Solicitation 36C26326B0007 for the Department of Veterans Affairs, Network Contracting Office 23, has been amended. This amendment, dated December 22, 2025, addresses changes related to the "Replace Boiler Plant Brine Tank" project. Key updates include providing a meeting agenda for the pre-bid site visit, a list of attendees, and government responses to timely and late questions, which encompass a lead survey report and an asbestos survey report. Additionally, the wage determination dated November 21, 2025, has been replaced with a revised version dated December 12, 2025. The bid due date remains December 31, 2025, at 10:00 AM (CT). All terms and conditions of the original solicitation remain in effect.
The Department of Veterans Affairs (VA) Network Contracting Office 23 has issued solicitation 36C26326B0007 for the "Replace Boiler Plant Brine Tank" project at the Des Moines VA Medical Center. This is a Firm-Fixed-Price construction contract set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, with an estimated value between $1,000,000.00 and $2,000,000.00. The project requires contractors to provide all labor, materials, tools, and equipment to replace two brine generation tanks and one brine tank with a soft water system. Bids are due by December 31, 2025, at 10:00 AM CT, and a formal site visit is scheduled for December 8, 2025. Key requirements include a bid guarantee, various certifications (e.g., Buy American, Iran Sanctions), and registration in SAM and CPARS. Bidders must also provide information on responsibility matters and adhere to specific submission guidelines, including email delivery and attendance at a teleconference bid opening.
The Department of Veterans Affairs (VA) is issuing a presolicitation notice for a Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside Invitation for Bid (IFB) to replace the Boiler Plant Brine Tank at the Des Moines VA Medical Center in Iowa. The project, estimated between $1,000,000 and $2,000,000, falls under NAICS code 236220. Bidders must be certified SDVOSBs in the SBA database. The work includes replacing existing brine tanks with poly tanks, general construction, alterations, site restoration, and cleanup, with a 365-calendar day performance period. The IFB is expected to be issued on or after November 20, 2025, and will be available on SAM.gov.
This Statement of Work outlines the replacement of the Boiler Plant Brine Tank system at the VA Central Iowa Health Care System in Des Moines. The project, under NAICS code 236220, requires the contractor to provide all supervision, labor, equipment, and materials to replace two brine generation tanks and one existing brine tank in Building 11 with a new poly tank system. Key tasks include removing and repairing walls, replacing the concrete cap and support structure, updating pipes, pumps, valves, plumbing, sprinkler heads, the control system, and specific water feed bypass and isolation valves. The contractor is responsible for demolition, disposal, and maintaining medical center operations 24/7, requiring detailed work plans and coordination for any service interruptions. The project has a 365-day performance period, with a schedule due 45 days from Notice to Proceed. The contractor must adhere to strict safety, conduct, and reporting requirements, including providing a dedicated on-site superintendent and a Site Safety and Health Officer (SSHO) with no dual duties. All personnel require OSHA safety certifications. Progress meetings, construction management software (ProCore or Submittal Exchange), and detailed as-built drawings are also mandatory. A pre-bid meeting is encouraged, but all questions must be submitted as RFIs through the Contracting Officer.
This government file outlines the "Replace Boiler Plant Brine Tank" project at the VA Central Iowa Health Care System in Des Moines, IA. The project, identified by VA Project Number 636A6-22-104 and Project Number 17987, involves a phased approach to replace existing brine tanks and associated equipment. The scope includes structural demolition, installation of new poly brine tanks, redundant pumps, and a new day tank, along with volumetric flow meters and control valves for the resin bead system. A key component of the project is a detailed Infection Control Risk Assessment (ICRA) and a six-phase construction plan, ensuring dust containment, negative air pressure, and adherence to safety protocols in patient-adjacent areas. The document also provides a comprehensive list of architectural abbreviations and general construction notes, emphasizing coordination, safety, and compliance with all relevant codes and standards.
The government file details the "Replace Boiler Plant Brine Tank" construction project (636A6-22-104) for the VA Central Iowa Health Care System, scheduled for April 24, 2025. This project involves replacing two existing brine generation tanks and one brine tank with a soft water system utilizing free-standing poly tanks. The scope includes general construction, alterations, site work, temporary equipment, and strict adherence to safety and security protocols, especially given the Medical Center's 24/7 operation. The project is divided into six phases, covering the installation of temporary brine tanks, demolition of existing structures, installation of new tanks and pumps, system commissioning, and site restoration. Key personnel, including Civil, Structural, Architect, Mechanical/Plumbing, and Electrical Engineers, are certified for the project. The document emphasizes rigorous quality control, waste management, environmental protection, and a comprehensive warranty management plan, ensuring minimal disruption to hospital operations and compliance with federal regulations.
This government file, VAAR 852.219-75, outlines the Department of Veterans Affairs' (VA)
The document outlines requirements for bidders/offerors to submit safety and environmental records, including past violations and current Experience Modification Rate (EMR) information, as part of the initial Determination of Responsibility for government contracts. Bidders must disclose serious, repeat, or willful OSHA or EPA violations within the last three years. They are also required to provide their EMR from their insurance carrier on letterhead. If the EMR is above 1.0, a written explanation from the insurance carrier is needed, detailing reasons and anticipated reduction dates. Self-insured contractors or those unable to provide EMR on insurance letterhead must obtain a rating from NCCI or their state's worker’s compensation insurance rating bureau. If NCCI cannot issue an EMR due to lack of insurance history, a letter from the insurance carrier and an NCCI Unity Rating of 1.0 are required. This information, along with government system data, will be used for responsibility determinations, and the requirement applies to all subcontracting tiers. The document also includes a
This government file, General Decision Number: IA20250071, issued on November 21, 2025, outlines prevailing wage rates and fringe benefits for building construction projects in Polk County, Iowa. It specifically excludes single-family homes and apartments up to four stories. The document details minimum wage requirements under Executive Orders 14026 ($17.75 per hour for contracts entered into on or after January 30, 2022) and 13658 ($13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022), with annual adjustments. It also includes information on Executive Order 13706, which mandates paid sick leave for federal contractors. The file lists various construction classifications such as Boilermaker, Electrician, Elevator Mechanic, Ironworker, and Painter, along with their respective hourly rates and fringe benefits for 2025. It also provides guidance on wage determination appeals, including contact information for the WHD Branch of Wage Surveys and the WHD Branch of Construction Wage Determinations, and procedures for review and reconsideration by the Wage and Hour Administrator and appeal to the Administrative Review Board. The document serves as a crucial reference for contractors to ensure compliance with federal labor standards on covered projects.
The General Decision Number IA20250071 outlines prevailing wage rates and fringe benefits for building construction projects in Polk County, Iowa, excluding single-family homes and apartments up to four stories. This document, last modified on December 12, 2025, details rates for various trades, including boilermakers, bricklayers, electricians, elevator mechanics, power equipment operators, ironworkers, laborers, painters, cement masons, pipefitters, plumbers, roofers, sprinkler fitters, and sheet metal workers. It also includes specific provisions from Executive Orders 13706 and 13658, addressing paid sick leave and minimum wage for federal contractors. The document provides instructions on how to interpret rate identifiers (Union, Union Average, Survey, State Adopted) and outlines the appeals process for wage determinations, directing inquiries to the Wage and Hour Division of the U.S. Department of Labor.
Landmark Environmental, LLC conducted lead-based paint (LBP) testing at the Des Moines VA Central Iowa Health Care System as part of a renovation project (636A6-22-104 Building 11 Replace Boiler Plant Brine Tank). The testing, performed on August 21, 2024, focused on areas impacted by the project. Of 47 painted surfaces tested, 27 exceeded the OSHA guideline of 0.0 mg/cm2, and 9 surpassed the EPA/HUD level of 1.0 mg/cm2. Notably, a yellow paint on a metal gas pipe in the Pump Room showed 5.2 mg/cm2, and black paint on a metal ladder in Room 002 registered 5.9 mg/cm2. The report emphasizes that contractors must assess potential lead dust or fume generation and ensure airborne lead concentrations do not exceed OSHA's action level or permissible exposure limit. An X-Ray Fluorescence field portable analyzer (SciAps X550-Pb) was used for the inspection. The report serves as a general guide for OSHA compliance.
Landmark Environmental, LLC conducted a pre-renovation asbestos survey for Anderson Engineering at the VA Central Iowa Health Care System in Des Moines, Iowa. The project, titled “636A6-22-104 Building 11 Replace Boiler Plant Brine Tank,” focused on areas impacted by the renovation. The survey, performed on August 21, 2024, involved collecting 13 bulk samples, which were then analyzed as 14 individual layer samples by EMSL Analytical, Inc. The laboratory results indicated no suspect building materials contained asbestos. However, electrical wiring and panels were not sampled due to operational status, and a complete destructive survey was not possible. Any suspect materials encountered during renovation in these un-sampled areas should be assumed to contain asbestos and handled by licensed professionals. The report emphasizes that quantities provided are estimates and must be verified by bidding contractors.
This document addresses questions and clarifications for Solicitation Number 36C26326B0007, Project Number 636A6-22-104, focusing on replacing the Boiler Plant Brine Tank. Key clarifications include the use of
The document is a sign-in sheet for a pre-bid site visit for Solicitation Number 36C26326B0007, Project Number 636A6-22-104, titled "Replace Boiler Plant Brine Tank." The visit took place on December 8, 2025, at 1:00 PM CT. Attendees included representatives from various organizations such as VACIHES, VA, Bkm construction, Estes Construction, Fontaine Consulting, Mark VII Enterprises Inc, Bristen Construction, Ahera Fire Protection, and Air.Con Mechanical. This sign-in sheet serves as a record of interested parties and potential bidders for the project, indicating a crucial step in the government's procurement process for infrastructure replacement.
The document outlines the pre-bid site visit agenda for Solicitation Number 36C26326B0007, Project Number 636A6-22-104, which involves replacing the Boiler Plant Brine Tank. This is a 100% SDVOSB Set-Aside, restricting competition to verified Service-Disabled Veteran-Owned Small Businesses. The project's magnitude is estimated between $1,000,000 and $2,000,000, with a performance period of 365 calendar days. Mandatory requirements include bid, payment, and performance bonds, adherence to FAR 52.222-6 Wage Rate Requirements, and a formal Limitations on Subcontracting certification. All questions must be submitted via email by December 15, 2025, at 1:00 PM (CT), and the proposal due date is December 31, 2025, at 10:00 AM (CT). Failure to comply with mandatory certifications, such as the Limitations on Subcontracting, will render an offer ineligible for evaluation and award.
The document addresses questions and clarifications for Solicitation Number 36C26326B0007, Project Number 636A6-22-104, concerning the replacement of a Boiler Plant Brine Tank. Key clarifications include the unavailability of original fire protection as-built drawings, requiring field verification and NFPA 13-compliant plans for the renovated area. Bid bonds are for general contractors only, and Johnson Controls monitors the VA Fire Alarm system. Housekeeping pads will receive a high-performance coating, while the surrounding floor will not. The Quality Control Manager (QCM) and Superintendent can be the same person, as can the CQC System Manager and Project Superintendent, both roles allowing for collateral duties. However, the Safety and Health Officer (SSHO) must be a separate, dedicated individual with no other duties. The VA will not provide sales tax-exempt forms. The fire suppression system within construction limits must remain active throughout the project, with only a brief impairment during Phase 3 for cutover. Portable fire extinguishers are supplementary and not a substitute for the active suppression system.