J047--Replace Degraded Piping in C-2099 583-25-518
ID: 36C250Q0238Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PIPE, TUBING, HOSE, AND FITTINGS (J047)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the replacement of degraded hot water piping at the Richard L. Roudebush VA Medical Center in Indianapolis, IN, under project number 583-25-518. The project involves replacing damaged hot water supply and return lines, installing new valves, and abating asbestos along 20 linear feet of pipe insulation, with a completion timeline of 45 calendar days following the Notice to Proceed. This work is critical to maintaining the facility's operational integrity and ensuring patient safety, as it directly impacts the hospital's plumbing infrastructure. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals, including compliance with federal wage requirements and documentation of SDVOSB status, by the specified deadline. For inquiries, contact Contract Specialist Samuel Galbreath at samuel.galbreath@va.gov.

    Point(s) of Contact
    Samuel GalbreathContract Specialist
    samuel.galbreath@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a Request for Proposal (RFP) for the replacement of degraded hot water piping at the Richard L. Roudebush VA Medical Center in Indianapolis, IN (Project Number: 583-25-518). The scope of work involves replacing damaged hot water supply and return lines within a specific mechanical chase, including the installation of new valves and the abatement of asbestos along 20 linear feet of pipe insulation. The project mandates completion within 45 calendar days following the Notice to Proceed (NTP) while minimizing disruptions to hospital operations, to be conducted during weekends. Contractors must adhere to various technical, safety, and documentation requirements, including infection control measures and coordination with VA specifications. Submissions must include completed forms acknowledging amendments and compliance with federal wage requirements, with an emphasis on minority and female participation goals. The estimated cost falls between $25,000 and $100,000, categorizing it under commercial and institutional construction. The document emphasizes the rigor of standard safety protocols, parking regulations, and stringent waste management practices throughout the project’s duration, reflecting the VA's commitment to high-quality standards in its facilities.
    The Department of Veterans Affairs has established VHA Directive 1192.01 to mandate seasonal influenza vaccinations for all healthcare personnel (HCP) within the Veterans Health Administration (VHA). This directive aims to enhance patient safety and minimize flu transmission risks among vulnerable populations. It outlines that compliance is a condition of employment, with disciplinary measures for noncompliance, including possible removal from federal service. The directive details vaccination procedures, exemption requirements for medical or religious reasons, and documentation responsibilities for healthcare staff. Vaccinated HCP must submit a Vaccination Form by November 30 each year, while those exempt must wear masks during the flu season. The directive also refers to other relevant policies and organizations supporting influenza vaccinations. The document emphasizes the importance of vaccination in protecting both staff and patients, and the need for oversight and compliance through designated officials within the VHA structure. Overall, the directive reinforces the commitment of the VHA to prevent influenza outbreaks and safeguard public health in its facilities.
    The VAAR 852.219-75 outlines compliance requirements for contractors regarding subcontracting limitations for service and construction contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It mandates that contractors will not pay more than 50% for service contracts, 85% for general construction contracts, and 75% for special trade construction contracts to firms that do not hold SBA certifications as SDVOSBs or VOSBs. The document emphasizes the need for accurate certifications, detailing potential penalties for false information. Additionally, it grants the VA the authority to request documentation for compliance verification and requires complete cooperation from the contractor. Offers lacking completed certifications will be deemed ineligible. This regulation seeks to ensure fair participation of veteran-owned businesses in government contracts while maintaining stringent compliance standards.
    The document pertains to a Request for Information (RFI) related to a federal government project, specifically the "Replace Valet Doors" initiative at the VA Northern Indiana Health Care System's Fort Wayne Campus. It outlines the requirement for contractors to submit questions or clarification requests regarding the project after thoroughly reviewing the solicitation and associated specifications. Contractors must identify relevant sections or drawing numbers in their inquiries to ensure timely responses from the government. The information details the project's title and location, establishes the communication process with the contract specialist, Samuel Galbreath, and highlights the importance of following submission guidelines to facilitate effective government interactions. Overall, the document emphasizes adherence to protocol for inquiry submissions as a key component of the contracting process in federal projects.
    The VAAR 852.219-73 outlines the definition and eligibility criteria for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) in federal contracts within the Department of Veterans Affairs (VA). Key elements include that an SDVOSB must be at least 51% owned and controlled by service-disabled veterans or eligible spouses, comply with federal small business size standards, and be certified in the SBA certification database. Offers from non-certified entities will not be considered. The contract must adhere to specific limitations on subcontracting; SDVOSBs cannot pay more than 50% of contract amounts to non-certified firms for services, while different percentages apply for supplies and construction tasks. Additionally, joint ventures can qualify as SDVOSBs if they meet specific criteria. The document emphasizes that violations, including misrepresentation of SDVOSB status, can result in severe penalties, including debarment from future contracts. This regulation aims to ensure that the VA focuses contracting opportunities on legitimate SDVOSBs, ultimately supporting the economic growth and stability of veteran-owned businesses in government procurement.
    Lifecycle
    Title
    Type
    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.
    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.
    J041--OR MECH HW CW PUMP REPLACEMENT WASHINGTON DC VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of two non-potable hot water pumps and two chilled water pumps in the Operating Room Mechanical Room at the Washington DC VA Medical Center. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to perform demolition, equipment supply and installation, electrical work, controls integration, and training for VA staff. The project is critical for maintaining the operational efficiency of the medical facility's heating and cooling systems, ensuring a safe environment for patients and staff. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should contact Contracting Officer John Ritter at john.ritter2@va.gov or 843-814-0299 for further information.
    Z2DA--STEAM VALE REPAIR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide steam valve repair services at the VA Palo Alto Health Care System in Livermore, California, under Solicitation Number 36C26126Q0240. The project requires contractors to supply all necessary personnel, materials, and equipment to complete the repairs within 14 calendar days from the start of on-site work, following the receipt of parts. This procurement is set aside for Small Business Administration participants and emphasizes compliance with federal safety standards and regulations, including the Buy American Act. Interested parties must submit their proposals by December 29, 2025, at 12:00 PM local time, and can contact Contract Specialist Kayla Haruguchi at kayla.haruguchi@va.gov for further information.
    Z1DA--585-21-113 Replace Condensate Lines and Pumps Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Replace Condensate Lines and Pumps Construction" project (585-21-113) at the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. This opportunity is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the removal, resizing, and replacement of condensate steam lines, pumps, pressure reducing valves (PRVs), and associated asbestos, under NAICS Code 238220 for Plumbing, Heating, and Air Conditioning Contractors. The project is critical for maintaining the operational integrity of the medical facility and ensuring compliance with safety standards. Interested businesses must submit their qualifications, including company details and construction experience, by December 18, 2025, to Contract Specialist Donita Grace at donita.grace@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.
    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.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    J045-- Heating Hot Water Tanks Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 7, is seeking qualified vendors to provide labor, materials, equipment, and supervision for the repair and replacement of heating hot water tanks at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring the replacement of three hot water heaters, one failed tube bundle, and 100 linear feet of associated piping. The successful contractor will play a crucial role in ensuring the facility's hot water systems are operational, which is vital for patient care and facility operations. Interested parties must submit their offers via email to Jessica Cummings at Jessica.Cummings3@va.gov by December 18, 2025, at 12 PM ET, and are encouraged to review the full solicitation for detailed requirements and conditions.
    Y1DA--St. Cloud VAHCS Replacement/Addition Steam Mains Presolicitation Notice
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the replacement and addition of steam mains at the St. Cloud VA Health Care System in Minnesota, under Project Number 656-21-114. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) program. The project involves the complete removal and replacement of existing steam line vaults and the installation of new steam piping infrastructure, with a construction magnitude estimated between $5,000,000 and $10,000,000. The Invitation for Bid (IFB) solicitation is expected to be issued on or about December 29, 2025, with a performance period of 640 calendar days from the Notice to Proceed. Interested bidders should direct inquiries to Contracting Specialist Jeffrey Brown at Jeffrey.Brown8@va.gov or by phone at 651-293-3009.