Z1DA--658-26-123 Replace Fire Pump Controller
ID: 36C24626Q0205Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs, Network Contracting Office 6, is seeking qualified contractors to replace the fire pump controller and associated equipment at the Salem VA Medical Center in Virginia. This project involves the removal of old equipment and installation of new components, including a jockey pump, to ensure compliance with NFPA 20, NFPA 101, and VA safety standards. The work is critical for maintaining operational safety and efficiency within the medical facility, with a performance period of 60 calendar days and specific requirements for coordination with VA departments to minimize disruption to patient care. Interested parties must submit their qualifications, including relevant experience and company information, to Contracting Officer Daniel Spaulding at daniel.spaulding@va.gov by December 10, 2025, at 05:30 PM Eastern Time.

    Point(s) of Contact
    Daniel SpauldingContracting Officer
    757-722-9961 x87144
    daniel.spaulding@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office 6, has issued a Sources Sought Notice (SOLICITATION NUMBER: 36C24626Q0205) to identify potential sources for construction services. The project, titled "658-26-123 Replace Fire Pump Controller," involves replacing the fire pump controller, jockey pump, and associated components in Building 143 at the Salem VA Medical Center in Salem, VA. This upgrade is necessary to ensure compliance with NFPA 20, NFPA 101, and VA safety and operational standards. Responses are due by December 10, 2025, at 05:30 PM Eastern Time. Interested companies must submit a summary of relevant experience (at least three similar projects within the last five years), company contact information, SAM.gov UEI number, and socioeconomic status to daniel.spaulding@va.gov. This notice is for market research purposes only and is not a request for proposals.
    This government file outlines the comprehensive Quality Control (QC) program requirements for contractors, focusing on federal government RFPs, grants, and state/local RFPs. The QC program mandates the establishment and maintenance of an effective QC system, including a dedicated QC Manager, a detailed QC plan, and adherence to a three-phase control process (preparatory, initial, and follow-up) for all definable features of work. Key aspects include strict submittal and testing procedures, with requirements for accredited laboratories and specific certifications. The document also details various inspections (punch-out, pre-final, and final acceptance) and extensive documentation protocols, such as daily CQC Reports and as-built drawings. Non-compliance can lead to stop-work orders, emphasizing the critical role of quality assurance in government projects.
    The document, "SECTION 01 35 26 SAFETY REQUIREMENTS," outlines comprehensive safety protocols for government construction projects, integrating federal, state, and local regulations. It mandates an Accident Prevention Plan (APP) and Activity Hazard Analyses (AHAs) for all work, emphasizing the Prime Contractor's role as the "controlling authority" for safety. Key requirements include designating a Site Safety and Health Officer (SSHO) and Competent Persons (CPs) with specific training (OSHA 10-hour for workers, 30-hour for CPs/SSHOs), daily inspections, and detailed accident reporting. The document also provides strict guidelines for personal protective equipment (PPE), infection control (especially in medical facilities), fire safety, and specialized work such as electrical, scaffolding, excavation, and ladder use. All plans, training records, and analyses must be submitted for approval before work commences, with non-compliance leading to work stoppage. The overarching goal is to ensure a safe and healthful work environment, minimize hazards, and maintain regulatory compliance.
    This document outlines the Department of Veterans Affairs' requirements for temporary environmental controls at the Salem, VA, Medical Center. It details specifications for controlling environmental pollution and damage to air, water, and land resources, including managing visual aesthetics, noise, solid waste, radiant energy, and radioactive materials. The contractor must submit an Environmental Protection Plan within 20 days of a meeting with the Contracting Officer’s Representative, detailing personnel responsibilities, training, applicable laws, protection methods for various resources, and waste disposal procedures. The plan also requires an Erosion Control Plan and Environmental Monitoring Plans. The document emphasizes protecting land resources from damage, minimizing soil exposure, controlling erosion and sedimentation, and properly managing spoil areas and waste. It also covers preventing water pollution from construction activities, protecting fish and wildlife, minimizing air pollution (particulates, hydrocarbons, odors), and reducing noise levels with specific decibel limitations and mitigation measures for various equipment. The contractor is responsible for restoring any damaged property and ensuring a clean construction area upon project completion.
    This document outlines the Department of Veterans Affairs' requirements for construction waste management at the Salem, VA Medical Center, emphasizing minimization of landfill disposal and maximization of salvage, recycling, and reuse. Contractors must develop and implement a Waste Management Plan, aiming for a minimum 30% diversion rate for construction and demolition waste. The plan details procedures for waste minimization, material handling (on-site separation, off-site transportation), and the identification of approved recycling and disposal facilities. Specific waste categories, including soil, concrete, wood, metals, and plastics, must be diverted from landfills. The contractor is responsible for all aspects of waste management, including providing necessary containers, ensuring proper separation, and adhering to all local, state, and federal regulations. Records must be maintained to document waste quantities generated, diverted, and disposed of, with monthly and final reports submitted to the COR.
    The VA Healthcare System in Salem VAMC requires a contractor for repainting handrails and ramps, including site preparation and demolition. The project emphasizes strict safety and security protocols, requiring contractor and subcontractor employees to comply with VA security management, obtain badges, and undergo inspections. A security plan, key control, and sensitive document handling procedures are mandatory. Contractors must manage operations to minimize interference with the Medical Center's functioning, particularly concerning utility services and patient care. A detailed warranty management plan is required, outlining responsibilities, warranty items, and response times for repairs, categorized by priority codes. The contractor is responsible for temporary facilities, roadway use, utility conservation, and environmental protection, including NPDES permit compliance. As-built drawings and adherence to specific standards for temporary electrical and mechanical equipment are also critical. The project aims to ensure safety, operational continuity, and quality control within a healthcare environment.
    This DRAFT Statement of Work outlines the replacement of the Fire Pump Controller, Jockey Pump, and associated components in Building 143 at the Salem VA Medical Center. The project ensures compliance with NFPA 20, NFPA 101, and VA safety standards. The contractor is responsible for removing old equipment, installing new controllers and a 60 GPM jockey pump, reconnecting electrical service, and wiring to the fire alarm panel, all within two consecutive shifts. Technical specifications require digital readouts, a USB port, surge arrestors, and OS&Y type valves. Contractors must be licensed, experienced, and provide references for similar projects. Submittals include cut sheets, as-built drawings, and warranty documentation. Startup must be by a factory-authorized representative and witnessed by the COR and Commissioning Agent. All work requires coordination with VA departments, with utility shutdowns needing two weeks' notice and patient-affecting work scheduled off-hours. The government provides no equipment. The project has a 60-calendar-day performance period, with system outages completed in two consecutive shifts. Invoicing is via the VA e-Invoice System. The COR oversees technical compliance, and a Quality Assurance Surveillance Plan will be used. Work hours are Mon-Fri, 7:45 AM - 4:30 PM, and personnel require a VA badge but no full background check.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Building 16 HVAC" project at the Salem VA Medical Center in Virginia, with a focus on upgrading the HVAC systems in the facility. The project entails the replacement of existing air handling units and associated modifications, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict safety and operational protocols due to the facility's ongoing medical operations. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $500,000 and $1,000,000, with bids due by January 6, 2026, and a mandatory pre-bid conference scheduled for December 2, 2025. Interested contractors should contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov for further details.
    W012--6-Month Diesel-Powered Mobile Pump Rental
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking proposals for a 6-month rental of a diesel-powered mobile fire pump for the C.W. Bill Young VA Medical Center. The required pump must deliver a flow rate of 2000 gallons per minute, operate independently for 12 hours on its diesel supply, and include remote monitoring capabilities, with the contractor responsible for installation and compliance with NFPA testing standards. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the commitment to supporting veteran entrepreneurs. Interested parties should note that the deadline for submitting proposals has been extended to December 12, 2025, at 4:30 PM EST, and inquiries must be submitted by November 11, 2025, at 12:30 PM EST; for further information, contact Lakiesha S Anderson at Lakiesha.Anderson@va.gov.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Buyer not available
    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.
    Z1DA--RENOVATE SWING SPACE BLDG 143
    Buyer not available
    The Department of Veterans Affairs is conducting market research for the renovation of Swing Space Building 143 at the Salem VA Medical Center, identified as project 36C24626Q0185. The objective is to transform existing shell space into seventeen new cubicle workstations, which involves modifications to fire alarm, sprinkler, electrical, telecommunication, and HVAC systems, along with the installation of new interior finishes. This renovation is crucial for providing temporary workstations for employees displaced due to ongoing construction activities. Interested firms are invited to submit their capability information by December 10, 2025, to Chanel Johnson at Chanel.Johnson@va.gov, as this is a Sources Sought Notice and not a solicitation.
    4210--FIRE EXTINGUISHER- REPLACEMENT AND INSTALLATION
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is soliciting bids for the replacement and installation of fire extinguishers at the Hampton VA Medical Center in Virginia. The project involves providing and installing various types of fire extinguishers, including 10 ABC, 5 ABC, and 2.5 non-magnetic de-ionized water extinguishers, along with necessary installation services, bar code labeling, inspection tags, safety seals, and database updates to ensure compliance with safety regulations. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance the safety measures within the facility. Quotes are due by December 10, 2025, at 11 AM EST, and interested vendors should submit their proposals via email to Contract Specialist Yanique WilliamsChin at yanique.williamschin@va.gov.
    Y1DA-- 630A4-26-404 Sewage Ejector Pump replacement
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for the replacement of sewage ejector pumps at the James J. Peters VA Medical Center in Bronx, NY, under Solicitation Number 36C24226Q0095. The project entails the complete replacement of two sewer ejector pumps, installation of associated components, and site cleanup, with a performance period of 90 calendar days from the Notice to Proceed. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $100,000 and $250,000, emphasizing compliance with the Buy American Act and subcontracting limitations. Interested contractors must attend a mandatory site visit on November 24, 2025, and submit their offers by December 9, 2025, at 11:00 AM EST, with inquiries directed to Contracting Officer Charlie Augustin at charlie.augustin@va.gov.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Buyer not available
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    Seattle VA Portable Fire Extinguisher Maintenance Service
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers at the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia. The procurement includes monthly, annual, and six-year inspections, as well as a 12-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This contract is crucial for maintaining safety standards within the facilities, and it has a base period from January 15, 2026, to January 14, 2027, with four one-year option periods extending through January 14, 2031. Interested parties should contact Michael J Borelli at Michael.Borelli@va.gov, and note that the response deadline has been extended to December 16, 2025.
    J030--Request for Quote Emergency Generator Repairs Baltimore VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to perform emergency generator repairs at the Baltimore VA Medical Center. The procurement involves corrective maintenance on six Cummins Allison diesel generators, requiring restoration to original equipment manufacturer (OEM) standards, including repairs to leaks, exhaust systems, and fuel pumps, while adhering to NFPA, EPA, and OSHA regulations. This contract is crucial for maintaining reliable emergency power infrastructure at the facility, ensuring compliance with safety and operational standards. Interested parties must submit their quotes by December 22, 2025, at 13:00 Eastern Time, and can direct inquiries to Contract Specialist Patricia Thai at Patricia.Thai@va.gov.