Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
ID: 36C25926R0003Type: Solicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under project number 660-23-101. This construction project requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated construction cost ranging from $2,000,000 to $5,000,000. The work must comply with various federal regulations, including OSHA and EPA standards, and is expected to be completed within 340 calendar days following the Notice to Proceed. Interested parties must submit proposals by January 14, 2026, and direct any inquiries to Contract Specialist Mark A. Holland at Mark.Holland@va.gov.

    Point(s) of Contact
    Mark A Holland (CO)Contract Specialist
    Mark.Holland@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued Amendment 0001 to Solicitation 36C25926R0003 for project 660-23-101, which involves rehabilitating domestic water lines. This amendment extends the proposal due date from January 8, 2026, to January 14, 2026, at 10:00 AM MST, in response to concerns about holiday availability of suppliers and subcontractors. It also updates wage rates to the latest General Decision Number UT20250085, dated December 12, 2025. Additionally, the amendment clarifies that a Superintendent cannot simultaneously serve as the Site Safety and Health Officer (SSHO), requiring a dedicated, full-time SSHO with specific qualifications. Site visit attendance and meeting documents are attached to this amendment.
    The Department of Veterans Affairs (VA) Network Contracting Office 19 has issued Solicitation Number 36C25926R0003, a Request for Proposal (RFP) for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center. This 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside requires contractors to furnish all labor, equipment, materials, and supervision for the project, with an estimated magnitude between $2,000,000.00 and $5,000,000.00. Key requirements include mandatory registration in the System for Award Management (SAM) and verification by the SBA VetCert program. A site visit is scheduled for December 11, 2025, and all questions must be submitted by December 16, 2025. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and must include a wet-signed and stamped bid bond. The project has a 340-calendar-day performance period and is subject to the Buy American Act. Evaluation will prioritize past performance over price, with specific criteria for recent and relevant projects, and adherence to safety standards including an Experience Modification Rate (EMR) of 1.0 or less.
    This is a pre-solicitation notice for a construction project (36C25926R0003) at the George E. Wahlen Department of Veterans Affairs Medical Center in Salt Lake City, Utah. The project, titled "Rehabilitate Domestic Water Lines (660-23-101)," involves replacing main domestic water distribution lines, structurally reinforcing the main booster pump house, and constructing a security gate for the pump house. The estimated magnitude of the project is between $2,000,000.00 and $5,000,000.00. This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors must be certified and listed in the Small Business Administration (SBA) certification database at the time of offer submission and contract award. The NAICS code for this project is 237110 with a small business size standard of $45.0M. The solicitation is expected to be posted around October 31, 2025. Contact for this project is Mark Holland at mark.holland@va.gov or 303-712-5828. The notice also details the VAAR 852.219-73 clause regarding SDVOSB set-asides, including definitions, eligibility requirements, limitations on subcontracting, and compliance periods.
    The VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction outlines subcontracting restrictions for VA contracts. It mandates that offerors certify compliance with limits on the percentage of work that can be subcontracted to firms not listed as VIP-listed SDVOSBs or VOSBs. For services, this limit is 50%; for general construction, 85%; and for special trade construction, 75%. The document excludes material costs from subcontracting calculations in construction. It warns of severe penalties for false certifications or non-compliance, including criminal prosecution and fines. Contractors must provide documentation to verify compliance and cooperate with VA reviews. Failure to submit the required certification renders an offer ineligible for evaluation and award.
    This document, titled "TUNNEL FLOORING REPLACEMENT CONSTRUCTION DOCUMENTS" (Project Number 660-23-114, Issue Date 06.01.2022), is a site reference plan for the VA U.S. Department of Veterans Affairs. It details the layout of various buildings and facilities at a VA medical campus, indicating the locations of numerous clinics, offices, and services. Key areas include the Women's Clinic, Emergency Department, Research Office/Labs, various administrative offices (AMM&S, FISCAL, Logistics, Human Resources), Mental Health Outpatient Clinics, and the VA Regional Office (VBA). The document also outlines the internal structure of Buildings 50 and 90, detailing departments across different levels, such as Patient Financial Service, Audiology, Dental, and OIFO. The primary purpose of this specific document, as indicated by its title, is to provide construction documents related to the replacement of tunnel flooring, suggesting an infrastructure upgrade project within the VA facility.
    The "Contractor Background Investigation Request" form is a mandatory document used by the VA to initiate background checks for contractors. This form requires comprehensive information across several sections: VA Organization Information, Individual Information (including personal details like SSN, name, birth details, and citizenship), Investigation details (position title and type of investigation), and Company Information (contractor company, task order number, company POC, and address). It also mandates a signature from the VA CO or COR. The form explicitly states that a separate "Foreign National Check Form" is required for non-U.S. citizen contractors. This document is crucial for vetting personnel working with the VA, ensuring compliance and security within federal government contracting processes.
    The VA TMS 2.0 document outlines the step-by-step process for new non-employee users, specifically contractors, to enroll and complete mandatory training within the Veterans Health Administration (VHA) system. The process involves creating an online profile by navigating to the TMS 2.0 website, selecting VHA and Contractor roles, and completing required personal and job information fields. Crucially, new users must wait 20 minutes after enrollment before logging in, during which their profile is created. The document details the login procedure, including the use of a one-time passcode sent to the registered email and setting up security questions. It also provides instructions for existing TMS account holders to transfer or activate their accounts. The overall purpose is to ensure all contractors complete essential VHA training by guiding them through the enrollment, login, and course completion process, highlighting the importance of the TMS 2.0 system for compliance and workforce readiness within federal government operations.
    The Declaration for Federal Employment (Optional Form 306) is a critical document used to assess an individual's eligibility for federal and federal contract employment, as well as their enrollment in the Government's Life Insurance program. Applicants typically complete this form after a tentative job offer. The form requires truthful and complete answers, warning against false statements that could lead to non-hiring or termination, and potential fines or imprisonment. It collects general information such as name, SSN, place and date of birth, U.S. citizenship status, and other names used. It also includes sections on Selective Service registration for eligible males and military service history. A significant portion of the form focuses on background information, inquiring about convictions, imprisonment, probation, parole, military court-martials, current charges for legal violations, past employment termination or related issues, and federal debt delinquencies. Additional questions cover relatives working for the agency and receipt of retirement pay from government service. The form concludes with certifications where applicants attest to the truthfulness of their information and consent to investigations. Appointees also address life insurance elections from previous federal employment.
    The VA Salt Lake City outlines critical requirements for PIV Badge sponsorship, emphasizing strict adherence to instructions to prevent delays or rejections. Applicants must submit specific electronic documents via S/MIME encrypted email, including a TMS 2.0 Training completion certificate, a Contractor Background Investigation Request (electronically completed with only individual and company information), a wet-signed Self Certification of Continuous Service, and a wet-signed Declaration for Federal Employment OF-306 (2023). Handwritten forms or those with marks outside designated fields will be rejected. After document submission, applicants will receive email notifications for fingerprinting appointments, requiring two forms of ID (driver's license plus social security card, birth certificate, or passport). Subsequently, two separate eApp emails with a user ID and temporary password will be sent, requiring completion within seven days to avoid re-initiation of the process. The process highlights the importance of precise electronic submission, proper wet signatures, and timely follow-up for successful PIV Badge issuance.
    The Past Performance Questionnaire is a critical document for evaluating contractor performance in federal, state, and local government RFPs and grants. It requires contractors to provide detailed information about their firm, the nature of work performed (prime, sub, or joint venture), contract specifics (number, type, price, dates), and a project description highlighting relevance to the current submission. Clients then assess the contractor across key performance areas, including quality, schedule adherence, customer satisfaction, management, cost control, and safety/security. The evaluation uses a six-tier rating scale (Exceptional to Not Available), with mandatory narrative explanations for any unsatisfactory or marginal ratings. The questionnaire concludes with sections for overall strengths, weaknesses, deficiencies, and general comments, culminating in an overall rating and client signature. This comprehensive feedback mechanism helps government agencies assess risk and make informed decisions about future contracts.
    This government file is a detailed cost estimation template, dated December 2, 2025, for a construction project, likely for federal or state/local RFPs or grants. It provides a structured breakdown for calculating project costs across various divisions, from "Special Sections" (Division 0) to "Transportation" (Division 34). Each division includes sections for labor and materials, detailing quantity, unit, and unit cost. The template also incorporates adjustments for "Local Market Conditions" and "Small Business Utilization," along with line items for "OVERHEAD," "PROFIT," and "BONDS" to arrive at a "PROJECT TOTAL." The file currently shows all monetary values as zero, indicating it is a blank form intended for future use in generating a comprehensive project estimate.
    The Department of Veterans Affairs (VA) requires a "Self Certification of Continuous Service" form for personnel vetting and credential management. This document, revised February 12, 2025, is used by individuals to certify their break in federal service, if any. Federal employment is broadly defined to include active, guard, or reserve military service, federal civilian employment, or federal government contractor work. Individuals must indicate if they have had no break in service, a break of less than 36 months, between 36 and 60 months, or greater than 60 months (or no prior federal employment). The form requires the full name, Social Security Number, signature, and date, and explicitly states that previous versions are obsolete.
    The George E. Wahlen Department of Veterans Affairs Medical Center is seeking construction services for project #660-23-101, "Rehabilitate Domestic Water Lines," at its Salt Lake City, UT campus. This pre-bid meeting outlined requirements for contractors, including furnishing all necessary services, equipment, labor, materials, supervision, and tools. All work must comply with OSHA, EPA, and federal/state environmental regulations. The estimated construction range is between $2,000,000 and $5,000,000, requiring bid guarantees and payment/performance bonds. Special standards of responsibility, including OSHA and EMR ratings, and adherence to VAAR clause 852.219-75 Limitation on Subcontracting are mandatory. Contractors must start within 10 days of Notice to Proceed and complete work within 340 days. Compliance with Davis Bacon Wages and submission of weekly certified payrolls with monthly invoices are also required. Questions are due by December 16th, 2025, and proposals by January 8th, 2026, both to mark.holland@va.gov.
    The document is an attendance sheet for a pre-construction site visit for Project 660-23-101, titled "Rehabilitate Domestic Water Lines." The attendees represent various organizations including VISN 19 NCO 19, VHASLC Facilities Management Service, Kozco, Wyexbuilt, Capex Construction, LLC, M.C. Green, and Global Eng. Each entry includes the attendee's printed name, organization, phone number, and email address. This document serves to record participants present at a crucial preliminary meeting for a federal government construction project, likely related to an RFP or federal grant, ensuring all stakeholders are accounted for before the project commences.
    The document outlines the general requirements for Project #660-23-101, “Rehabilitate Domestic Water Lines, SLC VAMC (CD SET),” issued by the Department of Veterans Affairs. It details comprehensive guidelines for the general contractor, covering safety, security, site operations, utility management, and environmental protection. Key aspects include strict security protocols for personnel and sensitive information, requirements for temporary facilities, and careful coordination to minimize disruption to the Medical Center's 24/7 operations. The contractor is responsible for extensive restoration, professional surveying, and a detailed warranty management plan. The project also mandates photographic documentation of progress and adherence to specific instructions for equipment testing and training. The overall purpose is to ensure the efficient and secure rehabilitation of domestic water lines while maintaining the Medical Center's functionality.
    Similar Opportunities
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, focusing on critical 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 ensure compliance with Colorado state regulations while modernizing cemetery facilities. Interested bidders must submit their proposals electronically by January 14, 2026, at 2:00 PM EST, with a virtual bid opening scheduled for the same day at 2:15 PM EST. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Veterans Affairs, Department Of
    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.
    36C25726R0010 | Project # 674-21-252 Renovation of Bldg. 62 AC Shop
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans’ Medical Center in Temple, Texas, under Solicitation Number 36C25726R0010. This project, designated as Project 674-21-252, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires the contractor to provide all necessary labor, supervision, materials, and equipment for comprehensive electrical, mechanical, and plumbing reconfigurations. The estimated contract value ranges from $2 million to $5 million, with a mandatory performance period of 360 calendar days, and proposals are due by January 29, 2026, at 10:00 AM CST. Interested parties can contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov for further details.
    Z2NZ--CON-NRM 653-23-101 Repair-Replace Campus Sewer and Storm Drain Lines
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the project titled "Repair-Replace Campus Sewer and Storm Drain Lines" at the Roseburg VA Medical Center in Oregon. This project involves extensive general construction work, including the repair and replacement of existing sanitary sewer and storm drain systems, with a focus on maintaining continuous operations at the medical center while adhering to strict safety and environmental regulations. The estimated contract value ranges between $20 million and $50 million, with a performance period of 425 calendar days anticipated to begin after the notice to proceed is issued. Interested contractors should note that the solicitation is expected to be posted around mid-December 2025, and they can direct inquiries to Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341.
    Z1DA--PN: 636A6-22-104, Replace Boiler Plant Brine Tank (DM) 2237: 636-26-2-9801-00013
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 23, is seeking qualified contractors for the replacement of the Boiler Plant Brine Tank at the VA Central Iowa Health Care System in Des Moines, Iowa. This project, identified as Solicitation Number 36C26326B0007, involves the removal and replacement of two brine generation tanks and one existing brine tank with a new poly tank system, requiring comprehensive construction services while maintaining hospital operations. The estimated contract value ranges between $1,000,000 and $2,000,000, with a performance period of 365 days, and bids are due by December 31, 2025, at 10:00 AM CT. Interested contractors should direct inquiries to Contract Specialist Jocelyn J Swim at Jocelyn.Swim@va.gov and ensure compliance with all mandatory requirements outlined in the solicitation documents.
    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.
    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.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor for the "Replace Boilers and Upgrade Controls" project at the West Roxbury VA Medical Center in Massachusetts. The project involves comprehensive construction activities, including the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated contract value between $50 million and $100 million. This initiative is critical for modernizing the facility's heating infrastructure and control systems, ensuring compliance with safety standards and operational efficiency. Proposals are due by 4:00 PM ET on February 27, 2026, and interested parties should contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386 for further details.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    36C25726R0011 | CTX 674-16-016 - Remodel Amphitheater
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contract Office 17, is soliciting bids for the remodel of the Amphitheater at the Olin E. Teague Veterans Medical Center in Temple, Texas, under solicitation number 36C25726R0011. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems, with an estimated construction magnitude between $2,000,000 and $5,000,000. Proposals are due by January 12, 2026, at 10:00 AM CST, and interested contractors must acknowledge receipt of amendments to avoid rejection of their proposals. For further inquiries, contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.