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.