Z1DA--Improve Sewer System and Water Loop 610-21-104
ID: 36C25025B0007Type: Solicitation
AwardedJul 24, 2025
$5.8M$5,807,894
AwardeeB2 CONSTRUCTORS, LLC MARIETTA 30066
Award #:36C25025C0140
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the improvement of the sewer system and water loop at the VA Northern Indiana Healthcare System Marion Campus in Indiana. The project requires a contractor to provide all necessary labor, materials, and supervision to remove and replace storm and sanitary lines, repair roads, and install lift stations, among other tasks. This initiative is crucial for enhancing the facility's infrastructure to better serve veterans while ensuring compliance with safety and environmental regulations. The estimated contract value is between $5 million and $10 million, and it is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested parties must submit their bids by June 23, 2025, and can direct inquiries to Contract Specialist Elizabeth A. Finley at Elizabeth.Finley1@va.gov.

    Point(s) of Contact
    Elizabeth A FinleyContract Specialist
    Elizabeth.Finley1@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting proposals to improve the sewer system and water loop at the VA Northern Indiana Healthcare System's Marion Campus. The presolicitation notice indicates that this is a continuation from a previously posted solicitation, now designated as #36C25025B0007. The response deadline is set for January 27, 2025, at 2 PM Eastern Time. The project is categorized under the Product Service Code Z1DA and falls within the NAICS Code 237110. This contract opportunity is reserved for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested parties should direct communications regarding this solicitation to Elizabeth Finley at the provided email address. The location for the work is specified as 1700 E. 38th Street, Marion, IN, with the postal code 46953. The presolicitation notice serves to inform potential bidders of the upcoming opportunity and its parameters, emphasizing the government’s commitment to enhancing healthcare facilities for veterans.
    The Department of Veterans Affairs (VA) is seeking proposals for the Improvement of the Sewer System and Water Loop at the VA Northern Indiana Healthcare System Marion Campus. The project requires a contractor to provide labor, materials, and supervision to remove and replace storm and sanitary lines, including repairs to roads and the installation of lift stations. The contract is estimated between $5 million and $10 million and is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Bidders must be certified as SDVOSB and adhere to various government regulations, including affirmative action and Buy American requirements. The bid submission includes specific documentation, with a public bid opening conducted via conference call. Interested parties are encouraged to attend a pre-bid site visit on January 8, 2025. The project’s performance duration is 457 calendar days following award notification. Additionally, prospective contractors need to meet bonding, safety compliance, and employment reporting requirements to ensure accountability and reliability throughout the construction process. Overall, this solicitation reinforces the VA's commitment to enhancing infrastructure to serve veterans better, while promoting small business participation.
    The document is an amendment to a solicitation related to a contract under the Department of Veterans Affairs, specifically the Network Contracting Office 10. The primary purpose of this amendment is to announce the cancellation of a site walk that was scheduled for January 8, 2025. This cancellation is important as it directly affects potential offerors or bidders who intended to attend the site walk to assess conditions pertinent to their proposals. The document notes that a subsequent amendment will provide a new date and time for the site walk in the future. The overall structure includes standard fields for contract modifications, ensuring clarity on administrative changes and instructions for acknowledgment of the amendment by potential bidders, emphasizing adherence to deadlines for submission. This amendment underscores the fluid nature of government contracting processes, where adjustments are common and must be communicated effectively to maintain transparency and compliance.
    This document serves as an amendment to a solicitation issued by the Department of Veterans Affairs Network Contracting Office 10. The primary purpose of this amendment is to extend the deadline for bid submissions to February 28, 2025, at 2:00 PM EST. Additionally, it notes that the dates for a site walk and Requests for Information (RFI) will be rescheduled and communicated through a subsequent amendment. The document outlines the necessity for bidders to acknowledge receipt of the amendment in their submissions and includes various identification and administrative details pertaining to the contract and amendment process. The formal adjustments are in accordance with federal regulations and are intended to ensure transparency and compliance throughout the procurement process. Overall, the amendment aims to facilitate a smoother bidding experience while adhering to governmental protocols for solicitation modifications.
    The document is an amendment related to a federal government solicitation by the Department of Veterans Affairs, specifically the Network Contracting Office 10. The main purpose of the amendment is to provide updated site walk information and extend key deadlines for bidders involved in the procurement process. The site walk has been rescheduled to February 14, 2025, at the VA Northern Indiana Healthcare System, and the RFI (Request for Information) submission deadline is extended to February 21, 2025. Additionally, the bid opening date has been pushed back to March 6, 2025. This modification ensures that all interested contractors have adequate time to prepare their offers and participate in the site walk. Importantly, the amendment indicates that all other terms and conditions of the original solicitation remain in effect.
    The document outlines an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 10. The primary purpose of this amendment is to reschedule the site walk and extend the deadlines for Requests for Information (RFI) and bidding. The site walk is now set for March 4, 2025, at 1:00 PM at the VA Northern Indiana Healthcare System, Marion Campus. The due date for RFIs has been extended to March 11, 2025, and the bid opening will occur on March 27, 2025, at 2 PM. It is also emphasized that all offers must acknowledge the amendment before the specified due dates to remain valid. The amendment serves as a critical communication tool to facilitate participation in the procurement process, reflecting the agency's proactive approach to engaging contractors while ensuring transparency and compliance with federal procurement standards. This document is essential for interested bidders to stay informed about changes affecting their submissions.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs’ Network Contracting Office 10. It primarily aims to reschedule two critical events related to the procurement process: the site walk and the Request for Information (RFI) deadlines. The site walk has been set for March 18, 2025, at the VA Northern Indiana Healthcare System in Marion, IN, while the RFI submission deadline has been shifted to close of business on March 21, 2025. Contractors are instructed to acknowledge receipt of this amendment and must adhere to the new schedule outlined. The amendment reflects administrative changes pertinent to the contracting process and underscores the importance of compliance with the updated timelines to avoid rejection of bids. This document is essential in ensuring that potential bidders are informed and can prepare accordingly for participation in the procurement process. Overall, it maintains the integrity of the original agreement while facilitating clearer communication and adjusted timelines for all involved parties.
    This document is an amendment to a solicitation for a contract issued by the Department of Veterans Affairs’ Network Contracting Office 10. Its primary purpose is to notify offerors of changes concerning the bidding process. Specifically, the amendment extends the deadline for the receipt of offers to April 30, 2025, at 2 PM EDT. Additionally, it postpones the site walk and the date for Requests for Information (RFI) and the bid opening. The document emphasizes the importance of acknowledging receipt of this amendment to avoid rejection of offers. It indicates that further clarifying information will be provided in a subsequent amendment. The contracting officer responsible for this amendment is Luke A. Turner, who works at the Indianapolis, IN office. Overall, the amendment serves to update interested bidders about changes in the procurement timeline and ensure continued participation in the solicitation process by allowing for the necessary adjustments related to staffing issues.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs for a contract modification, specifically regarding a project designated as 36C25025B0007. The primary purpose of this amendment is to reschedule the site walk, extend the deadline for Requests for Information (RFIs), and adjust the bid opening date. The new timeline specifies that the site walk will occur on May 15, 2025, at 2:00 PM at the VA Northern Indiana Healthcare System, Marion Campus. The RFI due date is now set for May 22, 2025, by the close of business. Additionally, the bid opening has been extended to June 5, 2025, at 9:00 AM EST, to be conducted via Microsoft TEAMS. The amendment emphasizes the importance of acknowledging receipt prior to the specified deadlines and highlights the implications of failure to comply with these timelines. This update reflects the ongoing adjustments often necessary in government contracting processes to ensure adequate participation and response from potential bidders.
    The document serves as an amendment to a solicitation related to a project administered by the Department of Veterans Affairs, specifically under the Network Contracting Office 10. Its main purpose is to notify all offerors and bidders of the inclusion of a site walk sign-in sheet pertinent to the "Improve Sewer System and Water Loop" initiative. The amendment communicates vital information about the timing of receipt for offers, emphasizing that acknowledgments must be submitted to avoid rejection. It clarifies that while changes are made regarding administrative details, all other terms and conditions of the existing contract or solicitation remain unchanged. The document outlines the process for acknowledgment of the amendment and specifies the authorities under which modifications are accepted. This summary underscores the importance of proper communication and documentation in public contracting processes while establishing clear guidelines for all parties involved.
    The document is an amendment from the Department of Veterans Affairs Network Contracting Office 10 pertaining to a solicitation for bids. The main purpose of this amendment is to extend the deadline for bid submissions. The new deadline is set for June 12, 2025, at 2 PM EDT. Additionally, it states that further details regarding the Bid Opening will be provided through another amendment, and responses to Requests for Information (RFIs) will be posted in the coming week. The amendment emphasizes the necessity for all offerors to acknowledge receipt of this amendment to ensure the acceptance of their bids. The overall structure includes administrative information such as project numbers, issuing details, and the terms of the modification. This document illustrates standard procedures in government procurement, particularly regarding timelines and communication of changes to solicitations.
    The document is an amendment to a solicitation related to the Department of Veterans Affairs, specifically from the Network Contracting Office 10. It serves to address received requests for information (RFIs) and provides revised bid opening details. The bid opening has been extended to June 12, 2025, at 9:00 AM EST, to be conducted via Microsoft Teams. Offerors are required to acknowledge receipt of the amendment prior to the specified date. The amendment outlines that all existing terms and conditions remain unchanged except for the modifications noted. The main aim of this document is to facilitate a smoother bidding process by clarifying questions and extending timelines, ensuring compliance with federal procurement standards.
    This document is an amendment to a government solicitation concerning a contract with the Department of Veterans Affairs, specifically the Network Contracting Office 10. The main purpose of the amendment is to extend the bid submission deadline to June 23, 2025, at 9:00 AM EDT and to provide additional Requests for Information (RFI) along with their responses. The document outlines the process for acknowledging the amendment, emphasizing that offers must be submitted in accordance with the outlined adjustments to avoid rejection. Additionally, attachments included with the amendment deliver further context regarding the RFI queries and answers, which will assist bidders in preparing their offers. The communication will be held via Microsoft TEAMS, facilitating remote participation. This amendment demonstrates the government's effort to ensure clear communication and comprehensive guidance for potential contractors, reflecting the procedural standards in government contracting processes.
    The document outlines responses to inquiries (RFI) regarding a construction project involving asbestos abatement and other related work. It specifies the removal and disposal of approximately 70 linear feet of 6-inch diameter pipe insulation containing asbestos, noting that field verification is needed for the actual extent of the work. Key clarification requests include queries about materials for a 2-inch waterline, the availability of a site visit sign-in sheet, and the potential dual roles of a superintendent fulfilling both Safety and Health Officer (SSHO) and Quality Assurance/Quality Control (QA/QC) requirements. The document confirms the inclusion of tax in proposals, provides updated wage determinations, and ensures prevailing wages remain consistent throughout the project's duration. Additionally, it verifies compliance with current VA Technical Instruction Letter (TIL) guidelines. This summary reflects the document's focus on clarifying project requirements to ensure compliance and proper execution, vital for RFP processes within federal and state/local contracts.
    The document outlines the specifications for pavement marking as part of the "Improve Sewer System and Water Loop" project in Marion, Indiana. It includes instructions for the application of paint for traffic lanes, parking areas, crosswalks, and handicapped spaces. Key requirements involve compliance with federal specifications for paint materials, submittal procedures for drawings and product data, and qualifications for installers. The document emphasizes quality assurance through a qualified installer with relevant experience and details proper storage, handling, and field conditions for application. It provides specific guidelines for preparation and installation processes, requiring environmental conditions to be suitable for effective paint application. Furthermore, it includes tolerances for marking dimensions, cleaning protocols, and protection measures to ensure durability post-application. This document forms part of a government RFP aimed at improving municipal infrastructure and ensuring safety through proper road markings, highlighting adherence to regulatory guidelines and quality standards to facilitate smooth implementation of the project.
    The document outlines the requirements for improving the sewer system and water loop in Marion through specific landscaping practices. It details the necessary components for planting, including plants, soils, mulch, turf, and other landscape materials. Key sections cover definitions, quality assurance for installers, material submittals, and the importance of sustainable construction practices. Preinstallation meetings must take place to ensure coordination among participants, and strict guidelines govern soil quality, seed selection, and fertilizer use. The document emphasizes protecting existing vegetation during construction, proper handling and installation of planting materials, and erosion control measures. It also includes stipulations on warranty periods for plant and turf quality, mandating replacements for defective materials within set timeframes. The project aims to enhance environmental aesthetics and functionality while adhering to safety and regulatory standards. Overall, this RFP is designed to guide contractors in delivering comprehensive landscape improvements alongside necessary infrastructure upgrades, highlighting ecological considerations and compliance with local standards.
    The document outlines specifications for the construction and improvement of underground water distribution systems as part of a government initiative. It details the materials, procedures, and related work necessary for the construction of potable water and fire supply systems outside buildings. Key components include rigorous guidelines for excavation, coordination with utility companies, quality assurance standards, and adherence to various regulatory requirements. The document specifies the use of ductile iron and PVC for piping, alongside specific types of valves, fittings, and hydrants, ensuring compliance with established industry standards. Additionally, it emphasizes the importance of installation practices, hydrostatic testing, and identification of systems for operational integrity and safety. The overarching goal is to ensure a reliable and efficient water distribution system while minimizing environmental impact and guaranteeing public safety in accordance with state and local regulations. This specification serves as a crucial component in government contracts for water utility systems, guiding contractors in the execution of their work to maintain compliance and quality throughout the project's lifecycle.
    The document outlines a series of questions and answers regarding an upcoming construction project for the VA. Key topics include the provision of CAD files, tax exemption details, the roles of project Superintendents and Site Safety & Health Officers (SSHO), and operational concerns regarding project execution. The VA will supply a tax exemption certificate to the awarded contractor, and project management roles can overlap under specific qualifications. Several important aspects, including background checks and onsite requirements for equipment and materials, will be clarified according to additional project information. The project’s timeline reflects a proposed performance period of 457 days, with concerns raised about the potential for extensions. The contractor must consider work not specified in drawings as part of overall contractual obligations. Other notable details cover requirements for construction fencing, utility connections, material storage, and the treatment of unsuitable soil, all contingent upon coordination with the Contracting Officer's Representative (COR). Overall, the document serves as a vital reference for contractors navigating the requirements and expectations set forth by the VA for this construction initiative.
    The document outlines General Decision Number IN20250002, effective from June 6, 2025, detailing wage rates and classifications for construction work in various counties across Indiana, with specific adherence to the Davis-Bacon Act and applicable Executive Orders. It includes various labor classifications, wage rates, fringe benefits, and contractor requirements for compliance, as well as the procedures for appealing wage determinations. The document emphasizes that the minimum wage rates will be adjusted annually and provides mechanisms for requesting updates or classifications not listed.
    The document reflects General Decision Number IN20240002, effective October 18, 2024, which details prevailing wage rates for construction projects funded by the federal government in Indiana. This decision encompasses the Davis-Bacon Act, requiring contractors to pay minimum wage rates based on specific executive orders. Various trades and classifications, including Asbestos Workers, Electricians, and Laborers, are detailed along with their corresponding wage rates and fringe benefits across multiple counties in Indiana. The document outlines wage determination modifications, highlighting the need for compliance with federal wage regulations to protect workers in public construction projects. Overall, this ruling supports transparency in compensation standards and ensures fair labor practices for contractors and subcontractors involved in federally funded building projects. The structure presents county-specific rates, including categories and descriptions of labor classifications while emphasizing minimum wage compliance as crucial for contractor eligibility for federal contracts.
    The document details a topographic and utility survey conducted for the project site at the Marion VA Medical Center in Indiana. The survey aimed to map existing topographic features and assess underground utilities, utilizing record data and field measurements. Notably, the survey certified by Indiana registered land surveyor Ross M. Frank, acknowledges that additional underground utilities may exist, whose locations weren’t determined, and that building dimensions provided are approximated and should not be used for structural design. The survey specified horizontal coordinates based on NGS NAD 83 and vertical coordinates on NAVD 88, while environmental conditions, such as wetlands, were not considered. Conducted from March 23, 2021, to May 5, 2021, the survey is essential for informing future construction or renovations at the site, ensuring alignment with safety and operational standards. This project signifies a systematic approach to infrastructure improvement for Veterans Affairs, reflecting the agency's commitment to enhancing service facilities for veterans.
    The document outlines a construction project by the U.S. Department of Veterans Affairs aimed at improving the sewer system and water loop in Marion, Indiana. The architectural and engineering work is being conducted by Viridian Architectural Design, Inc., alongside Engineering Resources, Inc. The project includes detailed specifications for various sanitary and storm structures, including manholes and piping components, specifying dimensions, materials, elevations, and directional flow. The document emphasizes the proprietary nature of its content, stating that all designs and concepts are owned by Viridian Architectural Design, Inc. The data presented is crucial for contractors involved in the renovation and upgrading of essential water infrastructure, reflecting the government’s commitment to providing adequate facilities for veterans. This project showcases the importance of proper engineering documentation in securing funding through federal grants and addressing local municipal needs within government regulations.
    The document is a construction proposal from the U.S. Department of Veterans Affairs for a project based in Marion, Indiana, focused on improving the sewer system and water loop within the campus. The proposal includes engineering plans drawn by Viridian Architectural Design, Inc., detailing the various construction phases, site layouts, and compliance requirements. It outlines the necessity for the installation of new concrete and asphalt pavements, landscaping with permanent seeding, and enhancements to existing curbs and gutters. Key points include adherence to local regulations, the requirement for securing new concrete to existing structures, and the implementation of safety measures during construction such as infection control protocols. The coordination involves significant site work while ensuring compatibility with existing infrastructure. The proposal highlights the government's commitment to modernizing its facilities to enhance service delivery while maintaining strict safety and environmental standards throughout the construction process. This project exemplifies federal initiatives to upgrade essential infrastructure for the veteran community.
    The VAAR 852.219-75 outlines the requirements for compliance with limitations on subcontracting for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) by the Department of Veterans Affairs. The contractor certifies adherence to specific percentage limitations based on the contract type: 50% for service contracts, 85% for general construction, and 75% for special trade construction. Subcontracting to non-certified businesses must not exceed these thresholds, and any violations can result in severe penalties, including fines and potential prosecution. The offeror must submit documentation for compliance review, which can be requested by contracting officers. The certification must be completed and returned with the proposal; failure to do so will render the offer invalid. This document emphasizes the importance of supporting small businesses owned by veterans and ensures that contracts are awarded and maintained in alignment with federal regulations aimed at fostering economic opportunities for these groups.
    The document outlines the construction project led by Viridian Architectural Design, Inc. for the U.S. Department of Veterans Affairs, focusing on improving the sewer system and water loop in Marion, Indiana. Significant civil engineering tasks are detailed, including site grading, drainage, and utility adjustments without compromising existing structures. The document specifies adherence to local authorities' traffic control requirements and mandates that contractors verify existing conditions prior to significant works, ensuring project accuracy and safety. Various areas of the campus are identified, with meticulous attention given to proposed elevations, drainage design, and infrastructure modifications. The project, initiated on July 31, 2023, reflects the VA's commitment to enhancing facility capabilities while maintaining operational standards. Comprehensive engineering plans are provided to guide construction, emphasizing the importance of precise engineering practices and regulations in developing effective infrastructural solutions.
    The document outlines a significant civil engineering project aimed at improving the sewer system and water loop for the U.S. Department of Veterans Affairs in Marion, Indiana. Spearheaded by Viridian Architectural Design, Inc., the project includes the installation and upgrade of various sanitary sewers, stormwater management systems, and related infrastructure across multiple campus areas. Key activities involve replacing outdated pipes, constructing new manholes, and enhancing drainage systems, all adhering to VA specifications and local regulations. To ensure successful execution, the project emphasizes field verifications prior to construction, detailed drainage and utility notes specifying material standards, and protocols for traffic control and public safety. Significant consideration is given to existing utilities’ integration, requiring contractors to provide bypass pumping during construction and reconnections to the sewer network. The project's complexity underscores the VA's commitment to enhancing healthcare infrastructure while ensuring compliance with environmental standards. This effort reflects an investment in necessary upgrades to support the facilities' operational efficiency and safety.
    The document outlines the construction project for improving the sewer system and water loop at the Marion, Indiana campus, overseen by the U.S. Department of Veterans Affairs, with Viridian Architectural Design, Inc. as the lead consultant. The project emphasizes adherence to erosion control measures during construction to prevent sediment runoff and protect water quality. It details required practices such as silt fence installation, inlet protection, and the management of concrete washout to ensure environmental compliance. The contractor is responsible for maintaining stable construction entrances and ensuring that all excess soil is disposed of properly, especially concerning potential wetlands. The document serves as a guide for contractors to follow during the project, highlighting the importance of sustainable practices in public works and infrastructure improvements, aligned with regulatory requirements for federal grants and state/local RFPs. This initiative reflects the commitment of the Department of Veterans Affairs to supporting infrastructure that meets modern standards while safeguarding the environment.
    The document outlines a comprehensive project for improving the sewer system and water loop at the Marion Campus of the VA Northern Indiana Healthcare System. The project, initiated on December 21, 2021, includes significant upgrades to site utilities in the eastern and southern parts of the campus. Key tasks entail demolishing old storm and sanitary sewer pipes, extensive trenching for new piping, treating asbestos near underground utilities, and relocating roads. The contractor is responsible for maintaining site safety and coordination with ongoing medical services at the campus. Specific requirements include obtaining OSHA certifications for workers, adhering to VA security protocols, and ensuring minimal disruption to medical and funeral services. The project also encompasses environmental considerations such as restoration of disturbed areas, installation of utility infrastructure, and ensuring all work is completed to VA standards. A detailed phasing plan is required for effective execution, with emphasis on evidence-based monitoring and compliance with existing infrastructure. This project showcases the VA’s commitment to enhancing its facilities while ensuring compliance with safety and environmental regulations.
    The Pre-Award Contractor Safety and Environmental Record Evaluation Form is designed for companies responding to Solicitation # 36C25025B0007. The form requires prospective contractors to submit their OSHA 300 forms detailing safety performance indicators for the years 2021 to 2023, including the number of man hours, cases of work-related injuries, and relevant violation history with OSHA. Contractors must provide an explanation for any serious violations and attach copies of OSHA forms. Additionally, the document requests the contractor's six-digit NAICS Code, the administrator of their Safety and Health Program, and the Experience Modification Rate (EMR) for their insurance. This evaluation form aims to assess the safety and environmental practices of contractors, which is a critical component when considering proposals for government contracts, ensuring compliance with workplace safety regulations and protecting employee welfare. The collection and review of this data directly impact the contractor's eligibility for federal grants and RFPs, underscoring the importance of maintaining safety standards in government-related work.
    This Request for Information (RFI) is issued by the Department of Veterans Affairs for project number 610-21-104, aimed at improving the sewer system and water loop at the VA Northern Indiana Health Care Marion Campus, located at 1700 E. 38th Street, Marion, IN. Contractors are advised to meticulously review the solicitation documents before submitting inquiries. Specific references to relevant specifications or drawings must accompany any questions for the Government to respond appropriately. The communication should be directed to Elizabeth Finley, the Contract Specialist. All responses to this RFI will be made available on SAM.GOV, ensuring transparency and access to information for all prospective contractors. This RFI signifies an early stage of the contracting process, inviting interested parties to seek necessary clarifications to facilitate their proposals for the indicated improvement project.
    The document is an attendance record from a site walk for the Improve Sewer System and Water Loop Project at the VA Northern Indiana Healthcare System in Marion, IN, scheduled for May 15, 2025. It lists participants from various companies, including their names, phone numbers, and email addresses. Notable participants include representatives from Bunn Excavating, Smith Construction, and Environmental Assurance Co.
    Similar Opportunities
    Z1DA--Upgrade Campus Electrical Systems. Project No. 610A4-23-101.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Campus Electrical Systems" project at the VA Northern Indiana Healthcare System in Fort Wayne, Indiana. This project involves the demolition of Building 16 and the installation of a 6,600 square foot addition to Building 1, which will house new electrical distribution equipment, including three 600 kW standby generators, automatic transfer switches, and substations. The estimated construction budget ranges from $10 million to $20 million, with a bid submission deadline set for February 12, 2025, at 10:00 AM EST. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should direct inquiries to Contract Specialist Brian Rosciszewski at Brian.Rosciszewski@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.
    Emergency Sink Holes Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to perform emergency repairs on sink holes at the VA Northern Indiana Health Care facility located in Marion, Indiana. The scope of work includes comprehensive tasks such as asbestos abatement, removal of abandoned steam lines, repair of asphalt, curbs, sidewalks, and landscaping, as well as the replacement of high-pressure steam pipes and associated components. This project is critical for maintaining the safety and functionality of the healthcare facility, particularly as it involves confined space work that requires specific certifications. Interested contractors can reach out to Jeffery D Hairston at Jeffery.Hairston@va.gov for further details regarding this opportunity.
    Z2NZ--CON-NRM 653-23-101 Repair-Replace Campus Sewer and Storm Drain Lines
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the project titled "Repair-Replace Campus Sewer and Storm Drain Lines" at the Roseburg VA Medical Center in Oregon. This project involves extensive general construction work, including the repair and replacement of existing sanitary sewer and storm drain systems, with a focus on maintaining continuous operations at the medical center while adhering to strict safety and environmental regulations. The estimated contract value ranges between $20 million and $50 million, with a performance period of 425 calendar days anticipated to begin after the notice to proceed is issued. Interested contractors should note that the solicitation is expected to be posted around mid-December 2025, and they can direct inquiries to Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341.
    Z1DA--Replace Parking Garage Sprinkler System 583-24-525
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the parking garage sprinkler system at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. This project, designated as 36C25026B0017, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the demolition and replacement of overhead dry fire sprinkler piping and associated components within the underground patient parking garage. The work is critical for ensuring compliance with current fire safety standards and minimizing disruption to the medical center's operations, with construction scheduled to occur outside normal business hours. Interested contractors must submit their bids via email by January 6, 2026, at 10:00 AM EST, and can direct inquiries to Contract Specialist Stacie I. Hill at Stacie.Hill@va.gov or Brian Rosciszewski at brian.rosciszewski@va.gov.
    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.
    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.
    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.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, focusing on critical infrastructure improvements including dam spillway modifications and drainage enhancements. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with Colorado state regulations while modernizing cemetery facilities. Interested bidders must submit their proposals electronically by January 14, 2026, at 2:00 PM EST, with a virtual bid opening scheduled for the same day at 2:15 PM EST. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    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.