Z1DA--550-26-120 Emergent South Water Tower Repairs
ID: 36C25226B0002Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the emergent repairs of the South Water Tower under Project 550-26-120. The project involves extensive repair work on a 200,000-gallon multi-column elevated water storage tank, including tasks such as installing safety devices, replacing components, and ensuring compliance with health and safety regulations. This procurement is critical for maintaining uninterrupted operations at the VA Illiana Health Care System in Danville, IL, and ensuring the water tower meets operational standards. Interested contractors must submit their bids by December 10, 2025, at 12:00 PM CST, and can direct inquiries to Contract Specialist Amber Jendrzejek at Amber.Jendrzejek@va.gov.

    Point(s) of Contact
    Amber JendrzejekContract Specialist
    Amber.Jendrzejek@va.gov
    Files
    Title
    Posted
    Amendment 0001 to Solicitation 36C25226B0002, issued by the Department of Veterans Affairs, Great Lakes Acquisition Center, addresses emergent repairs for the South Water Tower, Project 550-26-120. The primary purpose of this amendment is to publish additional answered pre-bid RFI questions for the project. All other terms and conditions of the solicitation remain unchanged, and the bid opening date, time, and place are still scheduled for December 10, 2025, at 12:00 PM CST. This modification ensures all potential offerors have access to updated information before submitting their bids.
    Amendment 0002 to Solicitation 36C25226B0002, issued by the Department of Veterans Affairs, Great Lakes Acquisition Center, concerns emergent repairs to the South Water Tower, Project 550-26-120. The primary purpose of this amendment is to announce a second mandatory site visit scheduled for December 3, 2025, from 2:30 PM to 3:30 PM CST at Building 102, Project Section Project Room (B102 102G) at the VA Illiana. Additionally, it publishes further answered pre-bid RFI questions related to the project. The bid opening date, time, and place remain unchanged: December 10, 2025, at 12:00 PM CST.
    Amendment 0003 for solicitation 36C25226B0002 addresses emergent repairs to the South Water Tower, Project 550-26-120, for the Department of Veterans Affairs. This amendment primarily publishes remaining answered pre-BID RFI questions related to the project. The solicitation was issued by the Great Lakes Acquisition Center - HC in Milwaukee, WI, with an effective date of December 3, 2025. The BID opening date, time, and place remain unchanged: December 10, 2025, at 12:00 PM CST. All terms and conditions of the original solicitation, as previously amended, remain in full force and effect. Roniece Ambrose is the Contracting Officer.
    Amendment 0004 for solicitation 36C25226B0002, issued by the Department of Veterans Affairs, Great Lakes Acquisition Center, addresses emergent repairs to the South Water Tower, Project 550-26-120. The primary purpose of this amendment is to publish the Site Visit Sign-in sheet from the December 3, 2025, site visit. All other terms and conditions of the solicitation remain unchanged. The bid opening date, time, and place are not affected by this amendment, remaining December 10, 2025, at 12:00 PM CST.
    The Department of Veterans Affairs (VA) is soliciting bids for Project 550-26-120,
    The Department of Veterans Affairs (VA) is issuing a pre-solicitation notice for emergent repairs to the South Water Tower at the Veterans Affairs Illiana Healthcare System (VAIHCS) in Illinois. This construction project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves providing all necessary tools, materials, labor, and supervision to upgrade the water tower, ensuring compliance with federal, state, local, and VA codes. The work, estimated between $250,000 and $500,000, must be completed within 135 calendar days and includes a one-year warranty. The solicitation (36C25226B0002) will be posted on sam.gov around November 7, 2025, with bids due by December 10, 2025. Prospective bidders must be registered and verified as SDVOSBs in the SBA database and SAM.gov. A pre-bid site visit will be detailed in the solicitation package.
    The VA Illiana Health Care System requires a contractor to upgrade and repair its south 200,000-gallon multi-column elevated water storage tank. This project, detailed in a Statement of Work dated October 7, 2025, involves 17 specific tasks to be completed within 135 calendar days after the Notice to Proceed. Key tasks include installing a thermometer, replacing the manway with a larger, lockable riser manway, installing a new screen on the overflow pipe, securing co/ax cables, adjusting windage rods for 100 mph winds, and installing multiple OSHA-compliant ladder safety devices and new ladders. The contractor will also clean and calibrate the liquid level indicator, install a safety grill over the riser opening, perform interior coating work, drill weep holes in the balcony floor, install warning signs, and conduct a final water test for potability. Coordination with VAIHCS Facility Management Service is required, with Andrew Butts and Von Poehlein as primary contacts. Certification and Accreditation requirements and a Security Accreditation Package are not applicable to this project.
    The VA Illiana Health Care System in Danville, IL, is seeking bids for Project No. 550-26-120, "Emergent South Water Tower Repair 94." This project requires a contractor to prepare the site, demolish existing materials, and furnish labor and materials for the water tower repair, adhering to provided drawings and specifications. Key requirements include strict adherence to VA security, safety, and health regulations, including OSHA certifications and infection prevention measures. The contractor must submit a detailed Critical Path Method (CPM) schedule within 10 days of the Notice to Proceed, attend weekly job progress meetings, and provide as-built drawings. The project emphasizes maintaining uninterrupted medical center operations, coordinating with other ongoing construction, and proper handling of hazardous materials like asbestos. The contractor is responsible for providing temporary facilities, utilities (with some exceptions for electricity and water), and ensuring environmental protection and fire safety throughout the project duration.
    The document outlines Pre-Bid Requests for Information (RFIs) concerning Solicitation 550-26-120 for emergent repairs to the South Water Tower. Key questions from prospective bidders include eligibility for non-Service Disabled Veteran Status businesses, the need for a site visit, the presence of lead in existing coatings, requirements for temporary water service, the anticipated project start date, and mandatory completion deadlines for the tank to be back in service. Bidders also inquired about inspection protocols, including who will perform inspections, whether they will be full-time or hold-point based, and if dehumidification is required for interior coating systems. These RFIs aim to clarify project scope, requirements, and logistics for the emergency repair work.
    The document compiles Pre-Bid Request for Information (RFI) for the "550-26-120 Emergent repairs South Water Tower" project, detailing questions from potential bidders to the government agency. Key inquiries cover the mandatory or optional nature of the pre-bid conference, availability of virtual attendance, site visit schedules, and required documentation like PPE. Bidders also sought clarification on submission methods (certified mail, hand-delivery), lead presence in existing coatings, required in-service dates for the tank, inspection protocols (full-time vs. hold-point), dehumidification requirements, and the necessity for the Superintendent to be a direct employee of the Prime Contractor. Additionally, questions addressed eligibility for non-Service Disabled Veteran Status bidders, the anticipated Notice to Proceed date, and the need for temporary water service. These RFIs aim to clarify project scope, requirements, and logistical details for prospective contractors.
    The document,
    This government file, General Decision Number: IL20250002, outlines the prevailing wage rates and fringe benefits for various building construction projects in numerous Illinois counties for 2025. It specifies that contracts subject to the Davis-Bacon Act must adhere to minimum wage rates established by Executive Orders 14026 ($17.75/hour for contracts after January 30, 2022) or 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). The document details wage rates and classifications for trades such as Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Operating Engineers, Ironworkers, Laborers, Marble/Tile/Terrazzo Workers, and Painters. It also includes information on premium pay for hazardous waste work and specific equipment operations. The file serves as a critical resource for contractors to ensure compliance with federal wage requirements on covered projects within the specified Illinois counties.
    Lifecycle
    Similar Opportunities
    Z1DA--PN: 636A6-22-104, Replace Boiler Plant Brine Tank (DM) 2237: 636-26-2-9801-00013
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 23, is soliciting bids for the replacement of the Boiler Plant Brine Tank at the VA Central Iowa Health Care System in Des Moines, Iowa. This project, identified as PN: 636A6-22-104, involves the replacement of two existing brine generation tanks and one brine tank with a new poly tank system, requiring comprehensive construction services, including demolition, installation, and adherence to strict safety protocols due to the facility's continuous operation. The estimated contract value ranges between $1,000,000 and $2,000,000, with bids due by December 31, 2025, at 10:00 AM CT, and a formal site visit scheduled for December 8, 2025. Interested contractors should contact Contract Specialist Jocelyn J Swim at Jocelyn.Swim@va.gov for further details.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Buyer not available
    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.
    J041--Cooling Tower service | Base 4
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for cooling tower service at the James J. Peters VA Medical Center in the Bronx, New York. The procurement involves preventative maintenance and repair services for a Marley 8-cell cooling tower and its supporting equipment, with a contract period starting January 1, 2026, and extending through December 31, 2031, including four one-year options. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of experienced personnel familiar with Marley cooling towers and compliance with federal and local regulations. Interested contractors must confirm attendance for a mandatory site visit by December 4, 2025, and submit their quotes by December 9, 2025, at 4:30 PM ET, with inquiries directed to Contract Specialist Christopher J. Weider at Christopher.Weider@va.gov.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Buyer not available
    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. Contractors are required to provide all labor, materials, equipment, and supervision necessary to remove and replace an old trench cap, as outlined in the Statement of Work, while adhering to safety regulations and environmental disposal guidelines. This project is crucial for maintaining the infrastructure of the facility, ensuring a safe and functional environment for veterans. 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. Interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Z1DA--657-24-109JB, Replace hot water generators in B53, B51, & B24
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace hot water generators in Buildings 24, 51, and 53 at the St. Louis Jefferson Barracks VA Medical Center. This project, identified as 657-24-109JB, involves extensive general construction, mechanical, plumbing, and electrical work, including the demolition of existing systems and installation of new semi-instantaneous steam-to-water generators. The contract, valued between $500,000 and $1,000,000, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, with a performance period of 365 calendar days. Proposals are due by December 8, 2025, and must be submitted electronically, with additional requirements including active SAM and VetCert registrations. For further inquiries, interested parties may contact Contract Specialist Tonesha Y King at tonesha.king@va.gov.
    Z1DZ--FY26: NRM (PROJ: 673-26-111) DB - Replace Locate Chilled Water Piping SCI
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a Design-Build project to replace and relocate chilled water piping at the James A. Haley VA Hospital in Tampa, Florida, under Solicitation Number 36C24826Q0005. The project, valued between $1 million and $2 million, requires contractors to provide all necessary professional services, equipment, labor, and materials, with a performance period of 913 days following the Notice to Proceed. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with VA and national codes, and minimizing disruption to patient care during construction. Interested contractors must submit their Phase I quotes by December 5, 2025, and can direct inquiries to Contract Specialist David M. Hernandez at David.Hernandez1@va.gov.
    Industrial O2 Tank Procurement & Installation Services- QTY2 EA
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information from qualified sources for the procurement and installation of two industrial oxygen tanks at the Seattle VA Medical Center. The project involves decommissioning existing tanks, procuring and installing new primary and reserve oxygen tanks, and ensuring a continuous supply of medical-grade oxygen during the transition, all in compliance with NFPA 99 requirements. This initiative is critical for maintaining the medical facility's operational capabilities and ensuring patient safety. Interested parties must submit their responses to the Request for Information (RFI) by December 10, 2025, and can direct inquiries to Derek Crockett at derek.crockett@va.gov or by phone at 360-816-2760.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Buyer not available
    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.
    Y1DZ--FY26: NRM (PROJ: 673-21-145) BB Construct New Bed Tower Connector
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the construction of a new Bed Tower Connector at the James A. Haley Veteran’s Hospital in Tampa, Florida, under Solicitation No. 36C24825R0163. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the demolition of an existing ICU and the construction of a new corridor to connect surgical facilities with the new bed tower, emphasizing the importance of maintaining operational continuity within the medical center. Key deadlines include a site visit on November 13, 2025, with proposals due by December 11, 2025, and an estimated contract value between $500,000 and $1,000,000. Interested contractors should direct inquiries to Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788 for further information.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Buyer not available
    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.