Z1DA--PN: 636A6-22-104, Replace Boiler Plant Brine Tank (DM) 2237: 636-26-2-9801-00013
ID: 36C26326B0007Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs, through the Network Contracting 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. This project, identified as PN: 636A6-22-104, involves the replacement of two existing brine generation tanks and one brine tank with a new poly tank system, requiring comprehensive construction services, including demolition, installation, and adherence 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, and a formal site visit scheduled for December 8, 2025. Interested contractors should contact Contract Specialist Jocelyn J Swim at Jocelyn.Swim@va.gov for further details.

    Point(s) of Contact
    Josie SwimContract Specialist
    (612) 467-4542
    jocelyn.swim@va.gov
    Files
    Title
    Posted
    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.
    Similar Opportunities
    Z1DA--Renovate Dialysis PN: 636A8-24-001 Iowa City, IA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of the Dialysis Clinic at the Iowa City VA Medical Center, under Project Number 636A8-24-001. The primary objective of this project is to prepare a temporary dialysis clinic and subsequently renovate 5,000 square feet of the existing facility, ensuring that all construction activities do not disrupt daily operations at the medical center. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction value between $5 million and $10 million, with an Invitation for Bid (IFB) expected to be issued around November 10, 2025. Interested bidders must contact Contracting Officer Calvin L. Courtney at calvin.courtney@va.gov for further inquiries and ensure they are registered in the System for Award Management (SAM) database.
    Z1DA--550-26-120 Emergent South Water Tower Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the emergent repairs of the South Water Tower under Project 550-26-120. The project involves extensive repair work on a 200,000-gallon multi-column elevated water storage tank, including tasks such as installing safety devices, replacing components, and ensuring compliance with health and safety regulations. This procurement is critical for maintaining uninterrupted operations at the VA Illiana Health Care System in Danville, IL, and ensuring the water tower meets operational standards. Interested contractors must submit their bids by December 10, 2025, at 12:00 PM CST, and can direct inquiries to Contract Specialist Amber Jendrzejek at Amber.Jendrzejek@va.gov.
    Y1EB--Project 512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD 21218-2100
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, demolition of existing structures, and installation of mechanical, plumbing, electrical, and fire protection systems, with an estimated construction cost between $20 million and $50 million. The initiative is crucial for modernizing the VA Medical Center's infrastructure and ensuring compliance with safety and regulatory standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit proposals by January 27, 2026, at 10:00 AM EST, and are encouraged to attend a mandatory site visit on December 9, 2025, at 10:00 AM EST. For inquiries, contact Contracting Officer Liana J Holland at Liana.Holland@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.
    Z1DA--531-24-104 | Replace HVAC B23-B45 - Construction
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a construction project to replace HVAC systems in Buildings 23 and 45 at the Boise VA Medical Center in Idaho. The project involves significant upgrades, including the replacement of fan coil units and fin tube radiators, installation of heat exchangers, pumps, and valves to create a closed heating loop, and the utilization of raw geothermal water for heating. This total small business set-aside contract, valued between $500,000 and $1,000,000, has a performance period of 180 calendar days, with proposals due by December 8, 2025, at 12:00 PM (MST). Interested contractors should contact Alan Perez at Alan.Perez@va.gov or 360-690-1832 for further details.
    Z1DA--657-24-109JB, Replace hot water generators in B53, B51, & B24
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace hot water generators in Buildings 24, 51, and 53 at the St. Louis Jefferson Barracks VA Medical Center. This project, identified as 657-24-109JB, involves extensive general construction, mechanical, plumbing, and electrical work, including the demolition of existing systems and installation of new semi-instantaneous steam-to-water generators. The contract, valued between $500,000 and $1,000,000, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, with a performance period of 365 calendar days. Proposals are due by December 8, 2025, and must be submitted electronically, with additional requirements including active SAM and VetCert registrations. For further inquiries, interested parties may contact Contract Specialist Tonesha Y King at tonesha.king@va.gov.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Buyer not available
    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.
    Y1DA--561A4-26-503 Replacement Coils for Buildings 4,53,54,57,135,143
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of chilled water and steam coils in various buildings at the VA New Jersey Healthcare Systems Lyons Campus. This project, identified as Solicitation Number 36C24226B0022, involves the furnishing and installation of Original Equipment Manufacturer (OEM) coils, along with the installation of VA-provided coils, across buildings 4, 52, 54, 57, 135, and 143. The work is critical for maintaining the HVAC systems within these facilities, ensuring optimal performance and compliance with health standards. The estimated cost for this project ranges from $250,000 to $500,000, with a performance period of 90 calendar days following the Notice to Proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must register in SAM.gov and veterans.certify.sba.gov, with the official solicitation expected to be released around December 12, 2025. For further inquiries, contact Contract Officer Lateisha Robinson at Lateisha.Robinson@va.gov or (718) 584-9000 ext 4334.
    PN: 636A8-24-003, Correct Lightning Protection and Grounding
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Project Number 636A8-24-003, titled "Correct Lightning Protection and Grounding," aimed at upgrading the lightning protection systems across various buildings at the Iowa City VA Health Care System. The project involves the removal of outdated lightning protection components and the installation of new systems compliant with Underwriters Laboratory (UL) standards, ensuring enhanced safety and reliability for the facility. With an estimated construction cost between $1,000,000 and $2,000,000, the contract requires adherence to federal regulations, including wage determinations and safety protocols, with proposals due by December 30, 2025, at 10:30 AM CT. Interested parties should direct inquiries to Contracting Officer Angie Frost at Angela.Frost2@va.gov or call 651-293-3070.
    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.