Y1DA-- 630A4-26-404 Sewage Ejector Pump replacement
ID: 36C24226Q0095Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting offers for the replacement of sewage ejector pumps at the James J. Peters VA Medical Center in Bronx, NY, under Solicitation Number 36C24226Q0095. The project entails the complete replacement of two sewer ejector pumps, installation of associated components, and site cleanup, with a performance period of 90 calendar days from the Notice to Proceed. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $100,000 and $250,000, emphasizing compliance with the Buy American Act and subcontracting limitations. Interested contractors must attend a mandatory site visit on November 24, 2025, and submit their offers by December 9, 2025, at 11:00 AM EST, with inquiries directed to Contracting Officer Charlie Augustin at charlie.augustin@va.gov.

    Point(s) of Contact
    Charlie AugustinContracting Officer
    631-261-4400 x12751
    Charlie.Augustin@va.gov
    Files
    Title
    Posted
    This document is an amendment to solicitation number 36C24226Q0095, issued by the Department of Veterans Affairs, Network Contracting Office 2, for the James J. Peters VA Medical Center in Bronx, NY. The amendment, dated November 19, 2025, serves to confirm the site visit time for the project is 10:00 AM on Monday, November 24, 2025. The Point of Contact for the site visit is Amer Romhen, reachable at 718-836-6600 X7183. While not mandatory, attendance at the site visit is highly encouraged. All offerors are required to acknowledge receipt of this amendment on their submitted quotes for validation. The amendment also specifies that all other terms and conditions of the original solicitation remain unchanged and in full force and effect. Charlie Augustin is the Contracting Officer.
    The Department of Veterans Affairs (VA) is soliciting offers for the "Sewage Ejector Pump Replacement" project (Solicitation Number 36C24226Q0095) at the Brooklyn VA Medical Center, 800 Poly Place, Brooklyn, NY 11209-7104. This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside procurement with an estimated construction magnitude between $100,000 and $250,000. The project requires the contractor to furnish all materials, supplies, equipment, personnel, and supervision to replace two sewer ejector pumps, four shut-off valves, clean and paint the pit, install lighting, remove debris, replace electrical disconnects, install a new running time meter, and provide a new electronic control unit, common rail, backflow preventer, vents, drains, float switch, and gate valves. The performance period is 90 calendar days from the Notice to Proceed. A mandatory pre-bid site visit is scheduled for November 24th, 2025, at 11:00 AM EST at Brooklyn Campus, Building 4, room G-16. Questions must be submitted via email to Charlie.Augustin@va.gov by November 25th, 2025. Contractors must be registered in SAM and verified as SDVOSB in the Small Business Search at the time of bid/offer submission. The project also requires adherence to the Buy American Act and submission of the VAAR 852.219-75 Limitations on Subcontracting Certificate and FAR 52.225-2 Buy American Act Certificate with the offer. All contractors will be required to utilize the VISN 2 Autodesk Build Construction management platform (ACC) and complete associated training. Offers are due by December 9th, 2025, at 11:00 AM EST.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for Project No. 630A4-26-404, the Sewage Ejector Pump Replacement at the Brooklyn VAMC, 800 Poly Place, Brooklyn, NY 11209. This project is a 100% Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) contractors, who must be registered and verified with the SBA and sam.gov. The NAICS code is 236220 with a size standard of $45 million. The scope of work includes furnishing all labor, materials, and equipment to replace floors in accordance with VA specifications, with a 90-calendar day completion period. A site visit will be held, with details in the forthcoming Request for Quote (RFQ) document, anticipated around November 13, 2025. All questions must be submitted in writing to Charlie Augustin at Charlie.Augustin@va.gov.
    The “Buy American Certificate” provision (FAR 52.225-2) requires offerors to certify the domestic status of their end products, distinguishing between domestic and foreign items. Offerors must list foreign end products, specifying their country of origin and whether they exceed 55% domestic content, with an exception for COTS items. Additionally, domestic end products containing critical components must be identified by line item. The provision defines key terms like “COTS item,” “critical component,” “domestic end product,” “end product,” and “foreign end product” by referencing the “Buy American-Supplies” clause. The government evaluates offers based on Federal Acquisition Regulation (FAR) Part 25 policies and procedures. This provision ensures compliance with the Buy American Act, promoting the procurement of American-made goods in federal contracts.
    The Department of Veterans Affairs issued a memorandum regarding the failure to implement Green Procurement practices as mandated by Executive Order 13693. Vladimir Stoyanov noted that the order, along with specific guidelines from the VA and SFTool.gov, was not incorporated into a project's design, construction, or procurement documentation. The design engineer, requesting service, and the COR of record failed to follow or enforce these requirements. The COR explicitly refused to comply, highlighting a significant lapse in adherence to federal green procurement mandates. This memorandum underscores the importance of enforcing federal regulations in government contracts.
    Government contractors and subcontractors must meet stringent safety and environmental standards to be considered for awards. Bidders need to certify they have no more than three serious, or one repeat or one willful OSHA or EPA violation in the last three years. They must also provide an Experience Modification Rate (EMR) of 1.0 or less, verified by their insurance company or NCCI. Self-insured contractors in specific states must obtain their EMR from state-run worker's compensation bureaus. Failure to meet these guidelines or submit the required information will result in a determination of “Non-Responsibility.” Additionally, the solicitation includes VAAR 852.219-10, requiring compliance with subcontracting limitations. The VA may use support contractors to monitor adherence to these limitations, requiring access to business records under strict non-disclosure agreements.
    The “ProductivityNOW eLearning Access Guide” outlines the process for granting external contractors access to the Autodesk Build Construction management training platform. This guide ensures that contractors, once awarded a contract, request access within 14 days and provide necessary staff information (name, email) to the Contracting Officer’s Representative (COR). The COR is responsible for granting access, setting a 12-day expiration date, assigning required Autodesk training courses, and notifying the contractor of the sent invitation. Contractors' staff must accept the invitation, complete the training, and submit completion certificates or competency memos to the COR. Key instructions include a written access request from the contractor to the COR, a mandatory access expiration date set by the COR due to license limitations (52 external users per VISN), and the clarification that ProductivityNOW access is distinct from Autodesk Build access. Detailed step-by-step instructions are provided for both granting external access and assigning training within the ProductivityNOW system, specifically for the VISN 2 Contractors Group.
    This government file outlines the certification requirements for contractors under 38 U.S.C. 8127(k)(2) concerning limitations on subcontracting, specifically for general construction contracts. It mandates that contractors will not pay more than 85% of the government-paid amount to firms that are not VIP-listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). This 85% limit includes work further subcontracted by similarly situated VIP-listed subcontractors, but excludes material costs. The document emphasizes that false certifications can lead to severe penalties, including criminal prosecution, civil or administrative fines, and referral to the VA Suspension and Debarment Committee. Contractors must provide requested documentation to verify compliance, and failure to do so may result in remedial action. The certification must be completed, signed, and submitted with the offer, otherwise, the offer will be deemed ineligible.
    This document outlines participation goals for minorities and females in federal and federally assisted construction contracts exceeding $10,000. These goals are established as a percentage participation rate, not as quotas, and aim to measure the effectiveness of affirmative action efforts to ensure equal employment opportunity. Contractors are required to make good faith efforts to meet these goals, which apply to all construction work sites and the total onsite workforce. Compliance is assessed based on implementing the Equal Opportunity Clause and specific affirmative action obligations. The document provides a nationwide goal of 6.9% for female participation and detailed minority participation goals for various economic areas across numerous states, broken down by SMSA and Non-SMSA counties, and even specific trade goals for New York, NY.
    The Department of Veterans Affairs (VA) mandates annual privacy training for all personnel, including contractors and volunteers, focusing on protecting sensitive information like medical, financial, and educational data. This specific training is for individuals without direct access to VA computer systems or sensitive information, covering incidental exposure and outlining safeguards such as securing found information and not sharing access credentials. Personnel with direct access to VA sensitive information or computer systems like VATAS or CPRS must complete the
    Government contractors must submit a safety and environmental record to be considered for federal, state, and local contracts. This record must certify no more than three serious, or one repeat or willful OSHA or EPA violation in the past three years. Additionally, bidders must provide an Experience Modification Rate (EMR) of 1.0 or less, obtained from their insurance carrier or NCCI. This information, along with data from government databases, will determine the bidder's responsibility. Failure to comply will result in a 'Non-Responsibility' determination, making the bidder ineligible for award. This requirement extends to all subcontracting tiers.
    The VA Notice of Limitations on Subcontracting—Certificate of Compliance outlines subcontracting rules for VA contracts, ensuring compliance with 38 U.S.C. 8127(k)(2). For special trade construction, contractors cannot pay more than 75% of the government-provided amount to firms not listed as VIP-listed SDVOSBs or VOSBs. The cost of materials is excluded. This certification is subject to federal laws, including Title 18, Section 1001, meaning false certifications can lead to severe penalties like criminal prosecution, fines, and debarment. Contractors must provide documentation to the VA upon request to demonstrate compliance, such as invoices and subcontract copies. Failure to provide such documents may result in remedial action. The offeror must complete, sign, and return a formal certification with their bid; otherwise, their offer will be deemed ineligible for evaluation and award. This ensures accountability and adherence to small business participation requirements.
    Lifecycle
    Similar Opportunities
    Y1DZ--NRM-CONST 526-22-115 - UPGRADE OR & PHARMACY DUMBWAITERS
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Upgrade OR & Pharmacy Dumbwaiters project at the James J. Peters VA Medical Center in Bronx, New York. This project, designated as number 526-22-115, involves the replacement of existing dumbwaiters in Building 100, requiring contractors to furnish all necessary supervision, labor, equipment, and materials while adhering to applicable codes and VA directives. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction value between $1,000,000 and $2,000,000, with a completion timeline of 270 calendar days from the Notice to Proceed. Interested bidders must submit their proposals via email to Contracting Officer Akkil Kurian by December 10, 2025, at 10:00 AM EST, and are required to be registered in SAM.gov as SDVOSB at the time of submission.
    C1AZ--NRM_CONST_526-27-101 Replace Chiller #4
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineering firms for the "NRMCONST526-27-101 Replace Chiller 4" project at the James J. Peters VA Medical Center in Bronx, NY. The project involves comprehensive design and construction services to replace Chiller 4, address deficiencies in the chiller plant, and perform various upgrades to the facility, with an estimated construction cost exceeding $10 million. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires firms to be registered in SAM and listed in the VIP. Interested parties must submit their SF330 packages electronically to Patricia Cordero at Patricia.Cordero@va.gov by December 9, 2025, at 2 PM EST, including specific documentation such as valid state registrations and SDVOSB certifications.
    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.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the replacement of a relief valve at the Northport VA Medical Center in Northport, New York. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) that are registered and verified with the Small Business Administration (SBA), requiring contractors to perform a minimum of 15% of the construction work. The scope of work includes providing all necessary labor, materials, and equipment to replace floors in accordance with VA specifications, with a completion timeline of 30 calendar days following the Notice to Proceed. Interested contractors should direct any inquiries in writing to Charlie Augustin at Charlie.Augustin@va.gov, and the solicitation is anticipated to be issued around December 1st, 2025.
    J065--Medical Gas Inspections, Testing and Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the inspection, testing, and maintenance of medical gas systems at the James J. Peters VA Medical Center in Bronx, NY. The contract encompasses the annual inspection and certification of various medical gas and vacuum systems, including oxygen, medical air, nitrous oxide, vacuum, and nitrogen systems, across multiple buildings with approximately 1550 outlets, adhering to established safety standards such as NFPA 99 and ASSE certifications. This procurement is critical for ensuring the safety and reliability of medical gas systems, which are vital for patient care in healthcare facilities. Interested service-disabled veteran-owned small businesses must submit their quotes by 4:30 PM EST on December 9, 2025, to the Contract Specialist, Christopher J Weider, at Christopher.Weider@va.gov, with the contract set to begin on January 13, 2026, and a total value determined by the proposals received.
    Y1LZ--Project 620-23-102 Repave Parking Lot G at the Montrose VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking bids for Project 620-23-102, which involves repaving Parking Lot G at the Montrose VA Medical Center in New York. This project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requiring contractors to provide all necessary materials, equipment, and personnel to complete the work, which includes general construction, demolition, grading, drainage, and the installation of pole-mounted lighting. The project has a construction magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days from the Notice to Proceed. Interested bidders must be registered in SAM.gov and verified as an SDVOSB, with the solicitation expected to be released around December 9, 2025. For further inquiries, contact Contracting Officer Daniel Barone at Daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    W012--6-Month Diesel-Powered Mobile Pump Rental
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking proposals for a 6-month rental of a diesel-powered mobile fire pump for the C.W. Bill Young VA Medical Center. The required pump must deliver a flow rate of 2000 gallons per minute, operate independently for 12 hours on its diesel supply, and include remote monitoring capabilities, with the contractor responsible for installation and compliance with NFPA testing standards. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the commitment to supporting veteran entrepreneurs. Interested parties should note that the deadline for submitting proposals has been extended to December 12, 2025, at 4:30 PM EST, and inquiries must be submitted by November 11, 2025, at 12:30 PM EST; for further information, contact Lakiesha S Anderson at Lakiesha.Anderson@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.
    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.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Buyer not available
    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.