This government file, Section 22 07 11, outlines detailed specifications for plumbing insulation in federal, state, and local projects, covering thermal efficiency and condensation control. It includes field-applied insulation for various plumbing components and mandates re-insulation after asbestos abatement or system replacement. The document defines key terms like ASJ, FSK, and PVDC, and categorizes insulation types based on temperature (hot/cold) and location (concealed/exposed). It references numerous industry standards (ASTM, Fed. Spec., Mil. Spec., ICC, NFPA, UL) for materials, testing, and installation. Quality assurance criteria prioritize fire safety, with strict flame spread and smoke-developed index requirements. The file details material types like mineral fiber, cellular glass, and polyisocyanurate, along with specific facings, jackets, and accessories. Installation guidelines emphasize proper application, vapor retardation, and protection against physical damage, particularly for outdoor or high-humidity environments.
This government file, "Replace Relocate Chilled Water Piping SCI," outlines common work results for HVAC systems, focusing on detailed requirements for replacing and relocating chilled water piping. It covers comprehensive guidelines for materials, installation, quality assurance, submittals, and execution in federal government projects, specifically for Veterans Administration (VA) facilities. The document includes definitions, abbreviations, applicable publications, and specific instructions for coordination, shop drawings, equipment identification, firestopping, pipe and equipment supports, penetrations, temporary piping, rigging, mechanical demolition, cleaning, painting, and testing. Emphasizing safety, reliability, and compliance with codes and VA standards, the project requires experienced specialists and mandates continuous operation of existing facilities during work, with strict protocols for service interruptions, environmental maintenance, and accessibility for maintenance personnel.
The document outlines responses to RFI questions for Project Number: 673-23-111, focusing on the replacement and relocation of chilled water piping at a VA SCI facility. Key clarifications include a confirmed project duration of 913 days, acceptance of recent (2024-2025) Past Performance Questionnaires (PPQs) and those used for other opportunities, and the permissibility of a superintendent serving as a dual hat for SSHO and some QA/QC duties (excluding welded/soldered piping, which requires a certified welder). The VA confirmed the provided drawings are the latest but noted that design documents likely do not meet current VA TIL guidelines, requiring deficiencies to be corrected in the redesign. The contractor is responsible for the commissioning agent and may need to provide temporary air during chilled water line shutdowns. Past performance examples from subcontractors are acceptable and should identify the role and extent of work. Experience within five years is required, but seven years is considered recent. Projects over $1M-$2M not in an active healthcare environment are considered, as well as those in active healthcare environments under the threshold. Active healthcare environments are defined as areas where patients are present during work. Licensure in the state of business or Florida for specific trades (e.g., certified welders, P.E. registration for design) is required. SF 330 forms are not required for Phase I submission.
This amendment modifies solicitation 36C24826Q0005 for the "DB Replace and Relocate Chilled Water Piping SCI" project (Project Number 673-26-111). The primary purpose of this amendment is to extend the due date for Phase I quotes to November 17, 2025, at 2:00 PM EST. Additionally, it requires offerors to provide a copy of the first site visit sign-in sheet and requests a platform for file transfer such as SharePoint, submittal exchange, or Procore. The document includes a sign-in sheet for the chilled water piping site visit. All other terms and conditions of the original solicitation remain unchanged.
This document is an amendment to Solicitation Number 36C24826Q0005 for the "DB Replace and Relocate Chilled Water Piping SCI" project (Project Number: 673-26-111), issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8) in Tampa, FL. The primary purpose of this amendment is to extend the deadline for the receipt of offers. The new hour and date for receipt of offers is extended to November 25, 2025, at 2:00 PM EST. Additionally, the due date for Phase I quotes has been updated to December 5, 2025, at 2:00 P.M. All other terms and conditions of the original solicitation remain unchanged.
Amendment 0003 to solicitation 36C24826Q0005, issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8) in Tampa, FL, pertains to the "DB Replace and Relocate Chilled Water Piping SCI" project (Project Number: 673-26-111). This amendment extends the Phase I quotes due date to December 5, 2025, at 2:00 PM EST, and includes answers to Requests for Information (RFIs). Offerors must acknowledge this amendment to ensure their offers are considered. This modification ensures all potential contractors have updated information and sufficient time to respond to the solicitation.
The Department of Veterans Affairs is soliciting bids (Solicitation Number 36C24826Q0005) for a two-phase Design/Build project to replace and relocate chilled water piping in Building 38 at the James A. Haley VA Hospital in Tampa, Florida. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside project, valued between $1,000,000.00 and $2,000,000.00, requires contractors to furnish all professional services, equipment, labor, and materials. Key dates include a site visit on 10/10/2025, RFI deadline on 10/17/2025, and Phase I quotes due on 11/03/2025. The project has a performance period of 913 calendar days after the Notice to Proceed. Bidders must meet strict requirements for SDVOSB verification, an Offer Guarantee, and an Experience Modification Rate (EMR) not exceeding 1.0. The Statement of Work details design phases (35%, 65%, 95% reviews), site investigation, demolition, architectural, electrical, plumbing, HVAC, and equipment design tasks. Special emphasis is placed on life safety, infection control, and compliance with VA and national codes. Bids will be evaluated based on contractor team and personnel qualifications, specialized experience, past performance (Phase I), management approach, key personnel, schedule (Phase II), and price, with technical factors being more important than price.
This presolicitation notice announces a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside for a Design-Build (DB), Firm Fixed Price contract. The project, FY26: NRM (PROJ: 673-26-111) DB - Replace Locate Chilled Water Piping SCI, involves replacing and relocating chilled water piping in Building 38 at the James A. Haley VA Medical Center in Tampa, FL. The scope includes site investigation, design, construction, and installation, with a magnitude estimated between $1,000,000.00 and $2,000,000.00. The NAICS code is 236220. A Request for Quote (RFQ # 36C24826Q0005) is expected around October 15, 2025, with a response date of September 17, 2025. Interested SDVOSBs must be registered with SAM.gov.
This Request for Proposal (RFP) outlines a design-build project to replace and relocate chilled water piping in Building 38 at the James A. Haley VA Hospital in Tampa, Florida. The project, with an estimated cost between $500,000 and $2,000,000, is expected to be completed within 913 days after the notice to proceed. The scope includes site investigation, design, construction, and installation of new chilled water piping. Proposals will be evaluated based on a 50% cost and 50% technical weighting, with technical factors including construction management, past experience, and schedule. The VA will retain its A/E team for review and monitoring. Offerors must submit separate cost and technical proposals, detailing key personnel, corporate experience in design-build projects, and a comprehensive schedule. The selected Design-Build team will be responsible for preparing and submitting construction documents at various completion stages for VA review and ensuring compliance with all VA design and construction criteria.
The government file outlines general requirements for a construction project, Project 673-26-111, involving the replacement and relocation of chilled water piping at a VA Medical Center. Key aspects include safety, site preparation, contractor responsibilities, and adherence to VA-specific regulations, which supersede local codes. The document details security requirements, including plans, procedures, key control, document handling, and vehicle restrictions. It also addresses operational and storage areas, emphasizing minimal disruption to the Medical Center's 24/7 operations, utility services, and traffic flow. Procedures for alterations, disposal of materials (including hazardous waste like PCBs), protection of existing structures and vegetation, restoration of disturbed areas, and requirements for as-built drawings are specified. The file also covers warranty management, tests for mechanical and electrical systems, instructions for equipment operation, and the temporary use of utilities and elevators, outlining conditions and contractor responsibilities.
The James A. Haley Veterans Hospital (JAHVH) in Tampa outlines comprehensive safety requirements for construction, renovation, and maintenance projects, effective October 1, 2024. This document, applicable to federal government RFPs, grants, and state/local RFPs, emphasizes compliance with USACE EM 385-1-1, OSHA, NFPA, and other relevant standards. Key elements include the mandatory Accident Prevention Plan (APP) and Activity Hazard Analyses (AHAs), defining procedures for hazard control, emergency response, and specialized high-risk activities like electrical work, fall protection, and excavation. The plan details personnel qualifications, such as the Site Safety and Health Officer (SSHO) and various Competent Persons (CPs), along with extensive training, inspection, and mishap reporting protocols. Special attention is given to infection prevention, dust control, tuberculosis screening, and fire safety, crucial for medical facility environments. The overarching purpose is to ensure a safe and healthy environment for all workers, patients, and the public, with stringent enforcement and immediate corrective measures for non-compliance.
This document outlines the detailed requirements and procedures for submittals within Project 673-17-111, "Replace Relocate Chilled Water Piping SCI," emphasizing compliance with contract documents for federal government RFPs. It defines various submittal types, including preconstruction, shop drawings, product data, samples, and closeout documentation. The Contractor is responsible for maintaining a submittal register, adhering to strict scheduling, and preparing complete, accurate submittals in electronic PDF format. The VA reviews submittals within 15 working days, with approval contingent on full compliance. The VA's approval does not absolve the Contractor of responsibility for errors or non-compliant work, which must be rectified at the Contractor's expense. Payment for materials is contingent on obtaining all required approvals, highlighting the importance of timely and compliant submissions.
This document is a Base Offer Cost Breakdown form for government price analysis, likely used in federal, state, or local RFPs and grants. It requires offerors to detail project costs across various construction divisions, including General Requirements, Existing Conditions, Concrete, Masonry, Metals, Wood and Plastic, Thermal & Moisture Protection, Doors and Windows, Finishes, Specialties, Equipment, Furnishings, Special Construction, Conveying Equipment, Fire Suppression, Plumbing, HVAC, Electrical, Communications, Electronic Safety & Security, Earthwork, Exterior Improvements, Utilities, and Transportation. For each division, offerors must itemize labor and material costs to avoid lump sum pricing. The form also includes sections for division subtotals, overhead, profit, and bond percentages, culminating in a Total Base Offer Cost. The emphasis is on providing a comprehensive and detailed breakdown to facilitate government price analysis and evaluation.
The Pre-Award Contractor Safety and Environmental Record Form is a crucial document for companies seeking government contracts, grants, or proposals, requiring detailed disclosures on safety and environmental compliance. It mandates the submission of OSHA 300 and 300a Forms, detailing man-hours, cases involving days away from work, restricted activity, and the Days Away, Restricted, or Transferred (DART) Rate for the past three years. Additionally, companies must report serious, willful, or repeat violations from OSHA or any EPA violations within the last three years, along with explanations. The form also requests information on the administration of the company's Safety and Health Program and requires the Company's Insurance Experience Modification Rate (EMR) for the past three years, with a mandatory EMR of 1 or less. This form is essential for assessing a contractor's safety record and ensuring compliance with federal and state regulations.
The document outlines a standardized
The Past and Present Performance Questionnaire is a critical document for evaluating contractors bidding on United States Department of Veterans Affairs (VA) contracts, specifically for solicitation number 36C24826Q0005, due by November 3, 2025, at 10:00 AM EST. It requires the contractor to fill out their information and then send it to a reference contact. The reference contact, in turn, completes a detailed performance evaluation of the contractor, rating various aspects of their work on a scale of 1 (unsatisfactory) to 6 (neutral). The questionnaire covers areas such as management, personnel, quality control, problem-solving, adherence to schedules, financial responsibility (e.g., paying subcontractors), and overall cooperation with government personnel. The reference contact must provide narrative explanations for ratings of 1 or 2 and answer questions regarding cure/show cause notices, willingness to re-award a contract, and CPARS ratings. The completed form is to be submitted directly to the Contracting Officer, David Hernandez, via email at david.hernandez1@va.gov. This document is essential for the VA's source selection process, providing crucial past performance information.
The document details a site walk conducted for RFQ 36C24826Q0005, a Design Build project to replace and relocate chilled water piping at the SCI Site. The site walk took place on October 10, 2025, at 9:00 AM. The list of attendees includes individuals and their respective company names and phone numbers, indicating participation from various organizations in the preliminary stages of this federal government Request for Quotation (RFQ).
This government Statement of Work (SOW) outlines a design-build project to replace and relocate chilled water piping in Building 38 at the James A. Haley VA Hospital in Tampa, Florida. The project, NRM #673-26-111, addresses the end-of-life cycle and risk of failure of existing chilled water lines, aiming to improve safety, reliability, and compliance with VA specifications. The scope includes site investigation, design (35%, 65%, 95% review stages), construction, installation of new welded piping in the parking garage level, and removal of old lines from patient areas. Key requirements include providing temporary cooling during construction, infection control planning, and adherence to various codes (NFPA 101, IBC) and VA standards. The contractor must furnish all necessary services, labor, and materials, ensuring all work is performed by certified technicians. Deliverables include electronic drawings in AutoCAD and PDF, and specifications in Microsoft Word and PDF, with specific formatting and submission schedules. The project emphasizes safety, compliance with federal and state regulations, and clear identification and conduct standards for contractor employees. Surveillance and performance standards are detailed, with the Contracting Officer (CO) as the final authority. The project must be completed within 365 days of the notice to proceed.