Y1ND--Update: 544-22-142 Replace Sanitary Sewer System (VA-25-00046694)
ID: 36C24725R0085Type: Solicitation
AwardedAug 28, 2025
$11.7M$11,740,000
AwardeeBOYER COMMERCIAL CONSTRUCTION INC COLUMBIA 29201 SCG
Award #:36C24725C0098
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the replacement of the sanitary sewer system at the W.J.B. Dorn VA Medical Center in Columbia, SC, under solicitation number 36C24725R0085. The project aims to modernize outdated sewer infrastructure while ensuring compliance with VA standards, with a performance period of 546 calendar days and an estimated contract value between $5 million and $10 million. This initiative is crucial for maintaining operational integrity and safety within the healthcare facility, emphasizing minimal disruption to ongoing medical services during construction. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals electronically by June 30, 2025, and can direct inquiries to Contracting Officer Zaire R. Naylor at Zaire.Naylor@va.gov.

    Point(s) of Contact
    Zaire R NaylorContracting Officer
    Zaire.Naylor@va.gov
    Files
    Title
    Posted
    The document outlines a solicitation for constructing the replacement of the sanitary sewer system at the W.J.B. Dorn VA Medical Center in Columbia, SC, under solicitation number 36C24725R0085. This project is designated exclusively for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and mandates specific federal requirements, including compliance with VETS 4212 reporting. Contractors are required to perform site preparation, demolition, and install a new sewer system to meet VA standards, with a performance period of 546 calendar days and an estimated cost between $5 million and $10 million. Key aspects include the necessity for a pre-proposal site visit, a detailed technical proposal, past performance evaluations, and transparent pricing. Offerors must submit proposals electronically by June 19, 2025, while ensuring registration on the System for Award Management (SAM) and VETCert. The evaluation process will consider price, technical approach, and past performance, aiming for the lowest price technically acceptable option. The document emphasizes the importance of accurate and timely communication throughout the bidding and evaluation process, reflective of the commitment to engaging veteran-owned businesses in federal contracting opportunities.
    The Department of Veterans Affairs has issued a presolicitation notice for the replacement of the sanitary sewer system at the William Jennings Bryan Dorn VA Medical Center in Columbia, South Carolina. This acquisition is exclusively for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and proposals must comply with specific SBA certification requirements. The project involves the complete preparation and replacement of existing sewer infrastructure to meet VA standards while minimizing service interruptions and accommodating future construction. The anticipated timeframe for completion is 546 calendar days, with an estimated construction cost between $5 million and $10 million. The solicitation is set to be formally issued on May 15, 2025, with site details and proposal submission dates provided in the solicitation documentation. Overall, this effort reflects the VA’s commitment to improving facility infrastructure and supporting veteran-owned businesses.
    The document is an amendment to a solicitation (36C24725R0085) issued by the Department of Veterans Affairs for the W.J.B. Dorn VA Medical Center. The primary purpose of the amendment is to extend the deadline for proposal submissions to June 30, 2025, at 1:00 PM EDT. Additionally, the amendment addresses responses to Requests for Information (RFIs) and includes revised project specifications that offerors must consider when preparing their proposals. The amendment emphasizes that all terms and conditions of the original solicitation remain unchanged unless specified otherwise. Contractors are instructed to acknowledge receipt of this amendment to avoid rejection of their offers. This document exemplifies the typical processes involved in federal procurement, ensuring transparency and fairness in the bidding process while facilitating communication between the government and potential contractors.
    The Department of Veterans Affairs issued a memorandum on March 20, 2025, announcing a class deviation from the Federal Acquisition Regulation (FAR) in response to Executive Orders (E.O.) 14173 and 14168. This deviation aims to reform contracting practices by aligning them with E.O. 14173, which revokes E.O. 11246 and defines new non-discrimination policies. Key changes affect various FAR parts (1, 2, 4, 14, 19, 22, and 52), impacting all solicitations and contracts. Contracting officers are mandated to remove specific provisions related to equal employment opportunity and affirmative action—such as hiring practices that emphasize segregation and affirmative action compliance. Instead, they will incorporate newer provisions reflecting these executive orders. Additionally, contractors remain subject to existing federal civil rights laws, irrespective of their contracting status. This memorandum reflects the administration’s commitment to redefining federal procurement policies concerning equal opportunity and employment practices, underlining an emphasis on merit-based contractor selection while addressing gender issues as per E.O. 14168. The changes are effective immediately, pending integration into the FAR.
    The Department of Veterans Affairs has issued a Request for Proposal for the replacement of the sanitary sewer system at the VA Columbia Health Care System in Columbia, SC. The project, designated as VA Project No. 544-22-142, aims to replace outdated sewer infrastructure, ensuring compliance with current VA standards and reducing service interruptions. The documents detail the general requirements, safety protocols, and specifications necessary for construction, as developed by Apogee Consulting Group. Key components include demolition, construction schedules, environmental controls, and waste management. Contractors must adhere to strict security protocols, obtain necessary permits, and maintain operational integrity of the Medical Center throughout construction. Plans for managing existing utilities and ensuring minimal disruption to Veterans Affairs operations are highlighted. The project encompasses meticulous documentation requirements, safety signage, and training for operational maintenance, culminating in a warranty management plan for long-term serviceability. The overarching goal of the initiative is to modernize essential infrastructure while prioritizing patient safety and facility compliance.
    The document addresses inquiries related to the Campus Sanitary Sewer System project (Project Number: 544-22-142), specifically detailing questions submitted for clarity regarding project specifications and requirements. Key points include confirmation of material specifications, such as the requirement for PVC pipe to be SDR 26 and "extra strength" sewer pipe details. The document also seeks confirmation on the grease trap size, pump specifications, and the conditions regarding oversized casings for jacking and boring. It stipulates that no existing as-built utility drawings will be provided for bidding purposes, directing contractors to rely on indicated utility crossings in project drawings. Furthermore, it discusses the necessity of overcurrent protective device coordination studies, clarifying that such a study is not required due to the absence of new distribution equipment. Lastly, it mentions the specifics regarding tree replacement species, handrails on staircases, and highlights the importance of coordinating with the Contracting Officer Representative (COR) for unidentified elements. This document supports prospective contractors in understanding project requirements while guiding their bids in accordance with federal contracting standards.
    The document outlines a class deviation to the VA Acquisition Regulation regarding labor laws applicable to government acquisitions, specifically focusing on Executive Order 13899, which addresses combating anti-Semitism. It updates the VAAR baseline to reflect changes effective April 2025 and mandates that contracting officers include a specific clause in solicitations and contracts exceeding the simplified acquisition threshold. This clause requires contractors to comply with Executive Order 13899, disclose any credible evidence of violations, and extend these obligations to every subcontractor or vendor involved. The changes aim to ensure adherence to civil rights protections under Title VI of the Civil Rights Act of 1964, enhancing accountability among contractors and their associates. Overall, the document serves to implement federal compliance standards in contractor practices, reinforcing the government's commitment to promoting anti-discrimination measures in procurement processes.
    The document outlines the bid sheet for a sanitation project labeled "544-22-142 Replace Sanitary Sewer" under the U.S. Army Corps of Engineers, Alaska District, concerning the Kampung Cham Blood Transfusion Center. It serves as a standardized template for contractors to formulate responses to the Request for Proposals (RFP). The content is divided into four primary sections: Documentation and Reporting, Site Work, Demolishing Existing Structures, and Sewer Installation, each including various tasks, units, quantities, and estimated costs. Contractors are required to provide details such as labor, materials, and equipment necessary for the project, as well as profit and overhead rates. The bid sheet encourages the inclusion of additional categories and detailed descriptions where necessary. It emphasizes meeting safety standards and obtaining required permits, which underscores the importance of compliance in federal projects. Overall, the document aims to facilitate the bidding process while ensuring clarity and thoroughness in project estimation and planning for contractors responding to the RFP.
    The Performance Relevancy Questionnaire (PRQ) is a document integral to federal and state RFP processes, requiring contractors to detail relevant past projects. Each contractor must submit up to five PRQs, choosing projects that align closely with the forthcoming contract's scope, complexity, and monetary scale. The PRQ mandates essential details such as the contractor's role (prime or subcontractor), contract specifics including original and current values, completion timelines, and causes for modifications. Contractors must provide a comprehensive description of work performed, note significant subcontractors, and justify the relevance of their past performance in relation to the new project. Additionally, insights into challenges faced and resolutions implemented are encouraged. A point of contact for the contracting officer is also required. The PRQ focuses on capturing performance history to assess the contractor's suitability for future projects, thereby ensuring that bids meet governmental standards and expectations.
    The document is a Past Performance Questionnaire designed to evaluate a firm's or agency’s performance on government contracts. It includes sections for recording key project information such as the name of the firm, project name, contract type, award dates, and financial details. The evaluating official's contact information and their relationship to the firm being assessed are also required. The assessment categories cover areas essential to contract performance, including quality of product or service, adherence to schedule, cost control, business relations, management of key personnel, reliability, customer support, and overall performance. Each category is rated on a scale from unsatisfactory to exceptional, with an option for additional comments. This questionnaire serves as a critical tool in the context of federal RFPs, federal grants, and state/local RFPs, enabling government agencies to assess a contractor's past performances objectively, ensuring accountability, and promoting high standards for future contracting decisions. The structured feedback mechanism serves to guide improvements and maintain quality standards in governmental contracting.
    The VA Notice of Limitations on Subcontracting outlines the certification requirements for offerors participating in federal contracts, particularly related to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It mandates that contractors must not subcontract more than 50% of service contracts, 85% of general construction contracts, and 75% of special trade contracts to firms not classified as certified SDVOSBs or VOSBs. The offeror certifies compliance with these limitations, acknowledges the potential for criminal penalties under Title 18 for false certifications, and agrees to provide necessary documentation to demonstrate compliance upon request. Noncompliance may lead to serious repercussions, including fines and potential suspension from future contracting. This certification must be completed and submitted with the offer to qualify for contract evaluation and award. The document emphasizes the importance of maintaining integrity in government contracting, particularly for veteran-owned businesses.
    The document outlines General Decision Number SC20250028, which pertains to building construction projects in Richland County, South Carolina, and sets forth prevailing wage rates under the Davis-Bacon Act. Contractors are required to comply with minimum wage standards established by Executive Orders 14026 and 13658, depending on the contract date and terms. Effective January 30, 2022, a minimum wage of $17.75 applies to contracts, whereas those awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour if not renewed post-January 30, 2022. The document details various construction classifications, specifying prevailing wage rates and fringe benefits for laborers, electricians, pipefitters, and others. Additionally, it explains the process for addressing appeals related to wage determinations and emphasizes workers' rights under additional Executive Orders for paid sick leave and worker protections. The rates and classifications are pivotal for federal contracts that fall under these wage stipulations, ensuring compliance with labor standards and fair compensation for workers engaged in public works projects. The structure includes wage tables and guidelines for classifications, along with instructions for wage determination appeals to the U.S. Department of Labor.
    The contract for replacing the sanitary sewer system at the Columbia VA Health Care System Medical Center is aimed at upgrading the existing infrastructure while adhering to VA standards. The project entails providing all necessary labor, materials, and logistics to successfully complete the work, including demolition and site preparation. The contractor will operate for a period of 546 days, with deductive alternates reducing this time by up to 90 days, depending on the scope undertaken. Key requirements include preventing damage to existing facilities, proper disposal of debris, obtaining necessary permits, and ensuring compliance with safety protocols, including COVID-19 precautions. The project involves extensive planning for phasing to minimize disruptions, emphasizing coordination with ongoing infrastructure projects on-site. The contractor is also responsible for final reports and observations to ensure compliance with all project objectives, including environmental protection measures. This initiative reflects the federal commitment to upgrading healthcare facilities' infrastructure, enhancing service delivery while ensuring safety standards are met.
    The VA Columbia Health Care System is initiating a project to replace the existing sanitary sewer system on its Columbia, SC campus, following VA standards and minimizing service disruptions. The project involves comprehensive site preparation, encompassing demolition, construction, and compliance with safety and environmental mandates. Key components include maintaining uninterrupted utility services, phasing construction activities to accommodate ongoing medical operations, and ensuring contractors adhere to strict security protocols. The project specifications detail various sections, including general requirements, existing conditions, plumbing, electrical work, and environmental controls, indicating the project's complexity. Coordination with the Medical Center is essential to ensure minimal interference with operations, as construction will occur within active healthcare facilities. Additionally, contractors are required to provide project schedules using the Critical Path Method (CPM) and maintain clear documentation throughout the construction process. This initiative reflects the government’s commitment to upgrading infrastructure that meets modern standards while safeguarding patient care and safety within the facility. Compliance with all contractual, regulatory, and safety requirements is central to the project's success.
    The document outlines the design for replacing the campus sanitary sewer system at the W.J.B. Dorn Veterans Affairs Medical Center in Columbia, SC. It includes construction plans, project management details, and compliance with regulatory standards. Key components include phased construction to minimize disruption, adjusted traffic routes, and careful sequencing due to navigational challenges posed by existing infrastructure. Infection Control Risk Assessment (ICRA) measures ensure safety during construction activities, with a mandate for stringent dust control and procedural coordination with the VA's infection control protocols. The project emphasizes adherence to federal and local regulations, while detailing processes for excavation, demolition, and installation of new sewer lines, as well as safety measures for the public and workers. Overall, this initiative highlights the VA's commitment to improving facilities while maintaining high safety and operational standards in healthcare environments.
    The Department of Veterans Affairs (VA) issued a memorandum on April 1, 2025, regarding a class deviation from the VA Acquisition Regulation (VAAR) to enforce compliance with Executive Order 13899, which addresses anti-Semitism. This new requirement primarily affects VAAR Parts 822 and 852, necessitating that contracting officers include a specific clause, 852.222-71, in all solicitations and contracts that use appropriated funds and exceed the simplified acquisition threshold (SAT). The effective date of this deviation is immediate, with no exceptions outlined. The policy aims to ensure that contractors and their subcontractors adhere to anti-Semitism regulations by disclosing any credible violations. This directive is applicable to all VA contracting activities and will remain in effect until it is integrated into the VAAR or rescinded. The memorandum emphasizes the importance of promoting compliance with the established executive order through proper contract management processes. For further inquiries, a dedicated email contact is provided.
    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.
    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.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    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.
    Y1DZ--Renovate B3-EHRM Training and Admin Space Project 544 22 703 EHRM Construction 6439 Garner's Ferry Rd. Columbia VAMC Columbia, SC 29209
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting market research through a Sources Sought Notice for the renovation of approximately 6,768 square feet of administrative and training space in Building 3 at the Columbia VAMC in Columbia, South Carolina. The project involves significant interior modifications, including the removal and installation of partitions, new ceilings, flooring, and finishes, as well as adjustments to fire protection, HVAC, plumbing, and electrical systems, alongside lead-based paint remediation. This renovation is crucial for enhancing the functionality of the VA's office and training areas, with an estimated project magnitude between $2,000,000 and $5,000,000 and a duration of approximately 300 calendar days. Interested contractors are invited to submit their capability statements by December 22, 2025, to determine the procurement method and potential socio-economic set-aside, with further inquiries directed to Contract Specialist Doniver G. Hamilton at Doniver.Hamilton@va.gov.
    J045--FAN COIL UNIT REPLACEMENT
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 7, is seeking qualified contractors for a Fan Coil Unit Replacement project at the WJB Dorn VA Medical Center in Columbia, South Carolina. This procurement, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires the contractor to provide all necessary labor, travel, equipment, supplies, and materials for the replacement of fan coil units. The project is critical for maintaining the facility's heating and cooling systems, ensuring a comfortable environment for veterans receiving care. The solicitation, Request for Quote 36C24726Q0165, is expected to be posted on sam.gov around December 19, 2025, with quotes due by January 16, 2026. Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Contract Specialist Stanley Turner at Stanley.turner@va.gov or by phone at 404-828-5310.
    Y1DA--St. Cloud VAHCS Replacement/Addition Steam Mains Presolicitation Notice
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the replacement and addition of steam mains at the St. Cloud VA Health Care System in Minnesota, under Project Number 656-21-114. This opportunity 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) program. The project involves the complete removal and replacement of existing steam line vaults and the installation of new steam piping infrastructure, with a construction magnitude estimated between $5,000,000 and $10,000,000. The Invitation for Bid (IFB) solicitation is expected to be issued on or about December 29, 2025, with a performance period of 640 calendar days from the Notice to Proceed. Interested bidders should direct inquiries to Contracting Specialist Jeffrey Brown at Jeffrey.Brown8@va.gov or by phone at 651-293-3009.
    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.
    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.
    Medical Gas Repairs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for medical gas repair and replacement services at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The procurement specifically requires contractors to provide all necessary labor, equipment, materials, and supervision to repair and install replacement parts for the medical gas network, including the installation of zone valves for oxygen, medical air, and vacuum in designated rooms. This work is critical for maintaining the safety and functionality of medical gas systems within the facility, adhering to VA standards and relevant regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by January 2, 2026, at 2:00 PM EST, following a mandatory site visit scheduled for November 24, 2025. For further inquiries, potential bidders can contact Jacob A. Tackett at Jacob.Tackett@va.gov or by phone at 706-469-0691.