635 Condensate Return Pump Replacement
ID: 36C25925Q0399Type: Combined Synopsis/Solicitation
AwardedAug 5, 2025
$193.5K$193,548
AwardeeUTILITY SYSTEMS SOLUTIONS, INC. DALLAS 75244
Award #:36C25925P0984
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (N045)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the removal and replacement of a condensate return pump system at the Oklahoma City VA Medical Center. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the complete responsibility of the contractor to verify existing conditions and ensure compliance with safety protocols and specifications outlined in the Statement of Work. The total contract value is estimated between $150,000 and $200,000, with proposals due by June 25, 2025, at 2:00 PM CDT. Interested contractors should direct inquiries to Blake Rowland at blake.rowland@va.gov and ensure adherence to all applicable labor standards and compliance requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Labor has published Wage Determination No. 2015-5315, detailing the minimum wage and fringe benefits requirements under the Service Contract Act (SCA) for covered contracts. Effective from January 30, 2022, contracts must adhere to the wage threshold of $17.75 per hour as per Executive Order 14026 or the applicable higher rates listed for various occupations, with adjustments made annually. The document provides a comprehensive list of job classifications and corresponding wage rates specific to Oklahoma counties, including administrative, automotive, food service, health, and technical occupations. Additionally, it outlines employee benefits such as health and welfare compensation, vacation, paid holidays, and provisions for paid sick leave under Executive Order 13706. Importantly, it notes that if new job classifications arise outside those listed, a formal conformance request must be submitted for appropriate classification and wage determination. Overall, this document serves as a crucial reference for federal contractors to ensure compliance with labor standards and pay equity in government contracts, reinforcing worker protections and fair compensation practices.
    This document is a formal amendment to solicitation number 36C25925Q0399, issued by the Department of Veterans Affairs Network Contracting Office NCO 19. The amendment clarifies that the solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). It announces a site visit scheduled for June 10, 2025, at 10:00 AM, to be held outside the boiler plant at the Oklahoma City VA Medical Center. Interested parties are required to direct all questions and fee proposals to Blake Rowland via email. Aside from these updates, all other terms and conditions outlined in the original solicitation remain unchanged. The amendment ensures that potential bidders are informed of these critical developments to facilitate their participation in the bidding process.
    This document is an amendment to solicitation 36C25925Q0399 issued by the Department of Veterans Affairs, specifically the Network Contracting Office NCO 19. The primary purpose of this amendment is to extend the deadline for proposals for the condensate return pump replacement project to June 18, 2025, at 2:00 PM CDT. Additionally, it provides site visit documents related to the project and requests that all inquiries and fee proposals be sent to the designated contact, Blake Rowland. All other terms and conditions of the original solicitation remain unchanged. This extension aims to ensure that all potential bidders have ample time to prepare their proposals while maintaining transparency in the contracting process.
    The VA Notice of Limitations on Subcontracting outlines compliance requirements for contractors awarded services or construction contracts under 38 U.S.C. 8127. The document specifies that contractors must limit payments to non-VIP-listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). For general construction, contractors may not exceed 85% of contract payments to non-VIP-listed firms, while for special trade contractors, this limit stands at 75%. The contractor must certify adherence to these limits and understand the legal implications of false certifications, which may lead to severe penalties. Compliance verification through documentation may be requested by the VA during contract performance. Failure to provide necessary records can result in further actions by the government. The certification process is mandatory for bid consideration, emphasizing the importance of compliance with subcontracting limitations to support small business participation in federal contracts.
    The Past Performance Questionnaire is a critical assessment tool utilized in government contracting, specifically as part of Request for Proposals (RFPs) and grants. It includes sections to be completed by the contractor and client, gathering essential data on contractor performance. Key components include contractor information, project details, client feedback, and performance evaluation across various criteria such as quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and general compliance. The questionnaire assesses aspects like timeliness, problem resolution effectiveness, quality of work, financial management, and safety, which informs the government about the contractor's previous performance and reliability. Clients evaluate contractors using a rating scale from exceptional to unsatisfactory, providing comments to clarify ratings. Lastly, the document invites additional remarks on strengths, weaknesses, and deficiencies to aid in performance risk evaluation, ensuring comprehensive insight into the contractor's capabilities for future projects. This structured approach ultimately helps the government make informed decisions regarding contract awards and partnerships based on documented past performance.
    The document outlines a Request for Quotes (RFQ) issued by the Department of Veterans Affairs for the removal and replacement of a condensate return pump system at the Oklahoma City VA Medical Center. This acquisition is entirely set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a maximum award amount of $19 million. The RFQ is structured to specify submission requirements, including a technical proposal, past performance information, and pricing, all due by June 12, 2025, at 2:00 PM CT. Key evaluation factors include past performance, technical approach, and price. Contractors are required to comply with all applicable laws and VA policies. The performance period is designated as 45 days, with work scheduled during normal business hours excluding federal holidays. The RFQ emphasizes the importance of adherence to safety protocols and detailed compliance with the specifications laid out in the Statement of Work to ensure project success.
    This document is an amendment to solicitation 36C25925Q0399 issued by the Department of Veterans Affairs, specifically the Network Contracting Office NCO 19. The primary purpose of this amendment is to extend the deadline for receipt of offers to June 25, 2025, at 2:00 PM CDT. Additionally, it addresses posted responses to inquiries related to the solicitation. The amendment outlines that all other terms and conditions remain unchanged, ensuring that the intended requirements and guidelines for potential contractors are still applicable despite the extension. Included with the amendment is a separate document detailing the questions raised regarding the solicitation. This modification phase emphasizes the importance of adhering to the solicitation timeline while facilitating clear communication between the contracting office and bidders.
    The pre-bid meeting for the Condensate Return Pump Replacement project at the Oklahoma City VA Medical Center outlines the contractor's responsibilities for labor, materials, and site preparation in compliance with OSHA and EPA regulations. The meeting is not mandatory, and questions must be submitted in writing to the Contracting Officer. Offers are due by June 12, 2025, with a estimated construction budget of $150,000 to $200,000. Contractors must adhere to performance timelines and submit weekly certified payrolls, ensuring compliance with prevailing wage laws and the Buy American Act. Overall, this document serves as a guideline for prospective bidders, detailing project requirements, timelines, and compliance expectations, reflecting the VA's commitment to procurement transparency and accountability.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Z1DA--585-21-113 Replace Condensate Lines and Pumps Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Replace Condensate Lines and Pumps Construction" project (585-21-113) at the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. This opportunity is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the removal, resizing, and replacement of condensate steam lines, pumps, pressure reducing valves (PRVs), and associated asbestos, under NAICS Code 238220 for Plumbing, Heating, and Air Conditioning Contractors. The project is critical for maintaining the operational integrity of the medical facility and ensuring compliance with safety standards. Interested businesses must submit their qualifications, including company details and construction experience, by December 18, 2025, to Contract Specialist Donita Grace at donita.grace@va.gov.
    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.
    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--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.
    S222--Grease Trap Vault Cleaning 635-26-2-5006-0025
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotations for grease trap and vault cleaning services at the Oklahoma City VA Health Care System. This contract, valued at $16.5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base period along with four option years, requiring monthly services to remove grease and sludge, deodorize tanks, and provide detailed service reports. The importance of these services lies in maintaining sanitary conditions and compliance with safety regulations within the healthcare facility. Interested vendors should contact Contract Specialist Tiffani S Perkins at Tiffani.Perkins@va.gov for further details regarding the solicitation, identified as 36C25926Q0086.
    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.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    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.