656-25-209 Repaint Water Tower
ID: 36C26325B0004-0002Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the repainting of a water tower located in Saint Cloud, Minnesota, under the project number 656-25-209. The project involves draining the water tower, conducting maintenance, and repainting its exterior, with the VA responsible for draining and refilling the tower while ensuring water pressure during the work. This refurbishment is crucial for maintaining the integrity and safety of the water supply facilities, and the project is expected to be completed before fall/winter 2025. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Marc Del Valle at marc.delvalle@va.gov or 651-293-3011 for further details and to ensure compliance with wage determination rates and safety regulations outlined in the associated documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation for a project titled "Repaint Water Tower," issued by the Department of Veterans Affairs, specifically the Network 23 Contracting Office. Its primary purpose is to communicate updates and clarifications regarding the project, including responses to inquiries received, the minutes from a site visit meeting, attendance records from the site visit, and updated wage determination rates. The amendment emphasizes that all other terms and conditions from the original solicitation remain unchanged. This document is critical for potential contractors as it ensures they have the latest information necessary for submitting their proposals. Additionally, the contact person for further inquiries is Marc Del Valle. Attachments accompanying the amendment include answers to questions, meeting minutes, a sign-in sheet, and wage determination documents relevant to the project.
    The government file outlines wage determinations for construction projects in Stearns County, Minnesota, under the Davis-Bacon Act. It specifies classifications, wage rates, and fringe benefits for various labor types required for building construction (excluding single-family homes and low-rise apartments). Contractors must adhere to minimum wage guidelines established by Executive Orders 14026 and 13658, based on contract dates. For contracts initiated on or after January 30, 2022, the minimum wage is $17.75 per hour, rising annually, while earlier contracts not renewed post this date maintain a minimum of $13.30 per hour. A comprehensive list of trades is provided, detailing hourly wages and fringe rates for workers ranging from electricians to laborers. It also emphasizes requirements for paid sick leave under Executive Order 13706 for contracts awarded after January 1, 2017, mandating accrual of paid sick leave for employees. The document concludes with details on the appeals process for wage determination disputes, representing federal compliance and worker protection measures in public contracting. This information serves essential for contractors engaged in federally funded construction and project planning, ensuring adherence to labor standards and legal obligations in Minnesota.
    The document pertains to a pre-construction site visit for the repainting of a water tower under the project number 635-25-209 (RFP 36C26325B0004). It includes attendance information of key personnel involved in the contract, specifically listing names, organizations, phone numbers, and email addresses of individuals such as Marc Del Valle and Neil Anderson from the Contracting NCO and Facilities Management, respectively. The main purpose of this document is to confirm the attendance and involvement of pertinent stakeholders in the pre-construction activities necessary for the upcoming water tower renovations. This reflects standard protocol in federal and local Request for Proposals (RFPs), ensuring that all parties are coordinated and informed before commencing construction. The document serves as both a record of attendance and a preliminary step in the project's execution, crucial for maintaining accountability and communication among the agencies involved in the refurbishment efforts.
    The transcript from a pre-bid meeting on April 9, 2025, concerning the repainting of a water tower outlines key discussions among participants about project requirements and expectations. Neil W. Anderson and Dwayne D. Brauch emphasized the importance of submitting written questions to ensure consistency in responses. The conversation highlighted quality control measures, with a designated Contracting Officer Representative (COR) performing daily inspections without third-party involvement. Participants addressed concerns about the longevity and quality of paint types, discussing the potential for different price bids based on materials. The conversation also touched on regulatory compliance and badging requirements, with some anticipation that the project could be completed by fall 2025. The meeting concluded with the plan to distribute meeting minutes and align further communication regarding project amendments. This document serves to clarify bidding expectations and establish communication protocols for the water tower repainting project as part of federal and local contract processes.
    The document serves as a Q&A for a Request for Proposals (RFP) pertaining to the refurbishment of a water tower by the Veterans Affairs (VA). The project includes draining the water tower, performing maintenance, and repainting its exterior. The VA will handle the draining, refilling, and ensuring water pressure during the work. Key responsibilities include the contractor providing a dedicated Site Superintendent and Site Safety Health Officer, both of whom must be directly employed by the Prime Contractor. The project emphasizes safety, with strict containment measures required during paint removal and surface preparation. Environmental testing, including water quality and paint residuals, is mandated only under certain circumstances. The expected project completion timeline is before fall/winter 2025. The summary underscores the VA's requirement for quality materials, adequate safety measures, and environmental compliance, ensuring a thorough operation with full adherence to regulatory standards and regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Y1AA--656-20-130 Repair Building 50 Basement Kitchen 656-26-2-3204-0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 23, is issuing a presolicitation notice for the project titled "Repair Building 50 Basement Kitchen" at the Saint Cloud VA Health Care System in Minnesota. This project, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves comprehensive remodeling of the existing Dish room and Tray Service Line, addressing critical failures in Architectural, Mechanical, Electrical, Plumbing (MEP), and Heating Ventilating and Air Conditioning (HVAC) systems. The scope includes replacing deteriorating finishes and implementing construction in two phases, impacting approximately 6,000 square feet of space, while ensuring minimal disruption to ongoing operations. The Invitation for Bid (IFB) is expected to be released around November 14, 2025, with a construction budget estimated between $2,000,000 and $5,000,000. Interested bidders must be registered and certified in the Veteran Small Business Certification database and can direct inquiries to Contract Specialist Daniel Dobler at daniel.dobler@va.gov or by phone at 651-293-3015.
    Y1LB--656-24-205, Road Repair 2024 36C263-26-AP-1047
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for the Roads Repair 2024 project at the St. Cloud VA Medical Center in Minnesota, specifically under Project Number 656-24-205. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) database. The project entails the reconstruction of parking lot P111 (56,567 SQ. FT) and adjacent roadways (8050 SQ. FT), including the removal and replacement of asphalt and re-compaction of the base gravel course, with an estimated construction value between $1,000,000 and $2,000,000. The Invitation for Bid (IFB) is expected to be issued around March 9, 2025, with an award anticipated within 90 days of the bid opening. Interested bidders should contact Contracting Specialist Arielle Lifto at arielle.lifto@va.gov or 651-293-3031 for further information.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.
    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--657-26-110JB - Upgrade Boiler Safety Valves , STL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the project titled "Upgrade Boiler Safety Valves, STL," located at the Jefferson Barracks VA in St. Louis, MO. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the replacement and upgrade of eight steam safety valves within the steam boiler system in Building 75 to enhance facility safety and efficiency. The contractor will be responsible for all labor, materials, equipment, and related services, including boiler shutdown/restart, scaffolding, and leak testing, with an estimated project cost ranging from $150,000 to $500,000 and a performance period of 180 calendar days. Interested contractors must be registered in SAM and VetCert, with the solicitation package expected to be available by December 19, 2025, and proposals due around January 15, 2026. For further inquiries, contact Kevin M. Farrell at kevin.farrell@va.gov or by phone at 913-946-1168.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    36C78626Q50027 Irrigation Services Ft. Snelling National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking qualified contractors to provide irrigation maintenance services at Fort Snelling National Cemetery under the solicitation number 36C78626Q50027. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a base year with four option years, with a guaranteed minimum of $5,000 and a maximum aggregate value of $600,000. The contractor will be responsible for systematic irrigation system startup, repair, and winterization, ensuring minimal disruption to cemetery operations while maintaining the dignity and respect of the site. Proposals are due by December 19, 2025, at 12:00 PM CST, with a mandatory site visit scheduled for December 11, 2025. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    C1DA--626A4-26-201 A/E Replace Domestic Water Fire Mains and Main Backflow Devices
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 9, is seeking qualified architectural and engineering firms for the project titled "Replace Domestic Water/Fire Mains and Main Backflow Devices" at the VA Tennessee Valley Healthcare System in Murfreesboro, TN. The project involves the replacement of approximately 30,000 linear feet of water mains and main backflow stations, along with necessary electrical and structural work, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative is crucial for ensuring the reliability and safety of the facility's water systems, with an estimated construction budget ranging from $1,000,000 to $2,000,000. Interested firms must submit their SF330 forms electronically by December 18, 2025, at 1:00 PM Central Time, and can direct inquiries to Contract Specialist Michael R. Brown at Michael.brown1305@va.gov or by phone at 615-225-5975.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.