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 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.

    Point(s) of Contact
    Mark A Holland (CO)Contract Specialist
    Mark.Holland@va.gov
    Files
    Title
    Posted
    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.
    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 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
    Z2DA--OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Exterior Utility Lines Project" at the Jack C. Montgomery VA Medical Center in Muskogee, OK, with a contract value estimated between $2,000,000 and $5,000,000. The project involves replacing exterior water and sewer lines, creating separate fire protection and domestic water loops to mitigate Legionella contamination, and requires compliance with ADA, OSHA, and NFPA standards. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes the importance of safety, quality assurance, and adherence to federal regulations throughout the construction process. Proposals are now due by December 17, 2025, at 2:00 PM CST, and must be submitted via email to Contract Specialist Jesus A. Villegas at jesus.villegas@va.gov.
    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.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. Contractors are required to provide all labor, materials, equipment, and supervision necessary to remove and replace an old trench cap, as outlined in the Statement of Work, while adhering to safety regulations and environmental disposal guidelines. This project is crucial for maintaining the infrastructure of the facility, ensuring a safe and functional environment for veterans. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. Interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, which involves significant infrastructure improvements including dam spillway modifications and drainage enhancements. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to modernize critical safety elements related to waterways at the cemetery. Interested contractors must submit their proposals electronically by October 15, 2025, at 2:00 PM EDT, and are required to attend a mandatory pre-bid site visit on September 16, 2025. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    Z1DA--Replace Equipment in Mechanical Rooms Project No. 593-23-306 VAMC Las Vegas, NV
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the "Replace Equipment in Mechanical Rooms Project No. 593-23-306" at the VA Medical Center (VAMC) in Las Vegas, NV. The project involves decommissioning and demolishing existing clean steam generators and heating hot water pumps, procuring and installing a new reverse osmosis unit, and modifying existing ductwork, with a total estimated construction value between $2,000,000 and $5,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and the solicitation documents are expected to be available around December 16, 2025, with proposals due by December 5, 2025, at 10:00 AM Pacific Time. Interested parties should direct inquiries to Contract Specialist Christopher Whipple at christopher.whipple@va.gov.
    C1DA--626A4-26-201 A/E Replace Domestic Water Fire Mains and Main Backflow Devices
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 9, is seeking qualified architectural and engineering firms for the project titled "Replace Domestic Water/Fire Mains and Main Backflow Devices" at the VA Tennessee Valley Healthcare System in Murfreesboro, TN. The project involves the replacement of approximately 30,000 linear feet of water mains and main backflow stations, along with necessary electrical and structural work, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative is crucial for ensuring the reliability and safety of the facility's water systems, with an estimated construction budget ranging from $1,000,000 to $2,000,000. Interested firms must submit their SF330 forms electronically by December 18, 2025, at 1:00 PM Central Time, and can direct inquiries to Contract Specialist Michael R. Brown at Michael.brown1305@va.gov or by phone at 615-225-5975.
    S222--1-1-2026 - 666 - Sewer Vac Servicing - Base + 4 Options
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 19, is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for sewer vacuum servicing at the Sheridan VA Health Care System in Wyoming. The procurement involves a firm-fixed-price contract for maintenance of sanitary and storm sewer systems, including vacuuming, camera inspections, and emergency jetting, with a base contract period from January 1, 2026, to December 31, 2026, and four additional option years extending through December 31, 2030. This contract is crucial for ensuring the proper maintenance and functionality of the facility's waste management systems, which are vital for health and safety compliance. Interested parties must submit their offers by November 21, 2025, at 10:00 AM MST, and can direct inquiries to Contract Specialist Charles Gritzmacher at charles.gritzmacher@va.gov or 303-712-5780.
    Z2DA--666-26-121_(C) Gillette Small Upgrade Project (VA-26-00006671)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Gillette Small Upgrade Project at the Gillette VA Clinic in Wyoming. This project aims to address drainage issues, replace an exterior door and frame, and remodel casework, finishes, and furnishings in three areas of the clinic, all while ensuring minimal disruption to ongoing clinic operations. The contract is estimated to be valued between $100,000 and $250,000, with a completion timeline of 45 calendar days from the Notice to Proceed. Interested Veteran-Owned Small Businesses (VOSB) or Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals via email by January 9, 2026, at 10:00 A.M. MT, and can direct inquiries to Contract Specialist Elia-Laritza L Ruiz-Manzo at Elia-Laritza.Ruiz-Manzo@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.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.