Z1DA--437-25-145 Fire Hydrant Line Break 36C263-25-AP-1754
ID: 36c26325b0013Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

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 repair of a fire hydrant line break at the Fargo VA Health Care System, designated as project 437-25-145. The contractor will be responsible for providing all necessary labor, materials, and equipment to complete the project while ensuring minimal disruption to hospital operations and adhering to all applicable federal, state, and local codes. This project is crucial for maintaining the infrastructure and safety of the medical facility, with an estimated construction cost between $25,000 and $100,000, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit their bids electronically by June 6, 2025, and can contact Contract Specialist Scott Gifford at scott.gifford1@va.gov or 651-293-3020 for further information.

    Point(s) of Contact
    Scott GiffordContract Specialist
    (651) 293-3020
    scott.gifford1@va.gov
    Files
    Title
    Posted
    The document presents a request for proposals (RFP) issued by the Department of Veterans Affairs for a construction project involving the replacement of a fire hydrant and a water line at the Fargo VA Medical Center. This project is classified under NAICS Code 236220 for Commercial and Institutional Building Construction, with an estimated construction cost between $25,000 and $100,000. The solicitation specifically aims to support Service-Disabled Veteran-Owned Small Businesses (SDVOSB) as part of the Veterans First Contracting Program. Key details include requirements for bids, including performance and payment bonds, a mandatory performance period of 75 days post-award, and the necessity for a pre-bid site visit. The bids must be submitted electronically by June 6, 2025, and the opening will occur virtually. All proposals must comply with federal guidelines, inclusive of reporting obligations related to veterans' employment and the System for Award Management registration. The document emphasizes bid submission procedures, eligibility protocols for contractors, and details on required forms and certifications. Compliance with health and safety regulations during construction, as well as standards for contractor qualifications, are also outlined. Overall, this RFP reflects the government’s commitment to supporting veteran-owned businesses while enhancing infrastructure at VA facilities.
    The Fargo VA Healthcare System is initiating Project # 437-25-145, which focuses on the repair of a fire hydrant line break at the boiler plant's south side. The contractor is required to supply all necessary labor, materials, and equipment while minimizing disruption to hospital services. Key tasks include utility locates, removal of existing structures, excavation, and the replacement of the fire hydrant and associated plumbing fixtures, followed by repaving and signage replacement. The work must adhere to federal, state, and local codes, along with safety and infection control measures. The project spans approximately 30 days for construction, with specific requirements for off-hours work to lessen impacts on hospital operations and mandates advance notifications for any utility shutdowns. Regular coordination with the Contracting Officer Representative (COR) and detailed documentation of progress are essential throughout the project lifecycle to ensure all operational and safety standards are upheld. The contract will not conclude until after the project’s go-live date and any identified additional equipment needs are negotiated. This initiative reflects the VA's commitment to maintaining facility infrastructure while ensuring quality service delivery.
    The document outlines the specifications for a fire hydrant line break project at the Fargo VA Medical Center. The contract necessitates the complete preparation of the site for construction activities, including demolition, construction, and maintaining operational integrity for the Medical Center. Key requirements highlight compliance with VA security protocols, obtaining necessary clearances for contractor personnel, and ensuring all operations minimally disrupt the facility's 24/7 operations. The contractor must develop a detailed work plan, maintain safety during construction, provide security plans, and handle sensitive information carefully. Additionally, the document mandates photographic documentation of progress throughout the project and a warranty management plan upon project completion. The emphasis on security, operational continuity, safety protocols, and regulatory compliance underscores the importance of adherence to established standards throughout the project lifecycle, reflecting the VA's commitment to maintaining a safe and functional medical environment. Overall, the document serves as an essential guideline for contractors involved in federal projects, ensuring clarity and accountability throughout the contract execution.
    The document primarily appears to focus on federal and state solicitations for proposals (RFPs) and grants aimed at various projects. It outlines various funding mechanisms available for governmental projects, detailing requirements and standards that bidders must follow. The file hints at the need for compliance with local regulations and federal guidelines in project proposals—emphasizing transparency, accountability, and effective use of resources. Potential applicants are encouraged to demonstrate innovation and efficiency in their proposals and address specific community needs or project objectives. Important factors for consideration include the completeness of applications, adherence to timelines, and clarity in project goals. By participating in these funding opportunities, entities can leverage federal and state support to enhance local services, infrastructure, and community projects while fostering collaborative relationships with government agencies.
    The government document appears to contain extensive and fragmented information related to federal requests for proposals (RFPs) and grants, potentially aimed at enhancing local and state projects. It emphasizes compliance, regulatory frameworks, and identifies crucial objectives surrounding infrastructure improvements, environmental assessments, and health safety measures. Key topics likely include project eligibility, funding allocations, and detailed procedural guidelines for potential applicants. The document structure indicates various sections that may elaborate on specific funding initiatives, grant application processes, the assessment of environmental impacts, and requirements for technical specifications. The emphasis on rigor in procedures indicates the importance of safety and compliance with both federal and local regulations. Comprehensive environmental studies and adherence to safety protocols also highlight a concern for mitigating health risks and ensuring sustainable development in local government projects. Overall, the material underscores the government's commitment to maintaining high standards in project execution while facilitating community development and resource management through careful planning and funding mechanisms.
    The document outlines the certification requirements for offerors under the VA's limitations on subcontracting, specifically addressing Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It specifies that contractors must adhere to subcontracting limits based on the type of contract—50% for services, 85% for general construction, and 75% for special trade construction—with exceptions for materials costs. The offeror certifies their compliance with these limitations and acknowledges the potential legal consequences for false certifications. The VA retains the right to request documentation to verify compliance throughout the contract's duration. The clause emphasizes the necessity for accurate certification submission with offers, as failure to comply could render proposals ineligible for consideration. This certification process is essential for ensuring that government contracts promote participation by veteran-owned businesses while adhering to federal procurement regulations. Overall, the document reflects the VA's commitment to supporting veteran entrepreneurship and maintaining oversight on contract compliance.
    The document outlines the criteria a prospective contractor must meet to be deemed responsible for government contracts. Key requirements include financial stability, the ability to meet delivery schedules, a satisfactory performance and ethics record, and having the necessary organization and technical skills. Additionally, contractors must possess adequate production and technical equipment or the capability to obtain it, as well as compliance with relevant laws and regulations. The document references the Contractor Performance Assessment Reporting System (CPARS) as part of the evaluation process. Overall, it highlights the critical factors for qualification in federal and state/local Requests for Proposals (RFPs) and grants, ensuring that contract awards are made to capable and trustworthy entities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    4120--618-24-115 Replace Coil MAU #3 and #38
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the project titled "Replace Coil MAU 3 and 38" at the Minneapolis VA Health Care System. This federal contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the replacement of two failing steam coils and the upgrade of steam traps in the Energy Center (Building 69) and the main hospital penthouse (Building 70) with freeze-proof models. The estimated project cost ranges from $250,000 to $500,000, and bidders are required to attend a mandatory site visit on October 27, 2025, submit technical questions by November 6, 2025, and submit their bids via email by November 17, 2025, at 2:00 PM (CT). For further inquiries, interested parties can contact Contract Specialist Benjamin Woehrle at benjamin.woehrle@va.gov or by phone at 651-293-3071.
    J047--Repair/Upgrade Medical Air, Gas, and Vacuum Systems - 552-25
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair/Upgrade Medical Air, Gas, and Vacuum Systems" project (Project No. 552-25-505) at the Dayton VA Medical Center in Ohio. This federal contract, valued between $500,000 and $1,000,000, specifically aims to replace critical medical air compressor units, medical vacuum pumps, N2O & N2 manifolds, and master alarm panels across three buildings, ensuring compliance with NFPA 99-2024 standards. The project is vital for maintaining the operational integrity and safety of medical services provided at the facility, which includes essential infrastructure for patient care. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids, including a bid guarantee and required certifications, by November 19, 2025, at 10:00 AM EST, following a pre-bid site visit scheduled for October 29, 2025. For further inquiries, contact Contract Specialist Tiffany A Rausch at Tiffany.Rausch@va.gov.
    Y1DA--528A6-25-614 Replace Sidewalks Station Wide
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Sidewalks Station Wide" project at the Bath VA Medical Center in Bath, NY. This project involves the demolition of existing deteriorating sidewalks, installation of new concrete sidewalks with ADA tactile warning surfaces, and restoration of disturbed lawns, all while adhering to strict safety and environmental standards. The total project duration is not to exceed 120 days, with an expected performance period from March 1st, 2026, to June 29th, 2026, and an estimated cost between $250,000 and $500,000. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their bids by December 10th, 2025, and can contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further information.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, which is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This construction project, with an estimated value between $10 million and $20 million, involves significant improvements to dam spillways, drainage systems, and associated infrastructure at the cemetery, ensuring compliance with Colorado state regulations. Interested bidders must submit their proposals electronically by October 15, 2025, at 2:00 PM EDT, and are required to attend a pre-bid site visit on September 16, 2025, to familiarize themselves with the project scope. For further inquiries, potential offerors can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    4120--618-24-115 Replace Coil MAU #3 and #38
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the project titled "Replace Coil MAU 3 and 38," which involves replacing two failing steam coils in Buildings 69 and 70 at the Minneapolis Veterans Affairs Medical Center. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses and includes the installation of freeze-proof models and the upgrading of steam traps for MAU 3, with an estimated construction magnitude between $250,000 and $500,000. The successful contractor will be required to provide bid, payment, and performance bonds, and the period of performance is set for 145 calendar days following the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Benjamin Woehrle at benjamin.woehrle@va.gov or call 651-293-3071, with key deadlines including questions due by November 6, 2025, and proposals due by November 17, 2025.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Renovate Building 143 4J Shower Floors" project at the Salem VA Medical Center, which is set aside for Service-Disabled Veteran-Owned Small Businesses. The project aims to renovate 20 patient bathrooms by addressing water flow issues and enhancing safety through the demolition of existing flooring, installation of new barrier-free tile systems, and upgrades to mechanical and electrical systems. This renovation is crucial for maintaining a safe and operational environment within the medical center, which operates 24/7. Interested contractors must submit electronic bids by December 15, 2025, with a final bid deadline of December 16, 2025, at 10:00 AM EST, and are required to comply with various federal regulations, including SAM registration and adherence to Buy American provisions. For further inquiries, contact Chanel C Johnson at Chanel.Johnson@va.gov.
    Z1DA--565-22-7005 | EHRM Infras Upgrades | Fayetteville, NC | Scott/Mario
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a Firm-Fixed-Price contract for the Design-Bid-Build (DBB) EHRM Infrastructure Upgrades Construction project at the Fayetteville Veterans Administration Medical Center (VAMC) in Fayetteville, North Carolina. This project aims to replace the entire Information Technology (IT) infrastructure on campus, which includes the installation of new telecommunication rooms, fiber optics, renovation of the data center, recabling with Cat6A, and enhancements to the supporting electrical and HVAC infrastructure. The solicitation, designated as 36C77626R0008, will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is expected to be issued around mid-December 2025, with a construction magnitude estimated between $20 million and $50 million and a performance period of approximately 731 calendar days. Interested parties should direct any questions to Contract Specialist Mario Hairston at mario.hairston@va.gov or by phone at 216-447-8300.
    Repair FTD Building Envelope
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves critical infrastructure upgrades, including the repair of a degrading parapet roof, the integration of a lightning protection system, and the restoration of the front patio accent wall. The estimated construction magnitude is between $25,000 and $100,000, with a performance period of 122 days, and the solicitation is expected to be issued around November 26, 2025. Interested parties should direct inquiries to Samuel Galbreath at samuel.galbreath@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 $1,000,000 and $2,000,000, requires contractors to provide all necessary professional services, equipment, labor, and materials, with a performance period of 913 calendar days following the Notice to Proceed. This initiative is critical for maintaining the operational integrity of the hospital's HVAC systems, ensuring compliance with safety and health standards, and minimizing disruption to ongoing medical services. Interested contractors must submit their proposals by November 3, 2025, at 10:00 AM EST, and can direct inquiries to Contract Specialist David M. Hernandez at David.Hernandez1@va.gov.