The Department of Veterans Affairs (VA) Network Contracting Office 8 (NCO 8) has issued Solicitation Number 36C24826R0056, a Request for Proposal (RFP) for construction services at the James A. Haley Veteran's Hospital in Tampa, FL. The project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to install a new water monitoring system to ensure compliance with VA Directive 1061. This system will centrally monitor all incoming water sources and building supply connections, tracking data for real-time and historical analysis of water temperature, pressure, and chemistry. The estimated magnitude of construction is between $500,000.00 and $1,000,000.00, with a contract performance period of 180 calendar days after the Notice to Proceed. Proposals are due by January 16, 2026, at 10:00 AM EST, and require separate technical and price proposals. Technical proposals will be evaluated on specialized experience and capability, schedule, and past performance, with all technical factors combined being more important than price. A site visit is scheduled for December 17, 2025, and contractors must be actively registered in SAM.gov. The RFP also details requirements for bid guarantees, payment and performance bonds, compliance with Davis Bacon Wage Determinations, and adherence to various FAR and VAAR clauses, including those related to Buy American, security prohibitions, and information security.
The document provides location details for the FMS/Engineering Building, situated at 2702 E 131st, Tampa, FL 33612. It specifies parking areas, including a non-paved side, and notes a bus stop next to the FMS building on the second floor. This information is crucial for logistical planning and accessibility, likely for visitors, contractors, or personnel involved in federal government RFPs, grants, or state/local RFPs, ensuring efficient navigation to the facility and its amenities.
The bid documents for Project Number 673-23-107 outline the installation of a continuous water quality monitoring system at the James A. Haley VA Hospital in Tampa, FL. This project, dated April 30, 2025, requires the installation of water monitoring devices at various locations across the campus, including backflow preventers, new elevated storage tanks, and within several buildings (e.g., Building 1, 32, 38, 39, 52, 54, 100). The monitoring system will utilize both Nano Monitor Units and Pipe Scan Monitor Units, wirelessly communicating via the campus intranet to a Domestic Water Monitoring Display in the Plumbing Department and accessible via desktop PCs and cell phones. The project emphasizes adherence to applicable local, state, and national codes, VA standards, and manufacturer recommendations for all plumbing and electrical work. Contractors are responsible for obtaining permits, coordinating with other trades, and ensuring sufficient access for maintenance. Electrical work includes specific requirements for wiring, conduit systems, grounding, and safety protocols, with an emphasis on detailed documentation and adherence to NEC and NESC standards.
The AE Install Continuous Water Quality Monitoring for Legionella Directive project at the James A. Haley VAMC in Tampa, FL, aims to install continuous water quality monitoring and electrical support systems for Legionella detection across the campus. The project, detailed in bid documents and specifications, includes general requirements, safety protocols, and specific technical divisions like electrical and integrated automation. Key aspects cover site preparation, demolition, material furnishing, and adherence to VA security, safety, and waste management procedures. The contractor must develop a Critical Path Method (CPM) schedule, provide detailed submittals for VA review, and ensure all work complies with extensive warranty and testing requirements. The project emphasizes maintaining hospital operations, managing sensitive information, and restoring disturbed areas to their original condition, culminating in comprehensive documentation and staff training.
This document, a site plan updated on June 22, 2023, outlines Project 673-23-107, which involves installing continuous water quality monitoring for Legionella directive compliance. The project's main purpose is to ensure adherence to regulations concerning Legionella, a bacterium that can cause severe respiratory illness. By implementing continuous monitoring, the project aims to proactively manage water quality and mitigate potential health risks, aligning with federal government efforts to ensure public health and safety. This initiative is likely part of a broader federal or state program focused on environmental health and safety within government facilities or federally funded projects.
The VAAR 852.219-75 clause outlines limitations on subcontracting for VA contracts, ensuring that certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) perform a significant portion of the work. For services (excluding construction), contractors cannot pay more than 50% of the government-paid amount to non-certified firms. General construction contracts have an 85% limit, and special trade construction contracts have a 75% limit, with material costs excluded from these calculations. Offerors must certify compliance with these limitations, acknowledging that false certifications can lead to severe penalties, including criminal prosecution and fines. The VA reserves the right to review documents to verify compliance, and failure to cooperate can result in remedial action. This certification is a mandatory part of the offer, and failure to provide it will render the offer ineligible for award.
This government solicitation seeks a contractor to install a new continuous water monitoring system at the James A. Haley VA Hospital in Tampa, FL. The current system is non-compliant with VA Directive 1061. The new system will monitor all incoming water sources and building connections, tracking temperature, pressure, and chemistry for real-time and historical analysis. This project, classified under NAICS 236220 and PSC Y1DA, aims to ensure compliance and improve water management. The work must be completed within 180 days of the Notice to Proceed.
The PROJ:673-23-107 BB Install Continuous Water Quality for Legionella Directive Compliance project focuses on installing continuous water quality monitoring devices to ensure Legionella directive compliance. Key aspects clarified include staffing requirements, with a superintendent able to dual-hat as SSHO, and a PM as QA/QC, but no triple-hatting. No known asbestos or hazardous materials are present. The project will utilize wireless monitoring devices, requiring additional repeaters as needed for communication with the VA BACnet system via a single Modbus Gateway. Power for displays can come from local receptacles or new circuits. The Concube V3 water monitoring device is approved and integrates with JCI. The project does not require 3-phase power for monitoring devices, arc flash studies, or extensive commissioning. Coordination with the VA is crucial for device installation at the new water tower and for confirming maintenance requirements. VA Directive 1061 governs water quality requirements, with continuous monitoring for Legionella treatment.
The "EXPERIENCE INFORMATION SHEET" is a comprehensive document designed for contractors to detail their project experience for government RFPs, federal grants, and state/local RFPs. It requires information such as contractor details, contract numbers, project titles, and whether the company acted as a prime or subcontractor, including the percentage of work performed. Subcontractors must identify their prime contractor. The sheet also requests contact information for the awarding government agency or company. A critical section focuses on a detailed description of the project's scope, the offeror's specific roles and responsibilities, and the relevance of the work to the current procurement. Additionally, it asks for details on challenges encountered and their resolutions, differing site conditions, and project performance periods, including start, original completion, and actual completion dates. Contractors must attest to project completion status, disclose any terminations and their reasons, and provide original and final contract prices with explanations for any differences. This form is essential for evaluating a contractor's relevant experience and capabilities.
This document is a Past Performance Questionnaire designed for referenced clients to rate contractor performance for federal government RFPs. It consists of eight questions covering adherence to technical requirements, schedule, timeliness of submittals (materials, payrolls, etc.), change order submissions, project management team effectiveness, contractor team performance, and overall satisfaction. The questionnaire also asks if the client would rehire the contractor. A rating scale of Outstanding, Good, Satisfactory, Marginal, Unsatisfactory, and Neutral is provided with detailed definitions for each adjective, guiding evaluators to accurately reflect the contractor's performance. The completed questionnaire must be returned via email to the requesting Contracting Officer, Stacy Figlinski at Stacy.Figlinski@va.gov, within five calendar days prior to the RFP closing date, with specific subject line requirements (Solicitation Number and Company Name).
This government file outlines a standardized cost breakdown structure for project proposals, likely for federal or state and local RFPs or grants. It details various cost categories, including labor, material, and total costs across 28 distinct divisions of work, ranging from general requirements and existing conditions to specialized areas like mechanical, electrical, and site work. The document also includes sections for overhead, profit, and bond percentages, culminating in a total base offer cost. This template ensures that all offerors provide a consistent and comprehensive financial proposal, facilitating transparent evaluation and comparison of bids for government projects.
The document details s::can's "pipe::scan" and "monitoring station" systems for real-time drinking water quality surveillance in distribution networks. The pipe::scan is an in-pipe sensor system measuring up to 10 parameters (TOC, DOC, UV254, Turbidity, Color, Chlorine, pH/Redox, Conductivity, Temperature, Pressure) with high accuracy and low maintenance. It features hot-maintenance and real-time alarms. The document also introduces modular monitoring stations (micro::station and nano::station) that integrate various s::can instruments for comprehensive water analysis, offering cost savings and simplified installation. These stations monitor a wide range of parameters, from basic turbidity and color to complex organic compounds and disinfection by-products, with advanced event detection capabilities. Both systems are designed for smart city applications and comply with drinking water safety certificates like ACS.
The U.S. Department of Veterans Affairs Office of Construction and Facilities Management is initiating a project (Project Number 673-23-107) to install continuous water quality monitoring systems at its Tampa, FL campus. The project, titled "Install Continuous Water Quality Monitoring," involves the installation of new CONCUBE V3 water monitoring devices and BACNET-MODBUS Gateway devices. Electrical contractors are responsible for providing and installing electrical connections, pathways, and ensuring proper circuiting to existing panelboards, with a requirement to verify panelboard capacity. The scope also includes maintaining existing circuits, ensuring flush-mounted installations for new outlets and devices, providing housekeeping pads for floor-mounted electrical equipment, and implementing firestopping measures. Coordination with other trades and manufacturers is crucial, and any required outages must be coordinated with the Contracting Officer's Representative with a 72-hour notice. The system will broadcast wirelessly via the campus intranet to display monitors and personal devices, enhancing domestic water monitoring across various buildings on campus.
The VA Form 08-6231 outlines a project for installing continuous water quality monitoring systems at the VA Campus in Tampa, Florida. This initiative, identified as Project Number 673-23-107 and issued as Addendum #1 on October 23, 2025, involves deploying ConCube V3 monitoring units with Nano Station or Pipe Scan technology at various locations across the campus. Key monitoring sites include Building 1, Building 32, Building 39, Building 52, Building 54, Building 100, and backflow preventers at 131st Ave., Bruce B. Downs Blvd., and the VA Property, as well as an elevated tank outlet. The system is designed to communicate wirelessly via the campus intranet, with all monitoring points feeding into a gateway protocol for domestic water monitoring. A display monitor panel will be installed in the plumbing department for constant viewing, and data will be accessible via desktop PCs and cell phones. The project aims to enhance water quality surveillance throughout the campus.