Z1DA--Installation of Hemodialysis Water Treatment System Project # 662-25-201
ID: 36C26125R0066Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the installation of a Hemodialysis Water Treatment System at the VA San Francisco Health Care System, specifically Project # 662-25-201. The project involves the removal of the existing MAR COR CWP Dialysis Water System and the installation of a new B Braun Aquaboss Water Purification System, requiring expertise in hemodialysis systems, demolition, and compliance with strict safety and operational protocols. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated contract value between $100,000 and $250,000. Proposals are due by August 20, 2025, at 12:00 PM Pacific Time, and interested parties should contact Contract Specialist Jessica I Newman at Jessica.Newman2@va.gov for further information.

    Point(s) of Contact
    Jessica I NewmanContract Specialist
    Jessica.Newman2@va.gov
    Files
    Title
    Posted
    The document details the installation and preparation requirements for Aquaboss water treatment systems at the VA San Francisco, a project by B. Braun Medical. It outlines a two-phase approach: Phase 1 focuses on installing the permeate ring piping system, including loop supports, PEX piping, pressure differential bulbs, and insulation, followed by pressure testing. Phase 2 involves the installation and commissioning of major equipment like the EcoRO Dia II 1400 HT and Hot Rinse Smart 30 Hydraulic Unit. The document specifies electrical and plumbing requirements, including disconnects, GFCI receptacles, and drain plans, with responsibilities clearly divided between B. Braun, electricians, plumbers, and the general contractor. It also lists the materials provided for each phase and emphasizes adherence to safety regulations like OSHA. Key components include various tanks (softener, carbon, brine, concentrate), filters, and specialized units for reverse osmosis and hot rinse disinfection.
    The Department of Veterans Affairs in San Francisco, CA, is undertaking the “662-25-201 Hemodialysis” project, which involves demolition and the provision of a temporary hemodialysis unit. This project requires adherence to strict safety, security, and operational protocols. Key requirements include the submission and approval of detailed safety plans, such as the Accident Prevention Plan (APP) and Activity Hazard Analyses (AHAs), along with comprehensive submittals for all materials and equipment. The contractor must ensure continuous operation of the Medical Center, coordinate utility shutdowns, and implement stringent infection control measures. All personnel must meet specific training requirements, including OSHA certifications, and adhere to strict safety regulations, including the use of personal protective equipment (PPE) and regular safety inspections. The project emphasizes the importance of site security, protection of existing infrastructure, and proper disposal of hazardous materials.
    The document outlines the requirements for a hemodialysis project by the Department of Veterans Affairs (VA) in San Francisco, focusing on safety and construction protocols. It emphasizes the contractor's responsibilities, including the preparation of a temporary hemodialysis unit during construction, site visits by bidders, and adherence to safety regulations. Key sections highlight the need for compliance with safety requirements, management of existing utilities, coordination with ongoing medical operations, and strict security measures. The project entails the contractor’s obligation to develop a detailed work plan that minimizes disruptions to the VA's operations while prioritizing safety for patients and staff. It also mandates the submission of preconstruction safety plans, hazard analysis, and monthly performance reports to ensure ongoing compliance with VA standards and federal regulations. The document stresses the necessity of maintaining safety and health protocols, including the provision of personal protective equipment and adherence to specific guidelines for preventing accidents and managing exposure to hazards on-site. Overall, it reflects the VA's commitment to ensuring both operational efficiency and strict compliance with safety regulations during construction activities related to hemodialysis services.
    The document outlines the specifications and requirements for a water treatment installation project at the VA San Francisco healthcare facility, focusing on the EcoRO Dia II 1400 HT reverse osmosis system and associated components. It details the equipment layout, electrical and plumbing installations, safety protocols, and other essential preparations. Key installations include a high-capacity transformer, a filtration system, and various tanks, emphasizing the need for coordination between electrical contractors and plumbing professionals. The project is structured into phases, with specific tasks outlined for the installation team and responsibilities assigned to the VA staff. Alongside technical specifications, construction preparation guidelines are provided to ensure compliance with safety regulations and operational readiness for dialysis treatments. The summary stresses the importance of a collaborative approach to ensure a safe, efficient installation compliant with governmental standards and healthcare regulations.
    This Task Order Proposal Request, NCO 21 MACC, Group 2, is for the installation of a Hemodialysis Water Treatment System at the VA San Francisco Health Care System. Only contractors holding a VISN 21 Multiple-Award Construction Contract (MACC) from Network Contracting Office 21 (NCO 21) are eligible to submit proposals. The project is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under VISN 21 MACC Group 2. The estimated magnitude of construction is between $100,000 and $250,000. Key dates include a site visit on July 8th, 2025, and proposals due by July 30th, 2025. Proposals will be evaluated based on price only. Contractors must adhere to strict requirements including a satisfactory safety and environmental record, an Experience Modification Rate (EMR) of 1.0 or less, compliance with limitations on subcontracting, and the provision of performance and payment bonds for awards exceeding $150,000. All offers must include a completed and signed SF 1442, a supplemental price breakdown, documentation of safety and EMR, and a bid bond.
    This government file is an amendment to a solicitation/modification of a contract, specifically Amendment 0001 to Solicitation Number 36C26125R0066, issued by the Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), VA Pacific Islands Health Care System. The purpose of this amendment is to update key dates related to the solicitation, including the Site Visit Day, RFI Questions Due Date, and the Proposal Due Date. Offerors are required to acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging it on their offer copies, or sending a separate communication. Failure to acknowledge receipt by the specified time may result in the rejection of the offer. The amendment also refers to an attached corrected Request for Proposal (RFP) document. This document ensures all potential bidders are aware of the revised timeline for the solicitation process.
    This document is Amendment 0002 to Solicitation Number 36C26125R0066, issued by the Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), VA Pacific Islands Health Care System. The effective date of this amendment is July 11, 2025. The purpose of this amendment is to add a second site visit for the solicitation. The site visit is scheduled for Friday, July 18, 2025, at 10:00 AM Pacific time, with the meeting location at the front entrance of Building 203. Offers must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or by separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt prior to the specified hour and date may result in the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.
    The Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), has issued Amendment 0003 to Solicitation 36C26125R0066. This amendment extends the deadline for receipt of offers to August 1, 2025, at 12:00 PM PDT. Its primary purpose is to provide the sign-in sheet from the Site Walk Visit held on July 18, 2025. Additionally, the deadline for Request for Information (RFI) questions has been extended to July 22, 2025, by 12:00 PM Pacific. All other terms and conditions of the original solicitation remain unchanged.
    The Department of Veterans Affairs (VA), Network Contracting Office 21 (NCO 21), issued Amendment 0004 to Solicitation 36C26125R0066. This amendment extends the proposal submission deadline to August 15, 2025, at 12:00 PM Pacific. It also provides an updated Statement of Work (SOW), drawings, and specifications, along with responses to Request for Information (RFI) questions from a site walk held on July 18, 2025. Additionally, the amendment offers an opportunity for offerors to submit further RFI questions by August 4, 2025, at 12:00 PM Pacific. The purpose is to facilitate the installation of a Hemodialysis Water Treatment System at the VA Pacific Islands Health Care System.
    This government file is an amendment to a solicitation/modification of a contract, specifically Standard Form 30. The document, issued by the Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), amends solicitation number 36C26125R0066. The primary purpose of this amendment is to extend the deadline for proposals. The new deadline for receipt of offers is extended to Wednesday, August 20, 2025, at 12:00 PM PDT. This amendment ensures all potential offerors are aware of the revised submission timeline.
    The document outlines a presolicitation notice for the installation of a Hemodialysis Water Treatment System at the VA San Francisco Health Care System. This project falls under solicitation number 36C26125R0066 and is set to close for responses by July 30, 2025, by noon Pacific Time. It is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside opportunity. The work location is identified as 4150 Clement St, San Francisco, CA 94121. The Contracting Office, under the Department of Veterans Affairs Network Contracting Office 21, is based in Honolulu, HI, with Jessica Newman listed as the primary contact. The announcement emphasizes the importance of this project in enhancing healthcare facility services, aligning with federal contracting initiatives aimed at involving veteran-owned businesses. The document serves as a critical announcement for potential bidders to prepare their proposals within the specified timeframe, ensuring compliance with federal requirements.
    The document outlines a Task Order Proposal Request for the installation of a Hemodialysis Water Treatment System at the VA San Francisco Health Care System, intended exclusively for contractors holding a Multiple-Award Construction Contract (MACC) with the Veterans Integrated Service Network 21 (VISN 21). Proposals must be submitted by July 30, 2025, following a mandatory site visit on July 8, 2025. Eligible bidders include specified firms in MACC Group 2. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Contractors are required to provide all necessary labor, materials, and supervision, ensuring compliance with safety, environmental regulations, and bonding requirements. The selection process emphasizes price evaluation, with a funding range between $100,000 and $250,000. Bidders must provide documentation demonstrating their operational integrity, including safety records and EMR ratings, verify their SDVOSB status, and adhere to limitations on subcontracting. The significance of this request is underpinned by the VA's commitment to engaging veteran-owned businesses while ensuring quality and compliance in healthcare infrastructure upgrades.
    The "NCO 21 MACC Group 2 Task Order Proposal Request" outlines the solicitation for the installation of a Hemodialysis Water Treatment System at the VA San Francisco Health Care System. This task order proposal will only be accepted from contractors awarded a Veterans Integrated Service Network 21 (VISN 21) Multiple-Award Construction Contract. The site visit is scheduled for July 8, 2025, and proposals are due on July 30, 2025. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and the contract award will be based solely on price, adhering to all terms and conditions of the MACC contracts. Importance is given to performance and payment bonds, safety training requirements, and the submission of a comprehensive offer, including documentation of safety and environmental records. The solicitation emphasizes compliance with federal regulations and mandates for subcontracting limitations. This procurement exemplifies the federal government's commitment to contracting with veteran-owned businesses while ensuring high standards of safety and quality in awarded projects.
    The document is an amendment to a Request for Proposals (RFP) issued by the Department of Veterans Affairs Network Contracting Office 21. Its primary purpose is to inform all Offerors/Bidders of updated deadlines concerning a Site Visit Day, Request for Information (RFI) Questions Due Day, and the Proposal due date. The amendment includes instructions for bidders on how to acknowledge receipt of the amendment, ensuring their offers remain valid. It emphasizes that failure to acknowledge the amendment in accordance with the specified guidelines may result in the rejection of offers. The document also states that despite the changes made in this amendment, all other terms and conditions of the original solicitation remain unchanged. The contractor responsible for this document, Jose Hernandez, is identified as the Contracting Officer. Overall, this amendment serves to clarify timelines related to the proposal submission process for potential contractors while maintaining the integrity of the original solicitation requirements.
    The document is an amendment to a solicitation by the Department of Veterans Affairs, specifically from the Network Contracting Office 21 (NCO 21). The primary purpose of the amendment is to announce a second site visit scheduled for July 18th, 2025, at 10:00 AM Pacific, that offers prospective bidders the opportunity to review the project site. This visit will take place at the front entrance of Building 203. The amendment also includes instructions for bidders to acknowledge receipt of the amendment to ensure their offers remain valid within the specified timeline. It underscores the importance of compliance with the solicitation's terms and outlines the process for submitting amendments or changes to existing offers. Overall, this document serves to facilitate effective communication and clarify procedural aspects associated with the bidding process for the related procurement project.
    The document serves as an amendment to the solicitation for offers related to a project overseen by the Department of Veterans Affairs. The key update includes the extension of critical deadlines: proposals are now due by August 1, 2025, at 12:00 PM Pacific, and the deadline for submitting questions has been moved to July 22, 2025, by 12:00 PM Pacific. Additionally, the document includes the provision of a sign-in sheet from a site visit held on July 18, 2025, at 10:00 AM Pacific, which is relevant for interested offerors. The amendment aims to ensure that all bidders have adequate information and sufficient time to prepare their submissions, reflecting the VA's commitment to transparency and fairness in the solicitation process. All other terms and conditions of the original solicitation remain unchanged and in effect. The signing authority for the amendment is Jose Hernandez, the contracting officer associated with this document.
    The document serves as an amendment to a solicitation issued by the Department of Veterans Affairs (VA) regarding a project for the installation of a Hemodialysis Water Treatment System. The amendment primarily extends the deadline for proposal submissions to August 15, 2025, at 12:00 PM Pacific Time. Additionally, it provides updated documents including a Statement of Work (SOW), drawings, specifications, and responses to previously submitted Requests for Information (RFIs) following a site walk on July 18, 2025. The amendment also encourages further RFI questions to be submitted by August 4, 2025, by 12:00 PM Pacific Time. The amendment aims to ensure that all potential contractors have access to the necessary information and ample opportunity to prepare their proposals effectively. This highlights the government's commitment to transparency and thoroughness in its contracting processes.
    The Department of Veterans Affairs San Francisco is seeking a demolition contractor for the Hemodialysis Department at Building 203, Room 3A-48A. This project involves replacing the existing MAR COR CWP Dialysis Water System with the B Braun USA Hemodialysis New Equipment Aquaboss Water Purification System. The contractor must demonstrate expertise in hemodialysis systems, remove existing equipment, provide a temporary deionizer tank as a backup, and install new pre-treatment components and infrastructure. Work includes new ceiling panels, painting, and utility outages, which must occur after hours or on weekends due to operational constraints. The project also requires adherence to B Braun ME-1.5 drawings, coordination with B Braun, and compliance with all federal, state, and local regulations for disposal and safety. The project duration is 90 days from the Notice To Proceed, with specific working hours to minimize disruption to patient services. The contractor must have 15 years of experience in specialized medical equipment demolition.
    The Department of Veterans Affairs in San Francisco is initiating a project to demolish and replace the existing Hemodialysis Water System in Building 203, Room 3A-48A, with a new B Braun USA Aquaboss Water Purification System. The contractor must possess a solid understanding of hemodialysis systems while managing the removal of existing equipment, providing a temporary deionizer tank during the transition, and ensuring compliance with various utility connections and safety standards. All work is to be performed primarily outside of regular business hours to minimize disruption to patients, necessitating careful planning and construction phasing. Key responsibilities include painting the room, managing noise and dust, and ensuring proper disposal of outdated equipment. The project is expected to last 90 days, and extensive coordination with engineering maintenance staff is required to prevent interference with hospital operations. Additionally, contractors are mandated to maintain stringent security protocols and provide a one-year warranty on the work performed, emphasizing the importance of regulatory adherence throughout the process. This RFP highlights the commitment to upgrading essential medical facilities for veteran care while reinforcing a focus on safety and compliance standards.
    The document is a cost breakdown solicitation (36C26125R0066) for Project 662-25-201, which involves the installation of a Hemodialysis Water Treatment system at VASFHCS. It requires a complete divisional cost break-out, detailing material and labor expenses for various divisions. Key sections include General Requirements (Project Manager, Superintendent, Temporary Environmental Controls, Mobilization/De-Mobilization), Existing Conditions (Demo), Finishes (Patching and Painting, Ceiling Tiles), Plumbing, Electrical, and Exterior Improvements. The document also accounts for overhead, profit, insurance, taxes, and bonds, culminating in a Total Price Proposal that must be recorded on SF1442, block 17. This structured format ensures comprehensive financial transparency for the project.
    The solicitation 36C26125R0066 pertains to the project 662-25-201, focused on the installation of a hemodialysis water treatment system at the Veterans Affairs Southern Nevada Healthcare System (VASFHCS). The document outlines the requirement for a detailed divisional cost breakdown, summarizing expenses across multiple categories, including general requirements, existing conditions, finishes, plumbing, electrical work, and exterior improvements. Key cost elements include project management, labor, materials, and overhead, culminating in a total price proposal to be documented on SF1442, block 17. This structured financial proposal format is typical in government RFPs, ensuring transparency and detailed tracking of funding allocation for healthcare infrastructure improvements. The emphasis on comprehensive cost accounting reflects the government's commitment to accountability in public-funded projects, ensuring efficient use of taxpayer dollars in enhancing medical facility capabilities.
    The document, General Decision Number: CA20250019, outlines prevailing wage rates and fringe benefits for residential construction projects, including single-family homes and apartments up to four stories, across various counties in California. It emphasizes compliance with Executive Orders 14026 and 13658, which mandate minimum wage rates for federal contracts subject to the Davis-Bacon Act, with specific hourly rates for 2025 depending on the contract award date. The document provides detailed wage classifications and rates for various trades, including Asbestos Workers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Operating Engineers, Ironworkers, and Laborers, often differentiating rates by specific geographic areas or specialized tasks. It also includes footnotes regarding additional pay for specific work conditions and defines the scope of work for certain classifications. The purpose is to ensure fair compensation for workers on covered construction projects within the specified California counties, aligning with federal labor regulations.
    The document outlines minimum wage rates and labor classifications required for residential construction projects in various counties in California, adhering to the Davis-Bacon Act and relevant Executive Orders. It specifies wage structures for different contractor roles, including asbestos workers, carpenters, electricians, ironworkers, and laborers, noting that wages vary by region and job classification. The document indicates that contracts awarded or renewed after January 30, 2022, must comply with a minimum wage of $17.75 per hour, while contracts from an earlier period rely on a lower rate of $13.30 per hour. The provided rates include base pay and fringe benefits, with additional premium pay for workers at specific federal installations. The comprehensive breakdown serves as a guideline for contractors to ensure compliance with federal and state labor standards, promoting fair wages and worker protections during construction activities funded by government contracts.
    RFP No. 36C26125R0066 is a solicitation for the installation of a Hemodialysis Water Treatment System at the VA San Francisco Health Care System, specifically in Building 203, Third Floor, Room 3A-48A. A site visit is scheduled for Friday, July 18th, 2025, at 10:00 AM Pacific Time, with Ms. Pham as the escort. Adherence to safety protocols and a strict no-smoking policy are required. Questions regarding the RFP are due by Monday, July 21st, 2025, at 12:00 PM Pacific Time, and proposals must be submitted by Wednesday, July 30th, 2025, at 12:00 PM Pacific Time. The document also includes a site visit log for attendees.
    The Request for Proposal (RFP) No. 36C26125R0066 outlines a project for the installation of a Hemodialysis Water Treatment System at the Veterans Affairs San Francisco Health Care System (VASFHCS). A site visit is scheduled for July 18, 2025, at 10:00 AM Pacific Time, where interested contractors must register and adhere to specified safety protocols. Proposals are due by July 30, 2025, at 12:00 PM Pacific Time, and any requests for information (RFI) must be submitted by July 21, 2025. Contractors are required to comply with regulations, including a no-smoking policy on the premises. The document emphasizes the importance of following established safety measures during site visits, reflecting the federal commitment to maintaining health and safety standards in government contracts. This RFP serves as a formal invitation for qualified vendors to submit proposals for essential healthcare infrastructure improvements, aligned with federal grant initiatives and regulatory requirements for public health services.
    The document provides RFI questions and VA responses for Solicitation 36C26125R0066, concerning the installation of a Hemodialysis Water Treatment System. Key information includes the availability of a Mechanical Engineering (ME) drawing for general contractor review, but no "as-built" drawings of the existing system, requiring contractors to conduct a site exploration upon award. The specified working hours for the project are Monday through Saturday, from 19:30 to 05:00, with cleaning from 05:00 to 05:45, and the system required to be operational by 06:00. This document clarifies crucial details for potential bidders regarding scope, existing conditions, and operational logistics for the hemodialysis water treatment system installation.
    The solicitation 36C26125R0066 addresses the installation of a Hemodialysis Water Treatment System. Key inquiries from potential contractors include the availability of project plans and existing system layouts. The VA confirmed that while a mechanical drawing is provided for review, no as-built documents exist, necessitating contractors to conduct site explorations post-award. Additionally, the specified working hours for the project are Monday through Saturday, from 1930 to 0500, with a cleaning phase occurring between 0500 and 0545, following which the system must be operational by 0600. This document outlines essential requirements and logistical details for contractors bidding on the project, underscoring the VA's commitment to ensuring qualified vendors understand the project scope and operational parameters.
    The San Francisco VA Medical Center seeks a qualified General Contractor for Project 662-25-201, to remove an existing Hemodialysis Water System and install a new BBraun Aquaboss Water Purification System. The project involves demolition, utility connections, painting, equipment disposal, and seismic bracing, adhering to detailed construction documents (ME-1) with color-coded responsibilities. The work is located in Building 203, Third Floor, Room 3A-48A, requiring strict management of noise, vibration, and dust due to proximity to clinical areas. Most labor will occur outside normal business hours. The contract duration is 75 calendar days from Notice to Proceed, with work commencing within two weeks of COR contact. Contractors must use government-provided or approved construction management software (Submittal Exchange). The document also outlines extensive security clauses, including strict requirements for VA information handling, data protection (encryption, segregation, destruction), access control, background investigations, personnel separation protocols, mandatory annual security training, and incident reporting procedures. Non-compliance can lead to contract termination and liquidated damages for data breaches.
    The San Francisco VA Medical Center is seeking a qualified General Contractor for project 662-25-201, which involves removing an existing dialysis water system and installing a new BBraun Aquaboss Water Purification System in the Hemodialysis area. The contractor must manage demolition, utility connections, equipment installation, and ensure compliance with safety and environmental standards to minimize disruption to patients and clinical operations. The project is to be completed within 75 calendar days outside regular business hours, with special attention to construction noise regulations. Contractors are required to use specified construction management software for submittal exchanges and scheduling. Security and data management protocols are stringent, requiring adherence to privacy standards and incident reporting for any data breaches. All personnel with access to VA information must undergo specific training and comply with VA guidelines, particularly regarding the handling and protection of sensitive data. This document reflects clear outlined responsibilities and protocols as part of the contract to ensure operational efficiency and safeguard against risks, demonstrating the VA's commitment to maintaining facility standards and patient safety.
    This document outlines the general, safety, and submittal requirements for the Department of Veterans Affairs hemodialysis project in San Francisco, CA. Key aspects include safety protocols like the Accident Prevention Plan (APP) and Activity Hazard Analyses (AHAs), mandatory training (OSHA 10-hour for workers, 30-hour for Competent Persons), and strict adherence to federal and local regulations (OSHA, NFPA, USACE EM 385-1-1). The project requires careful coordination, site security, and environmental protection, with a strong emphasis on maintaining medical center operations 24/7. Submittals, including shop drawings and product data, must be detailed and undergo a rigorous review process by the VA, with specific timelines for approval.
    The file outlines specifications for a hemodialysis project by the Department of Veterans Affairs, focusing on requirements for contractors regarding safety, demolition, and utility management. The contractor must prepare to demolish existing facilities while ensuring continued operation of hemodialysis services. Key sections cover safety measures, including the creation of an Accident Prevention Plan (APP), Activity Hazard Analyses (AHAs), and mandatory training for site personnel. Contractors are also required to implement construction security protocols and maintain clear communication with the project’s Contracting Officer. The document emphasizes the need for comprehensive reviews of safety protocols and requires submission of various compliance and performance reports. Specific attention is given to maintaining hygiene and reducing infection risks, which are critical in healthcare settings. The overall intent is to ensure a smooth execution of the project while prioritizing safety and adherence to regulations, thereby enhancing the operational efficiency of the VA medical facilities involved. This aligns with the VA's commitment to delivering quality healthcare while undertaking significant infrastructure improvements.
    The document pertains to the construction and renovation project for the Hemodialysis unit at the Department of Veterans Affairs in San Francisco, CA. It outlines the requirements for contractors, emphasizing safety protocols, as well as the need for careful planning and execution to maintain ongoing medical operations and patient safety during the work. Contractors must prepare a detailed work plan that includes demolition, the provision of temporary hemodialysis units, and ongoing operations coordination. Security measures are stringent, requiring badges for site access and prohibiting unauthorized photography. Contractors are also expected to comply with a variety of federal safety standards and regulations, including submitting Accident Prevention Plans, conducting regular safety inspections, and training site personnel in OSHA standards. Notably, the document stresses minimizing interruptions to medical services and safeguard existing structures and utilities. These comprehensive safety and operational guidelines reflect the VA's commitment to maintaining high operational standards during the construction project while ensuring patient care and safety are prioritized.
    VAAR 852.219-75 outlines subcontracting limitations for VA contracts, ensuring compliance with 38 U.S.C. 8127(l)(2). For services, contractors cannot pay more than 50% of the government-paid amount to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). General construction contracts limit this to 85%, and special trade construction to 75%, excluding material costs. Subcontracted work by similarly situated certified SDVOSB/VOSB subcontractors counts towards these percentages. Offerors must certify compliance, acknowledging potential criminal, civil, or administrative penalties for false certifications under 18 U.S.C. 1001. Non-compliant SDVOSB/VOSBs may face referral to the VA Suspension and Debarment Committee, fines, or prosecution. Contractors must provide documentation like invoices and subcontracts upon request to demonstrate compliance, with failure to do so potentially resulting in remedial action. The certification is a mandatory part of the offer, and incomplete submissions render offers ineligible for evaluation and award.
    The document outlines the limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) as required by VA regulations. It details the maximum allowable payments to non-certified firms, which is set at 50% for service contracts, 85% for general construction, and 75% for special trade construction. The contractor must ensure compliance with these limitations and is required to provide documentation, such as invoices and subcontract records, to verify their adherence. Failure to comply may lead to penalties, including potential referral to the debarment committee. The document emphasizes the importance of transparency and accountability, mandating the submission of a formal certification along with bids. This procedure aligns with the VA's commitment to supporting veteran-owned businesses while maintaining compliance with federal regulations.
    Similar Opportunities
    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.
    Water Quality Testing Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide water quality testing services for the VA Northern California Health Care System, specifically across locations in Mather, Martinez, Stockton, Mare Island, and Redding. The services required include Legionella testing, critical water testing, utility water testing, HPC testing for chillers and cooling towers, dialysis machine testing, and bacteria analysis, all in accordance with the established Quality Assurance Surveillance Plan (QASP). This procurement is crucial for ensuring the safety and compliance of water systems within VA facilities, with a contract period starting from January 3, 2026, and extending through January 2, 2031, including four option years. Interested parties must submit questions by December 15, 2025, and are encouraged to attend scheduled site visits in early December 2025; for inquiries, contact David J. Alvarez at david.alvarez4@va.gov.
    4610--Research: Water Purification System
    Buyer not available
    The Department of Veterans Affairs is conducting a Sources Sought Notice (36C24125Q0868) to identify potential vendors capable of supplying and installing a replacement water purification system for the existing Milli-Q Direct 8 at the VA Boston Healthcare System Central Biorepository. The new system must seamlessly integrate with the current infrastructure, including plumbing, electrical systems, and bench layout, while meeting or exceeding the performance specifications of the existing system by producing both Type I and Type III laboratory-grade water. This procurement is critical for maintaining the operational efficiency of the laboratory, ensuring high-quality water for sensitive research applications. Interested firms must be registered in SAM and submit their company details, capability documentation, socio-economic status, and detailed product specifications by December 8, 2025, to Emily Hatcher at emily.hatcher@va.gov.
    Z1DA--Renovate Dialysis PN: 636A8-24-001 Iowa City, IA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of the Dialysis Clinic at the Iowa City VA Medical Center, under Project Number 636A8-24-001. The primary objective of this project is to prepare a temporary dialysis clinic and subsequently renovate 5,000 square feet of the existing facility, ensuring that all construction activities do not disrupt daily operations at the medical center. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction value between $5 million and $10 million, with an Invitation for Bid (IFB) expected to be issued around November 10, 2025. Interested bidders must contact Contracting Officer Calvin L. Courtney at calvin.courtney@va.gov for further inquiries and ensure they are registered in the System for Award Management (SAM) database.
    Boiler Water Treatment and Boiler commissioning Services
    Buyer not available
    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.
    Service and maintenance of the AmeriWater Reverse Osmosis (RO) Water Treatment System and VIQUA Ultraviolet {UV) Water Disinfection System at the Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) is soliciting bids for the service and maintenance of AmeriWater Reverse Osmosis (RO) and VIQUA Ultraviolet (UV) Water Treatment Systems at the Naval Medical Center San Diego, specifically for the Ophthalmology Department. The procurement requires contractors to provide comprehensive maintenance services, including preventive and corrective maintenance, water quality testing to AAMI ST-108 standards, and adherence to various regulatory requirements. These systems are critical for ensuring safe and effective water treatment in a medical setting, underscoring the importance of reliable service and maintenance. Interested contractors must submit their quotes by October 20, 2025, at 10:00 AM Pacific, including a technical capabilities statement and past performance references, and can contact Elliott Penetrante or Isaac Don Willies for further information.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.
    Z1DA--632-17-107 RENOVATE DIALYSIS (VA-26-00002956)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the Dialysis Unit at the Northport VA Medical Center, identified as Project Number 632-17-107. This comprehensive project involves the renovation of approximately 5,330 square feet, including abatement, demolition, and extensive construction work across various disciplines such as electrical, mechanical, plumbing, and fire protection, with a completion timeline of 548 calendar days from the Notice to Proceed. The renovation is critical for modernizing healthcare facilities to ensure compliance with stringent safety and accessibility standards while maintaining uninterrupted hospital operations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids via email by January 14, 2026, at 10:00 AM EST, with a public bid opening scheduled for the same day at 11:00 AM EST. For further inquiries, contact Contract Specialist Lester S. Griffith at Lester.Griffith@va.gov.
    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.
    J065--NTX REVERSE OSMOSIS MAINTENANCE SERVICE
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified contractors to provide comprehensive maintenance services for reverse osmosis water purification systems at the North Texas Veterans Healthcare System. The procurement includes a base year and four option years, focusing on routine checks, water sampling, filter replacements, and emergency repairs to ensure a 95% uptime for critical systems. This maintenance service is vital for the operation of medical facilities, ensuring the availability of purified water for patient care. Interested parties must submit their proposals, including a signed SF 1449 and compliance documentation, by the specified deadlines, and can contact Contracting Officer Joseph A. Leyte at Joseph.Leyte@va.gov or 210-694-6315 for further information.