Z2DA--Project 667-25-190 Install Isolation Valves, B1 (Con)
ID: 36C25625R0082Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the installation of isolation valves on the domestic water system at the Overton Brooks VA Medical Center in Shreveport, Louisiana, under project number 667-25-190. This procurement is designated as a total Service Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring offers exclusively from certified SDVOSB contractors, with an estimated project cost between $100,000 and $250,000. The project is critical for enhancing the maintainability of the facility's water system while ensuring compliance with health and safety regulations, particularly concerning asbestos management during construction. Interested parties must acknowledge the cancellation of the previous solicitation and await the re-solicitation details, with inquiries directed to Contract Specialist Jennings Herbst at Jennings.Herbst@va.gov.

    Point(s) of Contact
    Jennings HerbstContract Specialist
    Jennings.Herbst@va.gov
    Files
    Title
    Posted
    This presolicitation notice outlines a forthcoming contract opportunity for the installation of isolation valves on the domestic water system at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The solicitation number is 36C25625R0082, and the deadline for responses is set for May 15, 2025. The project, designated as Project 667-25-190, has an estimated construction cost ranging from $100,000 to $250,000, classified under NAICS Code 238220, focusing on plumbing services. The notice emphasizes that it is not a solicitation for proposals but an announcement aimed at informing Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) of this opportunity. Interested contractors must ensure they are registered in the System for Award Management (SAM) and certified as SDVOSB with the SBA. Additional details regarding the project scope, site visits, and required bid bonds will be provided in the official solicitation expected around April 15, 2025. Contractors must pay close attention to eligibility requirements as failure to comply will result in ineligibility for evaluation and award.
    This document is an amendment to a solicitation and contract order related to the Department of Veterans Affairs, specifically the Alexandria VA Health Care System. The amendment serves to extend the deadline for offers and provides essential information regarding a site visit, including an attached sign-in sheet. The sign-in sheet is intended for bidders and offerors, ensuring that all interested parties have documented participation in site evaluations. All other terms and conditions of the original solicitation remain unchanged. The contractor must acknowledge the amendment to be eligible for consideration, with various methods outlined for submitting that acknowledgment. This ensures compliance with federal contracting procedures and maintains transparency in the bidding process.
    This document serves as an amendment to a solicitation by the Department of Veterans Affairs, specifically regarding project number 36C25625R0082. The amendment is primarily aimed at providing an updated Request for Information (RFI) Register, which is attached to the document. All other terms and conditions from the original solicitation remain unchanged and in effect. The contracting office responsible for the issuance is the Alexandria VA Health Care System Network Contracting Office 16. Key instructions for offerors/bidders are included, such as the necessity to acknowledge receipt of this amendment prior to the specified deadline for offers. It outlines various acceptance methods for the amendment and highlights that failure to comply may result in the rejection of their offer. Overall, this amendment emphasizes the continuation of the solicitation process while offering an important update pertained to the RFI. The document adheres to regulatory frameworks and provides necessary administrative changes essential for maintaining procedural integrity in government contracting.
    The document is a notice regarding the amendment of a Request for Proposals (RFP) for the Alexandria VA Health Care System, specifically indicating the cancellation of the solicitation identified as 36C25625R0082. Issued by the Network Contracting Office 16, the amendment specifies that this solicitation is withdrawn in its entirety and will be re-solicited at a later date. It outlines the importance of acknowledging the amendment before submitting offers, detailing methods for acknowledgment and the consequences of failing to do so. The document has administrative formality, including fields for contract and modification numbers, effective dates, and signatures from relevant officials, underscoring its position within federal procurement processes. Ultimately, the cancellation is aimed at streamlining future solicitation efforts for the Department of Veterans Affairs while ensuring compliance with federal contracting regulations.
    The environmental assessment conducted by Environmental Consulting, LLC at the Overton Brooks VA Medical Center in Shreveport, Louisiana, focuses on the presence of asbestos-containing materials (ACBM) throughout the facility. The comprehensive survey covers multiple floors, including the basement, crawl space, and various wings of the building, detailing the location and condition of materials such as drywall, plaster, wood panels, and concrete. Each floor's plan includes visual indicators for sample locations, marking the status of ACBM as either positive or negative based on identified materials. This reinspection, dated November 3, 2021, aims to inform the necessary steps for handling and abatement of hazardous materials, ensuring compliance with federal safety regulations and protecting public health. The assessment confirms previous abatement efforts and identifies areas needing further attention. The documentation serves as a vital tool for facility management, guiding potential renovations and modifications to the medical center while maintaining a safe environment for all occupants. It emphasizes the government’s commitment to health and safety in federal facilities through ongoing evaluations and proactive environmental practices.
    The Overton Brooks VA Medical Center outlines stringent Class IV infection control precautions for the installation of isolation valves in its domestic water system. Effective from February 6, 2025, these precautions emphasize the construction of compliant barriers to prevent dust release, including the sealing of penetrations and maintenance of negative pressure within the work area. Airflow must be monitored to ensure safety, with HEPA filtration required for exhaust in certain conditions. The document stipulates detailed waste management procedures and the removal of critical barriers only after thorough cleaning and inspection. Worker attire must prevent contamination, and particulate data collection is encouraged to ensure air quality standards. The guidelines reinforce the VA's commitment to safety and infection control during construction activities, aligning with regulatory requirements and internal standards.
    The project, titled "Install Isolation Valves on Domestic Water System, Building 1," at the Overton Brooks VA Medical Center in Shreveport, Louisiana, outlines the installation of isolation valves and asbestos abatement. The contractor is mandated to prepare the site for construction, ensuring minimal disruption to hospital operations, which remain functional during the project. Key responsibilities include compliance with VA security regulations, notifying the Contracting Officer's Representative (COR) at least three weeks prior to any plumbing shutoffs, and maintaining all existing utility services. The document emphasizes the importance of safety protocols, proper disposal of materials, and protection of the existing infrastructure from construction-related disruption. Communication and coordination with the VA are critical, especially regarding any alterations to plumbing and mechanical systems. Additionally, the contractor is required to provide comprehensive updates through a critical path method (CPM) project schedule, which must be maintained and submitted regularly to the COR for review. This project highlights the VA's commitment to improving facility infrastructure while prioritizing patient care and safety throughout the construction process.
    The Overton Brooks VA Medical Center outlines a project for installing isolation valves on its domestic water system, set for February 6, 2025. The document categorizes construction activities into four types (A-D) based on their scale and the associated risk levels from low to highest, highlighting varying degrees of dust and debris generation. Type A involves minimal interventions such as non-invasive inspections and limited maintenance, while Type B and C escalate to small and medium-scale activities, respectively. Type D refers to major demolition and construction efforts. Furthermore, the document specifies risk categories affecting patient care areas, identifying several environments, from public spaces to high-risk medical zones, ensuring patient safety during construction work. It refers to an Infection Control (IC) Matrix to determine necessary precautions for each construction type and patient risk level. Enhanced precautionary measures are mandated for environmental concerns that could impact human health. This system aims to maintain rigorous health standards and emphasizes safety protocols throughout the project's trajectory, demonstrating the VA's commitment to safe construction practices in sensitive medical environments.
    The document outlines a construction project at the Overton Brooks VA Medical Center in Shreveport, Louisiana, concerning the installation of isolation valves on the domestic water system of Building 1 (Main Hospital). The project involves multiple phases including installation and insulation, as well as risk mitigation measures for asbestos abatement. Specifically, the tasks include installing isolation valves, managing asbestos piping, applying containment measures, conducting air monitoring, and completing necessary structural adjustments such as wall openings and access panel installations. The document specifies procedures for various building levels, ensuring compliance with health and safety standards. This construction initiative reflects the U.S. Department of Veterans Affairs’ commitment to maintaining and upgrading healthcare facilities for veteran services while adhering to regulatory requirements.
    The document pertains to the federal solicitation 36C25625R0082 for installing isolation valves in the domestic water system at Building 1, as part of Project No. 667-25-190. It outlines requirements for a Performance Relevancy Survey, where potential contractors must provide references to their past projects that demonstrate relevant experience completed within the last five years. Offerors are limited to submitting up to five projects and must specify their performance on these contracts, including contract values, completion timelines, and any liquidated damages incurred. Additionally, the document seeks information beyond project specifics, asking for insights on any liquidated damages from previous contracts, problems encountered and corrective actions taken, as well as achievements and unique skills relevant to the proposal. Essential details requested include descriptions of work performed by both the offeror and subcontractors and an emphasis on the relevancy of past performance to the current solicitation. The purpose of this document is to assess the qualifications of potential contractors based on their past performance to ensure they can meet the requirements of the upcoming project effectively.
    The document outlines a consent form required for subcontractors and teaming partners involved in the federal project 667-25-190, focused on the installation of isolation valves in the domestic water system of Building 1. It emphasizes the need for subcontractors to authorize the sharing of their past performance information with the prime contractor, as this information is crucial for the government’s source selection process. The form collects essential details about the subcontractor, including contact information and a list of references that detail previous contracts and the nature of work performed. By signing the consent, subcontractors facilitate the assessment of their performance history, highlighting the importance of transparency and collaboration in federal contracting and the emphasis on past performance evaluations to ascertain best value during project procurement.
    The document outlines the Contractor Evaluation Form for a federal RFP regarding the installation of isolation valves on the domestic water system at Building 1. It focuses on the contractor's construction safety record, requiring detailed information about OSHA 300 forms for the years 2022, 2023, and 2024. The contractor must report man hours, days away from work due to incidents, and the DART rate—critical measures of workplace safety. Additionally, the contractor needs to disclose any serious OSHA violations in the past three years and submit related explanations. The form also inquires about the administration of the company’s Safety and Health Program and mandates the submission of the current Insurance Experience Modification Rate (EMR), complete with justifications for rates above 1.0. These requirements ensure that contractors are adequately assessed for safety compliance before engaging in the project, aligning with federal standards for health and safety in contracted work.
    The document outlines the Surety Form required for the technical proposal package related to Project No. 667-25-190, which involves the installation of isolation valves on the domestic water system at Building 1. Offerors must complete this form, detailing their bonding and insurance history with their surety company. Key information requested includes the contractor's bonding limit, aggregate amount, duration of bonding, and any prior instances of project completion or insurance disputes. The form seeks to ensure that the contractor has sufficient backing and reliable financial support before proceeding with the federal project. This documentation is essential for assessing the contractor's capability and reliability while complying with federal RFP and grant requirements, contributing to more informed decision-making in government contracting processes.
    The document is a Request for Information (RFI) form related to Project No. 667-25-190, specifically focused on installing isolation valves on the domestic water system at Building 1, identified by contract number 36C25625R0082. It provides a structured format for potential offerors to submit their pre-proposal inquiries. Offerors are instructed to use the provided editable form and email their questions to a specified contact person at the Veterans Affairs (VA) office. Each inquiry is to be listed numerically, ensuring clarity and organization. This RFI process is part of the broader protocol that enables effective communication between the government agency and prospective contractors, facilitating an informed proposal stage for the water system project. The emphasis on structured inquiry submission underscores the importance of clear communication in government contracting.
    The document outlines a solicitation (number: 36C25625R0082) issued by the Department of Veterans Affairs' Network Contracting Office 16 for a construction project involving the installation of isolation valves on the domestic water system at the Overton Brooks VA Medical Center in Shreveport, LA. The project is designated as a total Service Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring offers from certified SDVOSB contractors. A site visit is scheduled as part of the procurement process, and proposals must adhere to specific submission deadlines and requirements. The estimated project cost is between $100,000 and $250,000, and contractors are expected to start work within 10 calendar days after receiving the notice to proceed. Key evaluation criteria include compliance with proposal instructions, past performance, and price reasonableness. Firms must submit detailed pricing proposals alongside adequate performance and payment bonds, as well as safety records to ensure compliance with various federal regulations. The solicitation emphasizes the necessity for contractors to be registered and verified in the relevant federal databases to qualify for the contract.
    The Overton Brooks VA Medical Center is seeking a contractor to install additional isolation valves on its domestic water system to improve maintainability and reduce disruptions to patient care. The project involves installing valves at designated locations, abating asbestos piping, and adhering to local and federal regulations, particularly concerning asbestos management. Key tasks include air monitoring during abatement, ensuring compliance with the VA’s Technical Specifications, and conducting work primarily during off-business hours to minimize operational disturbances. The project is structured into two main periods: a preconstruction period for necessary planning and approvals lasting 60 days, followed by a construction phase of 90 days encompassing all required work and tests. All personnel are expected to comply with safety regulations and plans, ensuring safe work environments. The contractor must submit various plans, including a safety and air monitoring plan, prior to commencing work. Overall, this initiative underscores the VA's commitment to improving facility operations while ensuring patient safety and compliance with health regulations.
    The document outlines wage determinations for building construction projects in Caddo County, Louisiana, under the Davis-Bacon Act, which mandates that workers be paid minimum wages set by federal law. The general decision number LA20250031, effective from February 28, 2025, provides different wage rates for various classifications of labor, including electricians, plumbers, and ironworkers, among others. It highlights that contracts awarded or extended after January 30, 2022, must pay a minimum of $17.75 per hour under Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour under Executive Order 13658. Additional protections for workers, including paid sick leave, are mandated by Executive Order 13706. The document also describes the appeals process for wage determinations, instructing how interested parties can request reviews or reconsiderations of initial decisions. It emphasizes the importance of classifying workers accurately and outlines the process for adding unlisted classifications after contract awards. This information is vital for contractors to ensure compliance with labor laws and wage regulations in federally funded projects.
    The document is a sign-in sheet for a site visit related to the installation of isolation valves for Project No. 667-25-190 at the OBVAMC, scheduled for April 29, 2025, at 10:00 AM local time. It includes fields for participants to fill in their names, company affiliations, phone numbers, and email addresses. The sign-in sheet serves to record attendance for those involved in the project, providing an option for attendees to receive a completed copy of the sheet via email. This type of documentation is standard for government Request for Proposals (RFPs) and grants, ensuring accountability and organization during the site visit process, which is critical for successful project execution and compliance with federal and local regulations. The sheet demonstrates engagement with contractors or stakeholders, facilitating communication and ensuring that relevant parties are informed about project developments.
    The document pertains to a government Request for Proposal (RFP) concerning the installation of isolation valves on the domestic water system in Building 1. The scope of work includes the installation of a total of 59 valves and varying wall openings, with provisions for class IV Infection Control Risk Assessment (ICRA) to be applicable at all locations. A section of wall up to 46” by 46” may be removed for valve installation, with access panels to be installed afterwards. ICRA setups are permitted during standard business hours. The document specifies that only one core drill is necessary as shown in the drawings, and no additional locations require core drilling. This RFP outlines critical information for potential contractors regarding compliance, safety, and construction parameters for the proposed system upgrade, underscoring the government's structured approach to facilities management and safety protocols.
    Similar Opportunities
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    J065--Preventative Maintenance for Steris Sterilization Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for preventative maintenance services for Steris Sterilization Systems at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and anticipates awarding a firm-fixed-price contract, which will cover a base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods. The services required include all labor, materials, equipment, and supervision necessary to maintain the sterilization systems in accordance with manufacturer specifications and OEM standards. Interested parties must submit technical questions by December 12, 2025, and proposals by December 17, 2025, to the Contracting Specialist, T Miller, at t.miller@va.gov.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    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.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    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.
    Z2DA--OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
    Veterans Affairs, Department Of
    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.
    Z2NB--674-23-255 NRM Improve RO-DI Recirculation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Improve RO-DI Recirculation" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This procurement involves the demolition and replacement of existing Reverse Osmosis-Deionization (RO-DI) plumbing fixtures, lines, and tanks across three floors of building 163, requiring the contractor to provide supervision, labor, materials, equipment, and testing services, along with necessary reconfigurations of electrical, mechanical, and plumbing systems. The new RO system must produce a minimum of 4 gallons per minute, and due to the facility's 24/7 operations, some work will need to be conducted after hours and on weekends. The project is estimated to cost between $1,000,000 and $2,000,000 and is 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with a requirement for offerors to be verified and visible on SBA.GOV prior to proposal submission. Interested parties should contact Contract Specialist Eileen Myers at Eileen.Myers@va.gov or by phone at 254-987-0201 for further information, with an RFP expected to be posted around January 15, 2026.
    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.
    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.
    J041--OR MECH HW CW PUMP REPLACEMENT WASHINGTON DC VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of two non-potable hot water pumps and two chilled water pumps in the Operating Room Mechanical Room at the Washington DC VA Medical Center. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to perform demolition, equipment supply and installation, electrical work, controls integration, and training for VA staff. The project is critical for maintaining the operational efficiency of the medical facility's heating and cooling systems, ensuring a safe environment for patients and staff. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should contact Contracting Officer John Ritter at john.ritter2@va.gov or 843-814-0299 for further information.