Z2NE--Project 512A5-25-002, Replace Boiler Plant Water Main at Perry Point VAMC, MD
ID: 36C24525R0050Type: Presolicitation
AwardedJun 13, 2025
$469.6K$469,568
AwardeeHAMILTON PACIFIC CHAMBERLAIN LLC WALDORF 20602
Award #:36C24525C0092
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)

Set Aside

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

    The Department of Veterans Affairs is preparing to solicit bids for Project 512A5-25-002, which involves replacing the boiler plant water main at the Perry Point Veterans Affairs Medical Center in Maryland. This project requires a construction contractor to manage all aspects, including labor, materials, and disposal services, while also abandoning the existing water main. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated cost between $250,000 and $500,000, and interested contractors must meet specific qualifications under NAICS code 236220 and be registered with the SBA and SAM. A site visit is recommended and will occur approximately ten days after the solicitation is posted, which is expected around April 11, 2025; for further inquiries, contractors can contact Contracting Officer Liana J Holland via email at Liana.Holland@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting bids for Project 512A5-25-002, which involves replacing the Boiler Plant Water Main at the Perry Point VAMC in Maryland. This construction project requires the contractor to supply all necessary labor, materials, and equipment to install a new secondary water main while capping the existing one. The estimated construction cost falls between $250,000 and $500,000. The tender is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires registration with appropriate government resources. Key project details include a site visit on April 29, 2025, RFI submissions by May 2, 2025, and the proposal deadline on May 16, 2025. The contractor must comply with all relevant safety and environmental regulations, including guidance on managing hazardous materials. The contract stipulates a 90-day completion period following a Notice to Proceed, emphasizing coordination with VA staff to minimize disruptions. The project highlights the commitment of the VA to enhance facility infrastructure and maintain operational safety standards while providing opportunities for veteran-owned businesses.
    The Department of Veterans Affairs is preparing to solicit bids for Project 512A5-25-002, aimed at replacing the water main for the Boiler Plant and Chiller Plant at the Perry Point VA Medical Center in Maryland. This presolicitation notice indicates the project will require a construction contractor to manage all aspects of the job, including labor, materials, and disposal services, while also abandoning the existing water main. The solicitation is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with a cost estimate between $250,000 and $500,000. Interested contractors must meet specific qualifications under NAICS code 236220 and obtain necessary licenses for work in Maryland. Registration with SBA and SAM is mandatory for bid eligibility. A site visit is recommended and will occur approximately ten days after the solicitation, which will be posted on or around April 11, 2025. The main point of this document is to announce the upcoming solicitation and outline the requirements for potential bidders.
    The document outlines RFP 36C24525R0050 issued by the Department of Veterans Affairs for the construction project titled "Replace Boiler Plant Water Main" at the Perry Point VA Medical Center in Maryland. The project involves the installation of a new water main to ensure a secondary water supply and includes the abandonment of the existing system. The contractor must provide all necessary materials, labor, and supervision while adhering to safety regulations and operational guidelines. The contract targets Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a magnitude of between $250,000 and $500,000. Proposals must be submitted by May 23, 2025, with a site visit scheduled for April 29, 2025. All work must comply with local, state, and federal regulations, and a draft CPM schedule is required upon bid submission. The document stresses the importance of safety protocols, adherence to environmental regulations, proper waste disposal, and the need for timely communication and coordination with VA personnel. Overall, the initiative underscores the VA's commitment to maintaining its facilities and ensuring timely project execution while enhancing the safety and operational standards at the medical center.
    The document outlines modifications for Project 512A5-25-002 at the Perry Point Veterans Affairs Medical Center, focusing on replacing the boiler plant water main. Key details include an updated scope of work that specifies requirements for labor, materials, and safety measures, alongside a comprehensive timeline for project execution. The updated scope emphasizes the necessity for a secondary water source, excavation procedures, and compliance with safety standards, especially in connection with potential hazardous materials like asbestos and lead. The document also includes guidelines for addressing requests for information (RFIs), stressing that no further RFIs will be accepted after the specified deadline, and highlights the necessity for contractors to adhere strictly to environmental regulations and waste disposal protocols. Overall, the modifications clarify existing requirements, refine project specifications, and reaffirm compliance standards in preparation for contractor bids, reflecting the VA's commitment to safety and efficiency during construction.
    Aerosol Monitoring & Analysis, Inc. (AMA) conducted an inspection of asbestos-containing materials (ACMs) at the Perry Point Campus of the VA Maryland Health Care System as part of Contract No. VA245-15-F-3520. The inspection, carried out between December 2015 and February 2016, involved a comprehensive assessment to verify existing ACM documentation, collect bulk samples, and recommend corrective actions. The Perry Point Campus consists of 45 buildings, dating from 1750 to 1985, where numerous ACMs, including floor tiles, insulation, and joint compounds, were identified. The inspection adhered to the guidelines set by the Asbestos Hazard Emergency Response Act (AHERA), and all findings, including locations and conditions of ACMs, were organized in a detailed electronic format. AMA provided a summary of damaged materials alongside a cost estimate for necessary repairs or removals. The findings indicate considerable hazards due to damaged materials, mandating immediate response actions to ensure safety and regulatory compliance for the facilities housing veterans. This assessment underscores the federal government's commitment to maintaining safe environments in veteran care facilities while adhering to environmental regulations.
    The United States Department of Veterans Affairs conducted a lead paint screening at the Perry Point Campus as part of Contract No. GS-10F-0386K. This assessment, executed by Aerosol Monitoring & Analysis, Inc. between September 30 and October 31, 2013, aimed to identify lead-containing materials (LCM) within the campus's 1,103,000 square feet across 50 buildings of various construction dates (from 1918 to the present). The screening revealed numerous surfaces exceeding the threshold of 0.7 mg/cm² for lead, particularly in buildings like the domiciliary and administration facilities, where significantly damaged lead paint was identified. The document emphasizes the necessity for adherence to regulatory standards, particularly regarding the Occupational Safety and Health Administration's lead regulations in construction and disposal requirements under the Resource Conservation and Recovery Act. It also outlines the need for safe handling and disposal of lead-containing waste. The report includes tables summarizing the testing results and building assessments, indicating a widespread presence of lead-related hazards requiring attention. Overall, this screening underscores the commitment to ensuring a safe environment for veterans and staff by addressing the risks associated with lead paint within the Perry Point facilities.
    Aerosol Monitoring & Analysis, Inc. (AMA) conducted an asbestos re-inspection of Building 315 at the Perry Point Veterans Affairs Medical Center in Maryland. The inspection aimed to verify existing information on asbestos-containing materials (ACMs) and assess their condition. Building 315, a boiler plant built in 1969, was found to have multiple ACMs, including various types of caulking, insulation, and wall coatings, all containing more than 1% asbestos. The report provides a detailed analysis of the ACMs, classifying them based on their condition and potential for disturbance. The assessment determined several materials to be in good condition, while others were rated as significantly damaged, presenting potential hazards to building occupants. AMA implemented sampling and analysis per EPA guidelines, confirming the presence of chrysotile asbestos in several bulk samples collected. Recommendations for ongoing operations and maintenance, including monitoring and possible removal of damaged materials, were outlined to minimize exposure risks. Overall, this report highlights the importance of safety measures and compliance with regulations concerning asbestos in federal buildings.
    The document presents an asbestos building survey conducted by Environmental Monitoring & Consulting Associates (EM&CA) at the Perry Point VA Boiler Facility (Building #315) on October 25, 2023. The survey, prepared for D2X Associates and Mr. Vinnie Cuomo, aimed to identify asbestos-containing materials affected by the planned replacement of specific boilers. Fifteen bulk samples were collected and analyzed, revealing that while many materials, including various insulation and floor tiles, tested negative for asbestos, some, specifically the exterior blue paint and grey caulking on metal wall panels, were found to contain asbestos. The report emphasizes that the boiler building, constructed in 1969, has asbestos-related concerns that necessitate abatement during renovations. Despite some positive findings, most materials related to boiler operations were negative for asbestos, suggesting limited risk when developed further. The document outlines future steps, including reassessment and potential resampling once design documents are finalized. It reflects protocol compliance for asbestos inspections and is relevant for governmental and environmental regulatory requirements in construction and renovation projects, particularly in federal oversight contexts. This summary highlights key findings and the report’s relevance in ensuring safety and compliance in government facility upgrades.
    AMA Consulting conducted a lead-based paint (LBP) screening at Building 315 Boiler Plant in Perry Point, Maryland, on February 9, 2018, as outlined in a report to Mr. Matt Hargrove of the VA Maryland Health Care System. The inspection used a Niton XLp 300A X-Ray Fluorescence (XRF) analyzer to determine lead content, achieving a 95% confidence level in readings. Out of 79 readings, 12 surfaces were identified with lead concentrations exceeding 0.7 mg/cm², including various metal components like pipes and valves. Maryland regulations specify that while removal of LBP isn't mandatory prior to demolition, testing is needed for disposal requirements. Additionally, contractors must be aware of LBP to protect workers. The Occupational Safety and Health Administration's (OSHA) Lead in Construction Standard mandates specific exposure limits and safety practices during demolition. This screening report serves as a crucial document for ensuring compliance with environmental and safety regulations while addressing potential health risks associated with lead exposure.
    The project titled "Replace Boiler Plant Water Main" at the Perry Point Veterans Affairs Medical Center aims to install a new 6-inch water main and associated components to improve the facility's water distribution system. The project emphasizes safety, security, and compliance with VA regulations. Contractors are required to prepare the site, manage project coordination, and ensure minimal disruption to ongoing medical operations. Detailed guidelines for safety requirements, construction management, documentation, and control procedures are outlined. Key components of the project include the necessity for an OSHA-certified Competent Person onsite, comprehensive site management protocols to ensure access and safety for medical personnel and patients, and specifications for temporary environmental controls during construction. Additionally, proper procedures for documentation, quality control, and waste management are mandated. The project is tightly scheduled to finish within 90 days following the Notice to Proceed, emphasizing the need for uninterrupted utility services throughout construction. The contractor is tasked with maintaining a continuous flow of essential utilities and ensuring that construction activities align with the operational requirements of the medical center. This infrastructure upgrade is a significant investment in maintaining the quality of care for veterans while adhering to federal guidelines and safety standards.
    The VAAR Clause 852.219-75 outlines the limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) in contracts awarded by the VA. Offerors must certify compliance with these limitations: for service contracts, no more than 50% may be subcontracted to non-certified entities; for general construction, up to 85%; and for special trade construction, up to 75%. Costs for materials are excluded from these calculations. A false certification can lead to severe legal consequences. Offerors are required to maintain documents for VA review to demonstrate compliance and must provide such records upon request. Failure to comply may invoke remedial actions by the government. A formal certification statement must be included with bids, or the bid will be disqualified, emphasizing the importance of adherence to these subcontracting rules within federal RFP processes.
    The VAAR Clause 852.219-75 outlines compliance regulations related to limitations on subcontracting for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It establishes that contractors must adhere to specified limits based on the type of contract, specifically percentages of the contract amount that can be subcontracted to entities that are not certified SDVOSBs or VOSBs. For general construction contracts, contractors cannot subcontract more than 85% of the government-paid amount to non-certified firms, with costs of materials being excluded from this limit. The document emphasizes the importance of authenticity in certifications, detailing potential legal consequences for submitting false information. It also mandates that contractors provide documentation to demonstrate compliance with subcontracting limitations, as failure to comply may lead to remedial actions taken by the government. Completion of the certification portion is necessary for an offer's eligibility in the bidding process. This clause is significant within the context of federal procurements, promoting participation from veteran-owned businesses while ensuring contract integrity through regulated subcontracting practices.
    Similar Opportunities
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    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.
    Z2NB--657-26-110JB - Upgrade Boiler Safety Valves , STL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the project titled "Upgrade Boiler Safety Valves, STL," located at the Jefferson Barracks VA in St. Louis, MO. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the replacement and upgrade of eight steam safety valves within the steam boiler system in Building 75 to enhance facility safety and efficiency. The contractor will be responsible for all labor, materials, equipment, and related services, including boiler shutdown/restart, scaffolding, and leak testing, with an estimated project cost ranging from $150,000 to $500,000 and a performance period of 180 calendar days. Interested contractors must be registered in SAM and VetCert, with the solicitation package expected to be available by December 19, 2025, and proposals due around January 15, 2026. For further inquiries, contact Kevin M. Farrell at kevin.farrell@va.gov or by phone at 913-946-1168.
    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.
    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.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    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.
    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.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    J041--12/19 10 AM SDVOSB | A5-26-008 Replace 17H Blast Chiller Condenser
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the replacement of a 17H Blast Chiller Condenser at the Perry Point VA Medical Center in Baltimore, Maryland. The project involves the removal and replacement of the existing blast chiller condenser, including refrigerant recovery and connections to existing systems, with a completion timeline of 30 calendar days from the Notice to Proceed. This procurement is critical for maintaining the facility's operational efficiency and ensuring compliance with safety and environmental regulations. Interested vendors must attend a mandatory site visit on December 15, 2025, and submit their proposals by December 19, 2025, at 10:00 AM EST, with all inquiries directed to Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV.