ContractSolicitationService-Disabled Veteran-Owned Small Business Set Aside

Amendment 0002 | Y1NZ--598-23-107 Med Gas Deficiencies

DEPARTMENT OF VETERANS AFFAIRS 36C25626R0006
Response Deadline
Feb 3, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is soliciting proposals for the correction of medical gas deficiencies at the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin VA Healthcare Center in Arkansas. This project, designated as Project #598-23-107, involves comprehensive repairs including leak fixes, installation of new fittings, and upgrades to the medical gas systems, with a performance period of 240 calendar days following the issuance of the Notice to Proceed. The contract is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a projected value between $2 million and $5 million, emphasizing the importance of past performance over price in the evaluation process. Proposals are due by February 3, 2026, and interested parties should direct inquiries to Contract Specialist Julius Jones at Julius.Jones@va.gov or by phone at 501-257-1044/501-918-1200.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Y1NZ
CONSTRUCTION OF OTHER UTILITIES

Solicitation Documents

18 Files
Solicitation_36C25626R0006_1_11.21.25.pdf
PDF648 KB1/20/2026
AI Summary
This government solicitation (36C25626R0006) is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to correct medical gas deficiencies at the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin Healthcare Center in Arkansas. The project, valued between $2,000,000 and $5,000,000, requires leak repairs, new fittings, wiring, and controls based on a 2022 Medical Gas Analysis report. Offers are due by January 23, 2026, and a site visit is scheduled for December 10, 2025. Proposals must include Past Performance and Price/Solicitation/Offer/Award Documents, with past performance being significantly more important than price. Contractors must be VetCert SDVOSB verified and registered in SAM, and provide a bid guarantee, performance, and payment bonds.
36C25626R0006 0001.pdf
PDF82 KB1/20/2026
AI Summary
This document is Amendment A0001 to Solicitation Number 36C25626R0006, issued by the Department of Veterans Affairs, Network Contracting Office 16, Central AR Veterans Healthcare System. The amendment, effective December 11, 2025, acknowledges receipt of offers and provides essential updates to the original solicitation dated November 21, 2025. Its primary purpose is to distribute the site visit attendance sheet and agenda, which are attached as "A0001_Attachment A_598-23-107 Site Visit Attendance Sheet and Agenda_NLR and LR 12.10.25." All other terms and conditions of the original solicitation remain unchanged. Offerors are required to acknowledge this amendment with their proposal submission, and failure to do so may result in rejection of their offer. The document also includes administrative details such as accounting and appropriation data.
A0001_Attachment A_598-23-107 Site Visit Attendance Sheet and Agenda_NLR and LR 12.10.25.pdf
PDF1494 KB1/20/2026
AI Summary
The document details a site visit and pre-proposal conference for Project No. 598-23-107, "Medical Gas Deficiencies (NLR/LR)," under Solicitation No. 36C25626R0006, held on December 10, 2025. The purpose was to clarify solicitation requirements and tour project areas at two campuses. Attendees included representatives from various construction and mechanical companies, as well as VA personnel. All questions must be submitted by December 17, 2025, with proposals due by January 23, 2026. The scope of work involves correcting medical gas deficiencies based on an April 2022 report, including leak repairs, fitting installations, and new wiring/controls. This is a 240-calendar-day, firm-fixed-price contract, totally set aside for SDVOSBs, where past performance is significantly more important than price.
36C25626R0006 0002.pdf
PDF85 KB1/20/2026
AI Summary
Amendment 0002 to Solicitation 36C25626R0006 for the Department of Veterans Affairs extends the proposal due date to February 3, 2026, at 4 PM CST. This amendment provides government responses to Requests for Information (RFIs) and includes additional attachments related to the requirement for addressing medical gas deficiencies. Key attachments cover RFI responses, an EMR Form, inspection reports, an asbestos survey, GCL1 location details, electrical panel information, and gas diagrams. All other terms and conditions of the original solicitation remain unchanged. Offerors are required to acknowledge receipt of this amendment with their proposal submission, which will be administered by the Department of Veterans Affairs, Network Contracting Office 16.
A0002_RFI Responses - 36C25626R0006 - Med Gas Deficiencies.pdf
PDF844 KB1/20/2026
AI Summary
The document addresses Requests for Information (RFIs) for the 36C25626R0006 – Med Gas Deficiencies project, focusing on repairs, personnel requirements, work schedules, and technical specifications for medical gas systems at JLM and EJT Hospitals. Key clarifications include the scope of repairs, the need for full-time QA/QC and SSHO personnel, and specific working hours with after-hours work for surgery department conduit installation. The VA will provide temporary oxygen during shutdowns, and asbestos survey results for JLM Hospital are available. The project also defines requirements for submitting FAR Clauses, EMR forms, and addresses contractor responsibilities for site cleanliness and material storage. The bid due date has been extended to February 3, 2026.
A0002_Attachment A - EMR Form.pdf
PDF141 KB1/20/2026
AI Summary
The document 36C25626R0006 is a Pre-Award Contractor Evaluation Form designed for bidders/offerors to submit with their proposals for government acquisitions. Its main purpose is to assess a contractor's safety record and qualifications. Key information required includes OSHA 300 Forms data for 2021-2024, detailing man-hours, cases involving days away from work or restricted activity, DART rates, and serious/willful/repeat OSHA violations within the last three years. Contractors are disqualified for four serious, one repeat, or one willful violation. Additionally, the form requests the company's six-digit NAICS Code, details on who administers their Safety and Health Program, and their Insurance Experience Modification Rate (EMR) for the past three years. An EMR greater than 1.0 also results in disqualification. The form emphasizes the attachment of OSHA 300 and 300a Forms for verification.
A0002_Attachment B - Inspection Reports.pdf
PDF3181 KB1/20/2026
AI Summary
Health Choice Enterprises, LLC conducted annual medical gas inspections at Eugene J. Towbin VA Healthcare Center and John L. McClellan Memorial Veterans Hospital in April 2024, adhering to NFPA 99 2021, The Joint Commission EC 02.05.09, and CMS guidelines. The report details deficiencies and recommendations for source equipment, master alarm panels, zone valves, and outlets. Common issues include non-functional alarms, missing alarms (e.g., Medical Air Line High), improper vacuum switch connections, and non-compliant zone valve placements. Future upgrade observations address outdated components like emergency oxygen secondary connections lacking relief vents, medical vacuum systems without dedicated source valves, and non-compliant exhaust vent lines. Various medical gas outlets also exhibited issues such as leaks, reduced flow, or difficulty with adapter insertion. The findings are intended to guide the facilities in making necessary corrections and upgrades to ensure compliance and patient safety.
A0002_Attachment C - Asbestos Survey.xlsx
Excel282 KB1/20/2026
AI Summary
The CAVHS – Building JLM Asbestos Inventory/Inspection Checklist, updated January 2018, details the presence of asbestos-containing materials (ACM) in Building JLM, specifically in floor mastic beneath tiles and duct seam sealant. The document lists numerous locations on floor B (basement) with estimated quantities and chrysotile percentages (2-3% for mastic, 2-4% for sealant). It emphasizes that areas like crawl spaces, pipe chases, wall cavities, old electrical wires, and fixtures should be assumed to contain ACM, requiring clearance from the Safety Department. Furthermore, all VA employees whose work involves disturbing suspected ACM areas must complete initial Class III training and an annual refresher course per 29 CFR 1926.1101, which focuses on repair and maintenance operations involving asbestos-containing or presumed asbestos-containing materials. The checklist primarily serves as an inventory and inspection record to ensure safety and compliance with asbestos handling regulations within the VA CAVHS Buildings.
A0002_Attachment D - GCL1 Location.jpg
JPEG6123 KB1/20/2026
AI Summary
The provided government file, a drawing titled "GROUND FLOOR, NORTH EAST POWER SUPPLY , ENERGY PLANT, SERVICE" for the JOHN L. MCCLELLAN MEMORIAL VETERANS' HOSPITAL, outlines the electrical power supply and equipment layout for various areas including a boiler room, chiller room, and generator plant. The document details electrical connections, control wiring for motors and dock levelers, and panel schedules. It includes a wall elevation, a key plan, and specific notes regarding disc. switch sizes, feeder schedules, and branch circuit panel schedules. The drawing emphasizes the requirement for green ground conductors in all circuits and the contractor's responsibility for their installation. This file is crucial for understanding the electrical infrastructure and requirements for the facility's power supply and various mechanical systems.
A0002_Attachment E - Electrical Panels.pdf
PDF10272 KB1/20/2026
AI Summary
The document details specifications and warnings for Square D NOOD Panelboards, specifically models 12234084830360001 and 12234084830210001, with maximum amperages of 225A and 100A, respectively, and rated for 208Y/120 VAC. Key warnings emphasize using only Square D circuit breakers to ensure safety and reliability, and to avoid petroleum-based products on non-metallic parts. Crucial safety instructions highlight the danger of electric shock, explosion, or arc flash, requiring qualified personnel, appropriate PPE, and strict adherence to power cut-off procedures before servicing. The file also includes contact information for Cappusa.com, an integrated supplier for building, industrial process, and boiler controls, offering repair, calibration, engineered upgrades, and various instrumentation brands. It also provides an example of a VA Time & Attendance System Request for Leave form and information regarding a General Electric panel with a 20A, 120/240V- rating, marked for installation in a factory box.
A0002_Attachment F - Gas Diagrams.pdf
PDF8567 KB1/20/2026
AI Summary
The John L. McClellan Memorial Veterans' Hospital Phase II project, located at VAMC Little Rock, Arkansas, involves comprehensive medical and laboratory gas system installations and upgrades across multiple floors (Ground, 1st, 2nd, 3rd, 4th, 5th, 6th, 7th, and Roof). The project focuses on the routing, sizing, and connection of various medical gas lines, including oxygen (O2), medical air (MA), medical vacuum (MV), and possibly other gases denoted by abbreviations like 'LA', 'LV', 'G', 'DA', and 'DE'. Detailed diagrams illustrate the placement of wall outlets (POLI-1, POLI-2, PCU-1, PCU-2, FLU-1, FLU-2, ACU-1, ACU-2, OCH-1), risers, and connections to major medical gas components like air compressors (AC-1), vacuum pumps (VP-1), and bulk oxygen storage tanks. The drawings also specify piping diameters (e.g., 1/2", 3/4", 1", 1 1/2", 2", 2 1/2"), and indicate connections to operating room ceiling medical gas distribution units (M.G.D.U.). Notes emphasize referring to other drawings for symbols and future rough-in requirements. The project was
A0002_Attachment G - Mapping Exhibits.pdf
PDF29718 KB1/20/2026
AI Summary
The document outlines a utility mapping and inspection project at the Eugene J. Towbin VA Healthcare Center in North Little Rock, AR (Job Number: 24-013 VA Hospital). Conducted by Elite Professional Ethan King for Smith and Goodson, PLLC, the inspection on February 26, 2024, involved scanning 57,000 sq ft for utilities around buildings 69, 89, and 170 using GPR, utility locators, and GPS. Electrical, water, gas, sanitary, and storm lines were detected and marked, with some limitations due to depth and site accessibility. The report includes detailed vault diagrams for CMH1 and CMH-3, noting their dimensions, materials, and locations. A conflict analysis report highlighted a communication discrepancy where a communication duct bank was possibly collapsed or damaged, requiring further exploration. The project adheres to ASCE 38-22 standards for utility mapping, with an emphasis on soft digging practices for excavation. Key utility stakeholders include North Little Rock Electric Department, CenterPoint Energy, AT&T, Comcast Xfinity, and Central Arkansas Water.
Attachment A_598-23-107 Construction Statement of Work.pdf
PDF183 KB1/20/2026
AI Summary
This Statement of Work outlines a construction package to address medical gas deficiencies at the Central Arkansas Veterans Healthcare System's Little Rock (JLM) and North Little Rock (EJT) campuses. The project involves installing new underground communication lines, replacing oxygen shutoff and check valves, and providing temporary oxygen during maintenance. Architectural work will focus on finishing device locations, and electrical work includes protecting existing feeds and providing new branch circuits for alarm panels and zone valve boxes. The work areas are specific to both campuses, and strict security, privacy, and information security requirements are in place. The contractor must adhere to operational procedures, utility shutdown protocols, and provide as-built drawings, testing plans, and training manuals. Weekly progress meetings are mandatory, and the project has a performance period of 240 calendar days with a one-year warranty on workmanship.
Attachment B_598-23-107 Drawings.pdf
PDF19194 KB1/20/2026
AI Summary
The document outlines the Infection Control Risk Assessment (ICRA) and utility plans for the John L. McClellan Memorial Veterans Hospital and the Eugene J. Towbin VA Hospital in Arkansas, focusing on
Attachment C_598-23-107 Specification.pdf
PDF5473 KB1/20/2026
AI Summary
The Department of Veterans Affairs (VA) is soliciting bids for Project 598-23-107, “Med Gas Deficiencies,” at the John L. McClellan Memorial Veterans Hospital and Eugene J. Towbin VA Healthcare Center. This project, dated August 15, 2025, requires a contractor to address deficiencies in the medical gas systems, involving general construction, selective demolition, and all associated labor, materials, equipment, and supervision. The bid documents outline comprehensive requirements across various divisions, including general requirements, existing conditions, thermal and moisture protection, finishes, plumbing, electrical, earthwork, and exterior improvements. Key general requirements include strict safety protocols, site access restrictions, security procedures for personnel and documents, and precise coordination to minimize disruption to the operational medical center. The contractor must develop and maintain a Critical Path Method (CPM) schedule and adhere to stringent warranty management procedures, including detailed plans for equipment, response times for repairs, and post-construction inspections. The project also mandates photographic documentation of progress and as-built conditions, and adherence to historic preservation guidelines.
Attachment D_Wage Determination AR20250032 09.19.2025.pdf
PDF1926 KB1/20/2026
AI Summary
This government file, General Decision Number: AR20250032, outlines prevailing wage rates and labor requirements for building construction projects in Pulaski County, Arkansas. It supersedes AR20240032 and excludes single-family homes and apartments up to four stories. The document specifies that contracts subject to the Davis-Bacon Act must adhere to minimum wage rates dictated by Executive Order 14026 ($17.75/hour) for contracts entered into or renewed after January 30, 2022, or Executive Order 13658 ($13.30/hour) for contracts awarded between January 1, 2015, and January 29, 2022. These rates are subject to annual adjustments. The file also lists specific wage rates and fringes for various construction trades, including boilermakers, carpenters, electricians, plumbers, and laborers, along with details on how to interpret union, union average, survey, and state-adopted rate identifiers. Additionally, it references Executive Order 13706, which mandates paid sick leave for federal contractors. The document concludes with a detailed appeals process for wage determination matters, guiding interested parties on how to request review and reconsideration from the Wage and Hour Administrator and, subsequently, the Administrative Review Board.
Attachment E_SF24 Bid Bond.pdf
PDF720 KB1/20/2026
AI Summary
The Bid Bond (Standard Form 24) is a federal government form used when a bid guarantee is required, ensuring that a principal (bidder) will enter into a contract if their bid is accepted. The form outlines the legal agreement between the principal and surety(ies) to the United States Government. Key components include identifying the principal and surety(ies), specifying the penal sum of the bond as a percentage of the bid price or a fixed amount, and detailing the bid identification. The bond becomes void if the principal executes the necessary contractual documents and provides required bonds upon bid acceptance, or if they pay the government for costs exceeding the bid amount should they fail to do so. The document also provides instructions for completing the form, including requirements for corporate and individual sureties, the affixing of seals, and the typing of names and titles.
36C25626R0006.docx
Word18 KB10/23/2025
AI Summary
The Department of Veterans Affairs (VA) Central Arkansas Veterans Healthcare System (CAVHS) has issued a presolicitation notice for project #598-23-107, addressing Medical Gas Deficiencies. This 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) will be procured via RFP procedures under FAR 15. The project involves running new underground communication lines at both the John L. McClellan Memorial Veterans Hospital (JLM) and Eugene J. Towbin Healthcare Center (EJT) campuses. Additionally, it includes replacing main oxygen shutoff and check valves, providing temporary oxygen connections during maintenance, and upgrading electrical feeds to medical gas alarm panels and zone valve boxes. The tentative RFP issuance is around November 12, 2025, with proposals due approximately 30 days later. The period of performance is 240 calendar days. Interested offerors must be verified SDVOSBs registered in SAM.gov and the VetCert program. Contact Julius Jones at Julius.Jones@va.gov for inquiries.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedOct 23, 2025
amendedAmendment #1· Description UpdatedDec 11, 2025
amendedLatest Amendment· Description UpdatedJan 20, 2026
deadlineResponse DeadlineFeb 3, 2026
expiryArchive DateFeb 18, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)

Point of Contact

Contract Specialist
Julius Jones

Place of Performance

Little Rock, Arkansas, UNITED STATES

Official Sources