Y1DA--Bulk Salt Brine Pumping System
ID: 36C24226R0027Type: Combined Synopsis/Solicitation
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 proposals for a Bulk Salt Brine Pumping System at the East Orange VA Medical Center in New Jersey. This procurement, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires contractors to provide all necessary materials, equipment, and supervision for the installation of a new above-ground brine delivery system, which is crucial for maintaining operational efficiency in facility management. Proposals must be submitted by January 20, 2026, at 11:00 AM Eastern Time, following a mandatory site visit held on December 16, 2025, and all inquiries should be directed to Contract Specialist Nicholas Muro at Nicholas.Muro@va.gov.

    Point(s) of Contact
    Nicholas MuroContract Specialist
    Nicholas.Muro@va.gov
    Files
    Title
    Posted
    This amendment to Solicitation Number 36C24226R0027, concerning a "Bulk Salt Brine Pumping System" for the East Orange VAMC, serves to publicly attach the site visit sign-in sheet for interested contractors. Issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 2, this amendment confirms that all other terms and conditions of the original solicitation remain unchanged. The response date for offers remains January 6, 2026, at 11:00 AM Eastern Time. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and has a NAICS code of 236220. This document ensures transparency by providing access to the site visit attendees list to all potential bidders.
    This document is an amendment to Solicitation Number 36C24226R0027 for a Bulk Salt Brine Pumping System at the East Orange VAMC. The primary purpose of this amendment is to extend the proposal due date from January 6, 2026, to January 20, 2026, at 11:00 AM Eastern Time, New York, USA. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by the new due date to ensure their proposals are considered.
    The Department of Veterans Affairs is planning to solicit proposals for a construction project to install a Bulk Salt Brine Pumping System at the East Orange VA Medical Center in New Jersey, with an estimated cost between $25,000 and $100,000, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project requires various construction services, and interested contractors must be registered with federal systems and obtain necessary licenses. The solicitation is expected to be posted around December 5, 2025, with a pre-solicitation walk-through scheduled shortly thereafter.
    The Department of Veterans Affairs is soliciting proposals for a Bulk Salt Brine Pumping System, identified by Solicitation Number 36C24226R0027. This Request for Proposal (RFP) is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under NAICS Code 236220. The project involves the installation and implementation of a brine pumping system at the East Orange VAMC located at 385 Tremont Ave, East Orange, NJ 07018, USA. The response deadline for this solicitation is January 6, 2026, at 11:00 AM Eastern Time. Key documents for this RFP include the solicitation details, wage determinations, a Buy American Certificate, and information on subcontracting limitations, along with architectural diagrams for the brine pit and system layouts. Nicholas Muro is the primary point of contact for this contract.
    The Department of Veterans Affairs is seeking bids for a Bulk Salt Brine Pumping System project at the East Orange VA Medical Center in New Jersey. This Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside procurement requires contractors to furnish all materials, supplies, equipment, personnel, and supervision for the installation of a new above-ground brine delivery system within 60 calendar days of receiving a Notice to Proceed. The project includes supplying and installing two salt-resistant submersible pumps, a control panel, float assemblies, approximately 200 feet of 2-inch CPVP piping, and all necessary electrical and controls. A mandatory site visit is scheduled for December 16, 2025, with questions due by December 19, 2025. Cost proposals, including a detailed breakdown, must be submitted via email by January 6, 2026. Offers will be evaluated based on technical merit, product description, past performance, and price. Contractors must be registered in SAM and verified as an SDVOSB in DSBS.
    The document appears to be a schematic or floor plan detailing various rooms and areas within a building, likely a government facility given the context of RFPs and grants. Key areas identified include multiple crawlspaces (CRAWLSPACE 1, CRAWLSPACE 2, CRAWLSPACE 3), storage rooms (STORAGE, C-122B, C-122C, C-122D), mechanical rooms (MECH. C-126, C-124), a control room (CONTROL C-137), corridors (CORRIDOR, C-122F CORR.), and an electrical room (ELEC. C-122E). A specific
    The VHA Regional Procurement Office-East, Network Contracting Office 2, held a site visit on December 16, 2025, at 11:00 AM EST, for a Bulk Salt Brine Pumping System project at the VA Healthcare System East Orange Campus. The sign-in sheet recorded attendees from various companies, including Provisions Unlimited, AVEC, and Berkey Building, along with their contact information. All questions related to the walk-through or other aspects of the project must be submitted in writing to VA contracting representatives Dayna Dickson-Miller (Dayna.Dickson-Miller@va.gov) and Nicholas Muro (Nicholas.Muro@va.gov) by the deadline specified in the solicitation email. This document serves as a record of attendance and outlines the protocol for submitting inquiries regarding this federal procurement opportunity.
    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 identify foreign end products by origin and indicate if they exceed 55% domestic content, unless they are Commercially Available Off-the-Shelf (COTS) items. Additionally, domestic end products containing critical components must be separately listed. The document defines key terms like “COTS item,” “critical component,” “domestic end product,” “end product,” and “foreign end product” by referencing the “Buy American—Supplies” clause. This provision is crucial for federal acquisition regulations, ensuring compliance with domestic sourcing policies outlined in FAR Part 25.
    The document appears to be a floor plan or schematic diagram detailing various rooms and areas within a building, likely a government or institutional facility. Key areas identified include "TOILET ROOM C-109", "STOR. C-121", "SUPPLY C-E-106", "WOMEN C-102", "LOCKER STOR. 1014", "CORR. C-101", "EMS SUPPLY C-140 CORRIDOR", "ELEVATOR LOBBY", "UTILITY SHOP C-133", "STORAGE C-122B", "ECH CONTROL C-135", "ENGINEERING C-134", "ELECTRICAL C-VAULT", and multiple "CRAWLSPACE" areas. The presence of these specific room designations suggests the document outlines the layout of functional spaces, potentially for a federal, state, or local government building, indicating its relevance for facility management, renovation projects, or emergency services planning within a government context.
    The document details a schematic automatic brine delivery system, outlining the components and their installation for handling brine and fresh water. Key elements include a fresh softened water supply with a ball valve, a brine control box requiring a 120V-208/230/10/20AMP disconnect, and a 1/2 HP submersible pump. The system integrates existing infrastructure such as a bulk salt storage compartment and a brine solution tank. Piping for fresh water and brine, made from PVC and polyethylene, must enter the crawlspace from the exterior below grade. The diagram specifies pressure tanks, motor-operated ball valves, and float ball valves to regulate flow and pressure within the system. This schematic is for reference, with specific installation locations detailed in plumbing and electrical drawings.
    The VAAR 852.219-75 (JAN 2023) DEVIATION outlines subcontracting limitations for VA contracts, ensuring compliance with 38 U.S.C. 8127(l)(2). For general construction contracts, contractors cannot pay more than 85% of the government-paid amount to firms not certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). This 85% limit includes any further subcontracted work by similarly situated certified SDVOSB/VOSB subcontractors, while material costs are excluded. Offerors must certify their compliance, acknowledging potential criminal, civil, or administrative penalties, including prosecution under 18 U.S.C. 1001, for false certifications. The VA may request documentation to verify compliance and can impose penalties, such as referral to the Suspension and Debarment Committee, fines, or prosecution, for non-compliance or bad faith. Failure to provide required certification renders an offer ineligible for evaluation and award.
    This government file, "General Decision Number: NJ20250031," is a wage determination for building construction projects in Essex County, New Jersey, excluding single-family homes and apartments up to four stories. It outlines minimum wage rates and fringe benefits for various trades, including Asbestos Workers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Laborers, Painters, Plasterers, Plumbers, Pipefitters, Roofers, Sprinkler Fitters, Sheet Metal Workers, and Truck Drivers. The document also details compliance requirements for Executive Orders 14026 and 13658, which mandate minimum hourly wages of $17.75 and $13.30, respectively, for covered federal contracts in 2025, with annual adjustments. It also includes information on paid sick leave for federal contractors under Executive Order 13706. The file provides guidelines for adding unlisted job classifications and explains identifiers for union, union average, survey, and state-adopted wage rates. An appeals process for wage determination matters is also included, with contact information for the Wage and Hour Division of the U.S. Department of Labor.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J046--Replacement of SPS R.O. Critical Water System at VA NJ HCS East Orange
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of the Sterile Processing Service (SPS) Reverse Osmosis Critical Water System at the VA New Jersey Healthcare System in East Orange. The procurement aims to install a new water treatment system that meets AAMI ST108 Critical Water Quality Specifications, including the removal of the existing system and ensuring adequate production capacity, with a focus on maintaining high water quality standards. This project is crucial for the healthcare facility's operations, as it directly impacts the quality of water used in medical procedures and patient care. Interested small businesses must submit their proposals by January 8, 2026, with site visits scheduled for December 22, 2025, and January 2, 2026; for further inquiries, contact Ms. Mitchelle Labady at mitchelle.labady@va.gov.
    Z1DA--PN: 636A6-22-104, Replace Boiler Plant Brine Tank (DM) 2237: 636-26-2-9801-00013
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contract Office 23, is soliciting bids for the replacement of the Boiler Plant Brine Tank at the VA Central Iowa Health Care System in Des Moines, Iowa. This project involves the removal and replacement of two existing brine generation tanks and one brine tank with a new poly tank system, requiring comprehensive construction services, including demolition, installation, and adherence to strict safety protocols due to the facility's operational status. The estimated contract value ranges between $1,000,000 and $2,000,000, with a performance period of 365 days, and bids are due by December 31, 2025, at 10:00 AM CT. Interested contractors should contact Contract Specialist Jocelyn J Swim at Jocelyn.Swim@va.gov for further details and must ensure compliance with all solicitation requirements, including registration in SAM and adherence to wage determination guidelines.
    SPS Water Purification System - Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a new Sterile Processing Service Water Purification System at the Wilkes-Barre VA Medical Center in Pennsylvania. This procurement is a total small business set-aside, requiring vendors to provide and install a water purification system that meets AAMI ST108 Critical Water specifications, capable of producing at least 312 gallons per hour and delivering 20 gallons per minute, along with a 250-gallon tank, ultraviolet light, and a leak detector. The installation is critical for maintaining the cleanliness and safety standards of the medical facility, and a mandatory site visit is scheduled for January 8, 2025, at 10:00 AM EST. Interested vendors should contact Olivia McDonald at olivia.mcdonald@va.gov for further details and to ensure compliance with the outlined requirements.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center, under project number 660-23-101. This construction project requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated budget between $2,000,000 and $5,000,000. The work must comply with various safety and environmental regulations, and contractors are expected to complete the project within 340 calendar days after receiving the Notice to Proceed. Proposals are due by January 14, 2026, at 10:00 AM MST, and interested parties should direct inquiries to Contract Specialist Mark A. Holland at Mark.Holland@va.gov.
    561A4-22-104 Upgrade HVAC & Bathroom B-12
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) contractor for the upgrade of the HVAC system and bathroom in Building 12 at the VA New Jersey Healthcare System, Lyons Campus. The project involves demolishing outdated HVAC units, installing new multi-position air handlers with heat pumps, and constructing an ADA-compliant bathroom, with a contract value estimated between $250,000 and $500,000. This procurement is critical for enhancing the facility's operational efficiency and ensuring compliance with modern accessibility standards. Proposals are due by January 29, 2026, at 12:00 PM EST, and interested parties should direct inquiries to Contracting Officer Dayna Dickson-Miller at Dayna.Dickson-Miller@va.gov or by phone at 518-903-0065.
    Y1DA-- Replace Generator Pumps and Above Ground Storage Tank
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a Request for Quote (RFQ) for the project titled "Replace Generator Pumps and Above Ground Storage Tank" at the Margaret Cochran Corbin VA Campus in New York. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) certified by the SBA, requiring contractors to perform a minimum of 15% of the construction work. The project involves providing all necessary labor, materials, tools, and supervision to replace floors in accordance with VA specifications, with a completion timeline of 60 calendar days following the Notice to Proceed. Interested contractors must be registered and verified with the SBA and SAM.gov, and a site visit will be scheduled, with the RFQ anticipated to be released around January 12th, 2026. For inquiries, contact Charlie Augustin at Charlie.Augustin@va.gov or by phone at 631-261-4400 x12751.
    J065--Philadelphia VAMC - Reverse Osmosis Water Purification PM&R Service Agreement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 4 (NCO4), intends to award a sole-source contract to Evoqua Water Technologies, LLC for preventative maintenance and repair services for the Reverse Osmosis Water Purification System at the Philadelphia VA Medical Center. This procurement aims to establish a firm-fixed-price, five-year Blanket Purchase Agreement (BPA) to ensure the reliable operation of critical water purification equipment essential for patient care. Interested vendors capable of providing these services must submit a one-page capability statement by January 14, 2026, at 10:00 AM EST, to Contract Specialist Emily Hall at emily.hall5@va.gov. The NAICS code for this opportunity is 811210, with a small business size standard of $34.0 million, and the PSC code is J065.
    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--658-26-123 REPLACE FIRE PUMP CONTROLLER
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide construction services for the replacement of a fire pump controller at the Salem VA Medical Center in Virginia. This project, identified as 658-26-123, falls under the NAICS code 238220, which pertains to Plumbing, Heating, and Air-Conditioning Contractors, and is categorized under the Product Service Code Z1DA for Maintenance of Hospitals and Infirmaries. The solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with only one award anticipated, and is expected to be released around December 19, 2025. Interested parties must register on www.sam.gov and maintain an active System for Award Management (SAM) registration to respond, with a response deadline set for January 9, 2026, at 5:30 PM Eastern Time. For further inquiries, contact Contracting Officer Daniel Spaulding at daniel.spaulding@va.gov or by phone at 757-722-9961 x87144.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.