Awarded ContractSolicitationService-Disabled Veteran-Owned Small Business Set Aside

Z1DA--PN: 636A6-22-104, Replace Boiler Plant Brine Tank (DM) 2237: 636-26-2-9801-00013

DEPARTMENT OF VETERANS AFFAIRS 36C26326B0007
Total Obligated
$1,364,402
SAM.gov
Current Recipient
BKM CONSTRUCTION LLC LEAVENWORTH
Mar 30, 2026
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs, through Network Contract Office 23, is soliciting bids for the replacement of the Boiler Plant Brine Tank at the VA Central Iowa Health Care System in Des Moines, Iowa, under Project Number 636A6-22-104. This project involves the complete replacement of two brine generation tanks and one existing brine tank with a new poly tank system, requiring contractors to provide all necessary labor, materials, and equipment while adhering to strict safety protocols due to the facility's continuous operation. The estimated contract value ranges between $1,000,000 and $2,000,000, with bids due by December 31, 2025, at 10:00 AM CT; interested parties should direct inquiries to Contract Specialist Jocelyn J Swim at Jocelyn.Swim@va.gov or Angie Frost at Angela.Frost2@va.gov.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z1DA
MAINTENANCE OF HOSPITALS AND INFIRMARIES

Solicitation Documents

27 Files
36C26326B0007 0007.docx
Word118 KBJan 13, 2026
AI Summary
Amendment 0001 to Solicitation 36C26326B0007, VA-VHA-RPOC-2024-0035, for the replacement of a Boiler Plant Brine Tank at Project Number 636A6-22-104, clarifies that the bid due date remains January 15, 2026, at 10:00 AM (CT). This amendment also includes additional late questions received from offerors and the Government's corresponding responses, detailed in the attached
S06 Additional Late Questions and Responses - 2 pages.pdf
PDF126 KBJan 13, 2026
AI Summary
The document, Solicitation Number 36C26326B0007, addresses additional responses to questions regarding the
36C26326B0007 0006.docx
Word114 KBJan 13, 2026
AI Summary
The Department of Veterans Affairs, Network Contracting Office 23, has issued Amendment VA-VHA-RPOC-2024-0035 to Solicitation 36C26326B0007. This amendment extends the bid opening date for Project Number 636A6-22-104,
36C26326B0007 0005.docx
Word26 KBJan 13, 2026
AI Summary
Solicitation 36C26326B0007 from the Department of Veterans Affairs, Network Contracting Office 23, concerning Project Number 636A6-22-104 "Replace Boiler Plant Brine Tank," has been amended. This amendment provides responses to an additional late question received from offerors. Crucially, the bid due date for the solicitation is not extended and remains January 12, 2026, at 11:00 AM (CT). Offerors must acknowledge receipt of this amendment via specified methods to avoid rejection of their offers. The amendment clarifies details regarding the project, which involves replacing a boiler plant brine tank, and maintains the original deadline for bid submissions.
S06 Atch F Wage Determination IA20260071 01.02.26 -6 pages.pdf
PDF1918 KBJan 13, 2026
AI Summary
This SAM.gov General Decision Number IA20260071 provides prevailing wage rates for building construction projects in Polk County, Iowa, effective January 2, 2026. It lists various craft classifications like boilermaker, bricklayer, electrician, ironworker, laborer, painter, plumber, and sheet metal worker, along with their respective hourly rates and fringe benefits. The document details different rate identifiers (Union, Union Average, Survey, State Adopted) and their update mechanisms. It also includes information on Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage for Federal Contractors) and outlines the wage determination appeals process for interested parties to dispute decisions regarding surveys, existing wage determinations, or conformance determinations.
S06 Additional Late Questions and Responses -3 pages.pdf
PDF331 KBJan 13, 2026
AI Summary
This document provides additional responses to questions, RFIs, and clarifications regarding Solicitation Number 36C26326B0007, Project Number 636A6-22-104, which involves replacing a Boiler Plant Brine Tank. Key clarifications include the contractor's responsibility for shoring and bracing methods for the basement wall, confirmation that removable steel bollards must be concrete-filled, and correction that the existing roof structure does not have a metal deck. Excavation depth for ST-3 is estimated at roughly 3 feet, with no shoring necessary. The VA requires as-built drawings to be uploaded via ProCore or Submittal Exchange. Contractors may use 6-foot or 8-foot security fencing and are preferred to attach construction and safety signs to the job trailer. The contractor is responsible for providing construction management software like Submittal Exchange. Regarding the installation of volumetric flow meters and controllers, the contractor can choose between controlling pumps based on float valve position or flow meter logic, with a recommendation to control based on float position and to purchase a packaged system from a vendor.
36C26326B0007 0004.docx
Word26 KBJan 13, 2026
AI Summary
This document is an amendment to Solicitation 36C26326B0007 for the "Replace Boiler Plant Brine Tank" project at the Department of Veterans Affairs. This amendment, dated 01-06-2026, extends the bid opening date to 01-12-2026 at 11:00 AM CST. Key changes include providing additional late questions and government responses, and replacing the previous Wage Determination with a new one dated 01-02-26. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged.
36C26326B0007 0002.docx
Word27 KBJan 13, 2026
AI Summary
The Department of Veterans Affairs, Network Contracting Office 23, issued Amendment 0002 to Solicitation 36C26326B0007. This amendment's primary purpose is to extend the bid opening date for the Project Number 636A6-22-104, which involves replacing the Boiler Plant Brine Tank. The new deadline for the receipt of offers has been extended to January 8, 2026, at 9:00 AM CST. All other terms and conditions of the original solicitation remain unchanged. Offerors are required to acknowledge receipt of this amendment through specified methods to ensure their bids are not rejected.
S06 Atch F Wage Determination IA20240071 12.12.25 -7 pages.pdf
PDF57 KBJan 13, 2026
AI Summary
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.
S06 Building 11 Brine Tank Project - Lead Survey Report - 7 pages.pdf
PDF1539 KBJan 13, 2026
AI Summary
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.
S06 Questions and Responses - Solicitation 36C26326B0007 -3 pages.pdf
PDF272 KBJan 13, 2026
AI Summary
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.
S06 Pre-Bid Sign In Sheet 12.8.25 -1 page.pdf
PDF1459 KBJan 13, 2026
AI Summary
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.
S06 Pre-Bid Site Visit Agenda -2 pages.pdf
PDF186 KBJan 13, 2026
AI Summary
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.
36C26326B0007 0001.docx
Word30 KBJan 13, 2026
AI Summary
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.
S02 Atch F Wage Determination IA20240071 11.21.25 -7 pages.pdf
PDF59 KBJan 13, 2026
AI Summary
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.
S02 Atch E Safety or Environmental Violations and EMR Information - 2 pages.pdf
PDF119 KBJan 13, 2026
AI Summary
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
S02 Atch D VAAR 852.219-75 Limitations on Subcontracting Certificate of Compliance - 2 pages.pdf
PDF176 KBJan 13, 2026
AI Summary
This government file, VAAR 852.219-75, outlines the Department of Veterans Affairs' (VA)
S02 Atch C Specifications - 608 pages.pdf
PDF2774 KBJan 13, 2026
AI Summary
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.
S02 Atch B Drawings - 31 pages.pdf
PDF22963 KBJan 13, 2026
AI Summary
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.
S02 Atch A SOW - 4 pages.pdf
PDF129 KBJan 13, 2026
AI Summary
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.
S06 Late Questions and Responses - Solicitation 36C26326B0007 -1 page.pdf
PDF152 KBJan 13, 2026
AI Summary
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
S06 Building 11 Brine Tank Project - Pre-Renovation Asbestos Survey Report -22 pages.pdf
PDF2725 KBJan 13, 2026
AI Summary
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.
S06 Additional Late Questions and Responses -1 page.pdf
PDF137 KBJan 13, 2026
AI Summary
This document contains additional responses to questions regarding Solicitation Number 36C26326B0007, Project Number 636A6-22-104, for the replacement of a Boiler Plant Brine Tank. A key clarification addresses the installation of a new fire sprinkler system. The answer directs the contractor to follow specific paragraphs and notes in the specifications and drawings, emphasizing that the new fire suppression system must be installed, tested, and activated prior to removing the existing system in Phase 3. It clarifies that "adjacent to" does not mean "next to" and allows for flexibility in the new sprinkler system layout, requiring the contractor to develop their own design and calculations. Additionally, the document clarifies that no blast doors are required for the project, despite an initial suggestion in the statement of work.
36C26326B0007 0003.docx
Word26 KBJan 13, 2026
AI Summary
Solicitation 36C26326B0007 for the "Replace Boiler Plant Brine Tank" project at the Department of Veterans Affairs, Network Contracting Office 23, has been amended. This amendment, dated 11-26-2025, provides responses to additional late questions received from offerors/bidders. Crucially, the bid due date for offers remains unchanged: January 8, 2026, at 9:00 AM (CT). Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter/electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may lead to the rejection of offers. The amendment includes an attachment titled "S06 Additional Late Questions and Responses" on page 2 of 2.
36C26326B0007_1.docx
Word132 KBJan 13, 2026
AI Summary
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.
S06 Additional Late Question and Response -1 page.pdf
PDF124 KBJan 13, 2026
AI Summary
The document addresses a contractor's concern regarding the fire sprinkler system replacement for Solicitation Number 36C26326B0007, Project Number 636A6-22-104 "Replace Boiler Plant Brine Tank." The contractor proposed a piece-by-piece replacement due to space constraints and the inability to isolate the existing system. The government's initial response referenced specifications requiring the new system to be installed, tested, and activated before removing the old one, with a brief impairment during Phase 3 for cutover. It clarified that "adjacent to" does not mean "next to" and the new layout is not limited to the drawing. The contractor reiterated the practical difficulties of the proposed approach. The government maintained that routing a new line adjacent to the existing system is feasible and adequate coverage can be achieved with new calculations. It also stated that a change order under FAR 52.236-2 Differing Site Conditions would be considered if inadequate space is determined during construction.
36C26326B0007.docx
Word29 KBOct 31, 2025
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedOct 31, 2025
amendedAmendment #1· Description UpdatedDec 22, 2025
amendedAmendment #2· Description UpdatedDec 30, 2025
amendedAmendment #3· Description UpdatedDec 31, 2025
amendedAmendment #4· Description UpdatedJan 6, 2026
amendedAmendment #5· Description UpdatedJan 8, 2026
amendedLatest Amendment· Description UpdatedJan 13, 2026
deadlineResponse DeadlineJan 15, 2026
awardAwarded to BKM CONSTRUCTION LLC LEAVENWORTHMar 30, 2026
expiryArchive DateMar 11, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 23 (36C263)

Point of Contact

Contract Specialist
Jocelyn J Swim

Place of Performance

Des Moines, Iowa, UNITED STATES

Official Sources