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
    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.
    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.
    Z2DA--OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
    Buyer not available
    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.
    Y1AA--656-20-130 Repair Building 50 Basement Kitchen 656-26-2-3204-0002
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 23, is issuing a presolicitation notice for the project titled "Repair Building 50 Basement Kitchen" at the Saint Cloud VA Health Care System in Minnesota. This project, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves comprehensive remodeling of the existing Dish room and Tray Service Line, addressing critical failures in Architectural, Mechanical, Electrical, Plumbing (MEP), and Heating Ventilating and Air Conditioning (HVAC) systems. The scope includes replacing deteriorating finishes and implementing construction in two phases, impacting approximately 6,000 square feet of space, while ensuring minimal disruption to ongoing operations. The Invitation for Bid (IFB) is expected to be released around November 14, 2025, with a construction budget estimated between $2,000,000 and $5,000,000. Interested bidders must be registered and certified in the Veteran Small Business Certification database and can direct inquiries to Contract Specialist Daniel Dobler at daniel.dobler@va.gov or by phone at 651-293-3015.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.
    Y1DA--36C25726R0015 | 671-22-118 Replace Cast Iron Drain 2nd and 3rd Floor
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of cast iron drain lines and the chemical waste system on the 2nd and 3rd floors of the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. This project, identified as 671-22-118, requires contractors to provide all necessary labor, materials, and equipment, with a contract value estimated between $500,000 and $1,000,000. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of maintaining operational continuity within the medical center while adhering to strict safety and regulatory standards. Proposals are due by December 9, 2025, at 2:00 PM CDT, and interested parties should contact Cassandra S. King at Cassandra.King@va.gov for further information.
    463-21-101 CON Repair Bldg 100 Moisture Envelope
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking qualified contractors for a construction project aimed at repairing the moisture barrier of Building 100 at the Anchorage VA Medical Center in Alaska. The project, designated as 463-21-101, involves addressing moisture intrusion and repairing surface damage, with the contractor responsible for all materials, labor, and adherence to strict safety and infection control protocols. This initiative is crucial for maintaining the integrity of the facility and ensuring the continued delivery of healthcare services. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their responses, including a capabilities statement and past performance details, by December 12, 2025, with an estimated project value between $5 million and $10 million. For further inquiries, contact Susan Howe at Susan.Howe2@va.gov or call 360-816-2754.
    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 involves significant infrastructure improvements including dam spillway modifications and drainage enhancements. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to modernize critical safety elements related to waterways at the cemetery. Interested contractors must submit their proposals electronically by October 15, 2025, at 2:00 PM EDT, and are required to attend a mandatory pre-bid site visit on September 16, 2025. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@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, under Project Number 528A6-25-614. This procurement involves the demolition of existing sidewalks and the installation of approximately 22,000 square feet of new concrete sidewalks, including ADA-compliant tactile warning surfaces, along with the installation of new metal handrails and restoration of disturbed lawn areas. The project is critical for ensuring safe access for veterans and visitors, with a total estimated cost between $250,000 and $500,000, and a completion timeline not exceeding 120 days from the Notice to Proceed. Interested contractors must submit their bids by December 10, 2025, at 12:30 PM EST, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further inquiries.
    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.