for the project’s design, review, and approval. The document serves to inform construction and engineering teams about the layout and dimensions of drainage systems needed for effective management of stormwater on the campus. The emphasis on specific measurements, materials, and installation instructions reflects the project's adherence to federal standards and engineering practices necessary for the efficient operation of VA facilities. Overall, it highlights the strategic planning involved in maintaining infrastructure that supports the Department of Veterans Affairs' mission to provide quality services to veterans.
    The presolicitation notice outlines an upcoming federal contract for storm drain and water system cleaning services at the Seattle VA and American Lake VA facilities. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 562998, covering miscellaneous waste management services. The contractor will be required to clean and maintain stormwater management systems bi-annually. The contract will include a base period and four optional years, with a projected start date of June 16, 2025. The Request for Quote is expected to be issued in late March, with award notifications anticipated in early May. A site visit is scheduled for March 31, 2025, for interested parties to assess the work requirements. All responsible sources are invited to submit bids for consideration by the agency. This notice reflects the federal government's commitment to involving veteran-owned businesses in service contracts while addressing essential maintenance needs of VA facilities.
    The document outlines a Request for Proposal (RFP) for stormwater system cleaning services at Seattle and American Lake Veterans Affairs Medical Centers. The contract is set for a base year with four optional renewals, totaling an estimated $16.5 million. The project entails bi-annual cleaning and maintenance of stormwater management systems to comply with environmental standards, including specific tasks for both locations. Key deliverables include detailed cleaning schedules, service reports with photos, and compliance documentation. Contractors must follow strict regulations, including proper disposal of waste, use of certified personnel in confined spaces, and adherence to safety and inspection standards. The RFP emphasizes the importance of minimal disruption to hospital operations during service. Furthermore, it stipulates that eligible bidders must be certified as service-disabled veteran-owned small businesses to participate in the procurement process, reflecting the government’s commitment to supporting veteran-owned enterprises. The overall goal is to ensure effective stormwater management and maintain compliance with environmental regulations and VA standards.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) for storm water system cleaning services at VAMC Seattle and American Lake. The RFP specifies that the contract will span a base year and four optional extension years, with a total award amount of $16.5 million. The primary tasks involve bi-annual cleaning of stormwater management systems, including various types of catch basins and trench drains, ensuring compliance with environmental regulations. Contractors are required to submit a yearly schedule and detailed status reports, including photographic documentation of work completed. The contractor must adhere to safety regulations, including confined space entry protocols, and manage waste disposal responsibly. There is a strong emphasis on minimizing disruption to hospital operations, and all work must comply with local, state, and federal regulations. Additionally, the solicitation emphasizes participation from service-disabled veteran-owned small businesses, highlighting the VA's commitment to supporting veteran enterprises in government contracts. The document serves as a crucial guideline for contractors interested in bidding for federal services while underscoring the importance of environmental management and compliance in public service contracts.
    The document outlines a contract solicitation from the Department of Veterans Affairs (VA) for the cleaning and maintenance of stormwater systems at the Seattle and American Lake VA hospitals. The contract spans a base year from June 16, 2025, to June 15, 2026, with four optional renewal years. The contractor will perform bi-annual cleanings, ensuring compliance with municipal and environmental regulations. Key tasks include cleaning catch basins, trench drains, and other stormwater infrastructure, as well as conducting inspections and providing detailed status reports on each cleaning. The solicitation emphasizes the requirement for contractors to be certified service-disabled veteran-owned small businesses (SDVOSB) and outlines specific reporting and documentation protocols. Additionally, it specifies expected safety measures, including using confined spaces equipment and properly managing waste disposal. The overall goal of the contract is to maintain efficient stormwater management systems, significantly reducing health and environmental risks while supporting local small businesses in compliance with federal regulations. The document reflects standard procedures for government contracts, ensuring transparency and accountability through set guidelines and mandatory requirements during the contract's execution.
    The document pertains to an amendment of a solicitation for a service contract related to storm drain cleaning, specifically changing the cleaning frequency from bi-annual to annual. The amendment outlines necessary updates to the Price Schedule and the Statement of Work, ensuring clear communication with potential contractors regarding new requirements. It includes responses to initial inquiries from bidders, confirming that this is a new requirement with no incumbent contractor previously handling the tasks. The amendment emphasizes that aside from these changes, all other terms and conditions of the initial solicitation remain unchanged. The document is structured to facilitate acknowledgment of the amendment by bidders and to clarify the contract specifics, underscoring the importance of compliance with the updated terms for successful bids. Overall, this amendment serves to refine the project requirements and ensure accurate bids are submitted based on the latest specifications.
    This document serves as an amendment to a Request for Quotation (RFQ) for storm drain cleaning services at the Seattle and American Lake VA Medical Centers. The main purpose is to extend the RFQ response deadline to April 16, 2025, at 5:00 PM PT, and provide updated information regarding the statement of work (SOW), site maps, and responses to bidders' questions. Key points include the removal of oil-water separator cleaning from the SOW, updates to the site map indicating pollutant facilities, and clarifications on access for cleaning and water supply. It incorporates new clauses and rescinds outdated ones, underlining the necessity for contractors to adhere to current SOW while allowing for potential modifications in response to unforeseen conditions. Overall, the amendment aims to facilitate a clear understanding of the project requirements and expectations, ensuring compliance and efficient execution of maintenance services at the VA facilities.
    Similar Opportunities
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    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.
    Seattle VA Portable Fire Extinguisher Maintenance Service RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers across the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia, Washington. The procurement includes monthly, annual, and six-year inspections, as well as a twelve-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This maintenance service is critical for maintaining fire safety and compliance across the facilities, with the contract valued at up to $12.5 million and set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their quotations by December 16, 2025, and can contact Michael J Borelli at Michael.Borelli@va.gov for further information.
    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.
    Boiler Water Treatment and Boiler commissioning Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a qualified contractor to provide boiler water treatment and commissioning services for a CREST Lochinvar FBN1251 boiler at the Fort Lawton Campus in Seattle, Washington. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238220, with a small business size standard of $19 million, and includes comprehensive services such as water quality analysis, chemical treatment, and boiler commissioning over a 90-day performance period. This opportunity is critical for ensuring the operational efficiency and safety of the VA's heating systems, which are vital for maintaining a conducive environment for veterans' healthcare. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    Annual Generator Maintenance Services at Seattle and American Lake VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide annual generator maintenance services at the Seattle and American Lake VA Medical Centers. The required services include annual inspections, performance verification, oil and fuel filter changes, coolant system maintenance, and load bank testing for various Caterpillar and Cummins generators, in compliance with Joint Commission standards and VA directives. This opportunity is part of a Sources Sought Notice aimed at gathering information to identify potential sources for a contract that will include a base year and four option years. Interested parties should contact Adam Hill at Adam.Hill3@va.gov or 360-553-7678 to express their interest and provide the requested company information and capability statements by the specified deadline.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    Willamette National Cemetery Grounds Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Willamette National Cemetery in Happy Valley, Oregon. The procurement involves comprehensive landscaping tasks, including turf management, tree and shrub care, and leaf removal, with strict adherence to National Cemetery Administration standards and a focus on maintaining the cemetery's dignity. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses, has a guaranteed minimum value of $10,000 and a maximum aggregate value of $7 million over five ordering periods, with a performance period from February 1, 2026, to January 31, 2030. Interested vendors must submit their proposals by December 30, 2025, and are encouraged to contact Brian Trahan or Ralph Crum for further information.
    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.
    Garage Door Maintenance and Repair at American Lake VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for garage door maintenance, repair, and replacement services at the American Lake VA Medical Center in Tacoma, Washington. The project involves maintaining four existing garage doors and replacing two roll-up garage doors, which includes procurement, removal, disposal, and installation, all in compliance with OEM guidelines, OSHA safety standards, and NFPA codes. This opportunity is a total small business set-aside under NAICS code 238290, with a size standard of $22 million, emphasizing the importance of supporting small businesses in federal contracting. Interested vendors must RSVP for a mandatory site visit on December 12, 2025, and submit questions by December 29, 2025, with offers due by January 2, 2026; for further inquiries, contact Adam Hill at adam.hill3@va.gov or 360-553-7678.