Z1DA--534-19-101 Correct Utility Infrastructure, Distribution and Collection Systems (VA-25-00011619)
ID: 36C24725R0080Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified contractors for the project titled "Z1DA--534-19-101 Correct Utility Infrastructure, Distribution and Collection Systems" at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The project involves replacing a 6-inch sanitary sewer main, removing asbestos-containing materials, and ensuring minimal disruption to ongoing medical operations during construction. This initiative is crucial for maintaining the integrity of utility systems within a healthcare facility that serves veterans, emphasizing safety and compliance with federal regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals electronically by May 30, 2025, with an estimated construction cost between $1,000,000 and $5,000,000. For further inquiries, contact Contracting Officer Zaire R. Naylor at Zaire.Naylor@va.gov.

    Point(s) of Contact
    Zaire R NaylorContracting Officer
    Zaire.Naylor@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a solicitation for a construction contract aimed at correcting the utility infrastructure and collection systems at the Ralph H. Johnson VA Medical Center in Charleston, SC. The project, designated as Project Number 534-19-101, involves replacing sanitary sewer main pipelines and removing asbestos-containing materials while minimizing disruption to ongoing operations. This request for proposal (RFP) is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors are required to perform the necessary work within a designated performance period and must submit proposals electronically by May 30, 2025. The bid presentation is structured into three volumes, covering pricing, technical proposals, and past performance. Proposals will be evaluated based on the lowest price that meets technical criteria, ensuring compliance with SDVOSB regulations. Additionally, an organized site visit is scheduled for April 23, 2025, highlighting the emphasis on prepared communication between the government and contractors. The estimated construction cost is between $1,000,000 and $5,000,000. To qualify, bidders must register with multiple compliance and certification systems. The procurement process underscores the VA's commitment to engaging veteran-owned entities while fulfilling critical infrastructure upgrades within compliance with relevant federal guidelines.
    The Sources Sought Notice from the Department of Veterans Affairs outlines a requirement for construction services related to the project titled "534-19-101 Correct Utility Infrastructure, Distribution and Collection Systems." This acquisition is exclusively reserved for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), necessitating that interested contractors possess the required certifications and registrations in the SBA and SAM databases. The project entails crucial infrastructure enhancements at the Ralph H. Johnson VAMC in Charleston, SC, which include replacing a 6" sanitary sewer main and the removal of debris along with hazardous materials (Asbestos and Lead). The work must be carried out with minimal disruption to the ongoing operations of the healthcare system, necessitating close coordination with the contracting officer. The estimated contract value ranges between $2,000,000 and $5,000,000, with a tentative solicitation issue date set for April 17, 2025. The overall objective emphasizes the VA's commitment to utilizing veteran-owned enterprises while improving vital infrastructure within its facilities.
    The presolicitation notice outlines a construction project (Project Number 534-19-101) for correcting utility infrastructure at the Ralph H. Johnson VA Medical Center in Charleston, SC. This project, designated for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to submit proposals that meet specific criteria outlined in federal regulations. The primary tasks include replacing a 6" sanitary sewer main while ensuring continuous operation of the facility, removing outdated piping and hazardous materials like asbestos and lead, and maintaining minimal disruption to medical services. The contract type is firm-fixed-price, with an estimated construction cost between $2 million and $5 million. The notice specifies that the solicitation will be issued on March 5, 2025, and proposals must be submitted by March 6, 2025. The contracting officer for this project is Zaire Naylor, and interested parties must register in the SBA and SAM databases to qualify. This presolicitation highlights the VA's commitment to engaging veteran-owned businesses and ensuring compliance with federal contracting regulations while improving healthcare infrastructure.
    The Special Notice pertains to a solicitation (36C24725R0080) from the Department of Veterans Affairs (VA) for the project titled “Correct Utility Infrastructure, Distribution and Collection Systems.” The solicitation has been amended (Amendment 0001) and details can be found within this amendment. Interested parties must submit their responses by May 30, 2025, at 4:00 PM Eastern Time. The contracting office is located at the W.J.B. Dorn VA Medical Center in Columbia, SC. The project falls within the Product Service Code Z1DA and the NAICS Code 236220, which corresponds to construction services. For inquiries, Zaire Naylor serves as the point of contact, providing an email and phone number for potential bidders. The information will be archived 15 days post response date, emphasizing timeliness for prospective contractors. This solicitation indicates the VA's ongoing efforts to maintain and improve its infrastructure through federal initiatives.
    This document is an amendment to solicitation number 36C24725R0080 issued by the Department of Veterans Affairs for the project number 534-19-101. The main purpose of this amendment is to provide responses to requests for information (RFI) from potential offerors. The amendment includes guidance on acknowledging receipt of this amendment prior to the specified deadline, emphasizing that failure to do so may result in the rejection of offers. Attached documents include detailed responses to specific RFIs relevant to the project. The amendment is pivotal in ensuring all bidders have access to the same information, which promotes fairness and transparency during the proposal submission process. The document maintains all prior terms and conditions unless expressly modified. Overall, this amendment reinforces the VA's commitment to fostering a competitive and informed bidding environment.
    The Performance Relevancy Questionnaire (PRQ) is a structured document designed for contractors to showcase their project performance relevant to impending government contracts. Contractors must submit up to five PRQs detailing their project experiences, ensuring they select contracts that closely align with the complexity, scope, and cost of current opportunities. The PRQ requires essential information including company identification, project specifics, financial details, completion timelines, and a commentary on the work's relevance to the solicited project. Importantly, contractors are encouraged to highlight challenges faced during past efforts and the corrective measures taken. Additionally, the document calls for contact information for verification by government agencies. This RFP component emphasizes the importance of past performance in evaluating contractor qualifications, particularly in relation to federal projects, thereby ensuring procurement of competent and reliable service providers.
    The document is a Past Performance Questionnaire designed to evaluate firms or agencies involved in government contracts, particularly in the context of federal RFPs, federal grants, and state/local RFPs. It collects essential information about the project, including the firm's name, project name, contract details, and assessing official's contact information. The questionnaire assesses areas such as the quality of product or service, schedule adherence, cost control, business relations, and overall performance using a graded scale from "Unsatisfactory" to "Exceptional." Additional comments can be noted for specific ratings or other relevant areas. This structured approach aims to provide a comprehensive evaluation of a contractor's past performance, ensuring transparency and accountability in government contracting decisions. The insights derived from this questionnaire are crucial for decision-makers when awarding future contracts, facilitating a more informed selection process based on a firm's proven capabilities and past delivery.
    The document outlines the compliance requirements related to limitations on subcontracting for contracts governed by the Department of Veterans Affairs (VA) under 38 U.S.C. 8127. It specifies that offerors must certify their intentions to adhere to these limitations based on the contract type: services, general construction, or special trade construction. For service contracts, no more than 50% of the government payment can be subcontracted to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). General construction contracts allow for up to 85% of subcontracting, while special trades limit this to 75%. The document emphasizes the gravity of falsifying certifications, which may result in legal penalties and debarment. Furthermore, contractors must maintain records and documentation proving compliance, which the VA may review at any time. A formal certification must accompany any bid, and failure to comply renders an offer ineligible for consideration. This guidance reinforces the government's commitment to supporting veteran-owned businesses while ensuring transparency and accountability in subcontracting practices.
    The document outlines the wage determination for building construction projects in Charleston County, South Carolina, issued under General Decision Number SC20250023. Governed by the Davis-Bacon Act, it specifies minimum wage rates based on federal Executive Orders 14026 and 13658, detailing conditions for contracts entered into or renewed after specific dates. For 2025, workers covered under Executive Order 14026 must receive at least $17.75 per hour, while those under Executive Order 13658 require a minimum of $13.30 per hour. The document also provides a comprehensive list of prevailing wage rates for various construction roles, including ironworkers, plumbers, carpenters, and others, alongside their respective fringe benefits. Additionally, it outlines the appeals process for disagreements regarding wage determinations and stipulates that unlisted job classifications may be added post-award. The document provides critical information for contractors related to compliance, worker protection, and wage requirements within the scope of federal contracts, emphasizing the importance of adhering to specified labor standards and regulations.
    The document outlines the proposed corrections for utility infrastructure, specifically the sanitary sewer main and the removal of hazardous materials at the Ralph J. Johnson VA Medical Center in Charleston, SC. Key tasks include repairing or replacing a 6-inch sanitary sewer main, clearing debris and unused piping in the basement, and managing asbestos-containing materials (ACM) identified during inspections. It emphasizes the importance of maintaining operational functionality of all departments during construction and adhering to safety protocols for potential asbestos exposure, including halting work if new ACM is discovered. Proper handling of hazardous materials and effective communication with the VA Resident Engineer are paramount. The project highlights the government's commitment to modernizing healthcare facilities while ensuring safety compliance and minimizing disruption to ongoing operations.
    The Correct Utility Infrastructure and Distribution and Collection System project at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina, seeks to upgrade and restore essential utility systems. The project entails the complete site preparation, which includes demolition, removal of existing structures, and the installation of new infrastructure. Safety and environmental considerations are prioritized, with rigorous management of hazardous materials like asbestos. The document outlines detailed specifications for various construction phases, including plumbing work and necessary security protocols, emphasizing coordination to avoid disruptions to medical operations. A structured project schedule following Critical Path Method (CPM) guidelines is mandated for efficiency, and the contractor is responsible for comprehensive management of the construction process, ensuring minimal interference with the VA medical services. Additionally, compliance with local regulations and safety standards, along with detailed reporting of project progress, is critical for successful project execution. Overall, the initiative reflects the federal commitment to maintaining and enhancing facilities serving veterans.
    The Correct Utility Infrastructure and Distribution and Collection System project at the Ralph H. Johnson Veterans Affairs Health Care System involves replacing a 6" sanitary sewer main, removing asbestos and lead materials, and ensuring minimal disruption to facility operations. The contractor is responsible for providing labor, materials, and compliance with safety and regulatory requirements. Key stipulations include maintaining professional conduct on medical center grounds, strict work hour regulations, and mandatory infection control procedures. Security measures entail the acquisition of identification badges, and any utility shutdowns must be coordinated 14 days in advance. Construction will be planned in phases to avoid interference with hospital functions. The project period is 365 days, beginning upon a Notice to Proceed, and includes strict guidelines for waste management and record-keeping obligations. This project underscores the VA's commitment to infrastructure improvement while prioritizing patient safety and operational continuity.
    The Ralph H. Johnson Veterans Affairs Medical Center (RHJ VAMC) commissioned a pre-demolition/renovation asbestos survey conducted by Thunderbird Environmental, LLC to identify and assess asbestos-containing materials (ACM) within the crawl space prior to planned cleanup activities. The survey, conducted in May and July 2023, revealed significant quantities of asbestos in black mastic applied to fiberglass insulation and other suspect materials. Specifically, approximately 12,000 linear feet of pipe insulation with black mastic was found positive for asbestos, with varied damage levels across different sections of the crawl space. Additionally, certain sections of tan mastic on fiberglass insulation also tested positive, while other materials were confirmed negative for asbestos. The report recommends assuming all black mastic across the inspected areas contains asbestos and emphasizes the removal of significantly damaged insulation to safeguard against potential exposure. Detailed mapping of affected areas within the crawl space will inform subsequent corrective actions. The findings stress the importance of regulatory compliance and hazard management to ensure the safety of personnel during renovation work at the facility.
    The document pertains to contractor requirements for addressing electrical power needs for pumps located in the basement of a building. It establishes that no electrical power sources exist in the basement according to the original design documents, emphasizing the necessity for contractors to evaluate each power requirement specifically based on motor specifications and proximity to existing power supply sources on the first floor. The contractor must survey the site to confirm existing panel locations, adhering to the 1966 design drawings while ensuring compliance with the National Electrical Code 220.87. This document serves as an early directive within a federal RFP context, aiming to lay groundwork for safe and efficient electrical installations in line with regulatory standards, demonstrating the government's focus on safety, modernization, and thorough project planning.
    The document outlines responses to several Requests for Information (RFIs) related to Project 534-19-101 under Solicitation 36C24725R0080, focusing on the abatement of asbestos-containing materials (ACM). Key responses include: 1. An estimated quantity of 2,800 linear feet (LF) and 1,000 cubic feet (FT3) of non-friable ACM insulation debris is to be removed and disposed of as presumed asbestos waste. 2. The ACM is confirmed as non-friable, and while it is in deteriorated condition, it does not require friable abatement, which would complicate containment measures. 3. Contractors are instructed to follow specific project specifications and SCDHEC regulations for asbestos containment. 4. There is power available in the basement for grinder pumps, as confirmed by the attached response from the electrical engineer. This document emphasizes compliance with regulatory standards for asbestos abatement, providing specific responses to contractor inquiries essential for the bidding process. The information assists in understanding project requirements and safety measures necessary for effective execution within legal parameters.
    The Department of Veterans Affairs (VA) has issued a class deviation to the VA Acquisition Regulation (VAAR), specifically targeting Parts 822 and 852, to enforce compliance with Executive Order 13899 on combating anti-Semitism. This deviation is effective immediately and applies to all VA contracting activities for contracts using appropriated funds that exceed the simplified acquisition threshold. Contracting officers are mandated to incorporate a new clause (852.222-71) into solicitations and active contracts requiring contractors to comply with E.O. 13899. Additionally, contractors must report any credible evidence of violations related to this order and ensure the clause is included in all subcontracts. The purpose of this action is to promote adherence to anti-discrimination laws within federal acquisitions, reinforcing the government’s commitment to civil rights protections. The deviation remains in effect until it is integrated into the VAAR or otherwise rescinded.
    Similar Opportunities
    Z1DA--Improve Sewer System and Water Loop 610-21-104
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the improvement of the sewer system and water loop at the VA Northern Indiana Healthcare System Marion Campus in Indiana. The project requires a contractor to provide all necessary labor, materials, and supervision to remove and replace storm and sanitary lines, repair roads, and install lift stations, among other tasks. This initiative is crucial for enhancing the facility's infrastructure to better serve veterans while ensuring compliance with safety and environmental regulations. The estimated contract value is between $5 million and $10 million, and it is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested parties must submit their bids by June 23, 2025, and can direct inquiries to Contract Specialist Elizabeth A. Finley at Elizabeth.Finley1@va.gov.
    Y1DA--FY25: NRM (PROJ: 673-21-154) BB Upgrade Building One Sanitary Riser
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement and upgrade of Sanitary Riser 5 at the James A. Haley Veterans' Hospital in Tampa, Florida. The project aims to modernize the facility's aging sanitary system, which dates back to the 1970s, with an estimated construction cost between $1,000,000 and $2,000,000. This initiative is particularly significant as it seeks to enhance the hospital's infrastructure while ensuring minimal disruption to ongoing medical services and maintaining patient safety during construction. Interested service-disabled veteran-owned small businesses must submit their proposals by July 21, 2025, and are encouraged to attend a pre-proposal site visit on June 27, 2025. For further inquiries, contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov.
    Z2DA--Provide Dedicated Steam Supply Line to SPS
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide a dedicated steam supply line from the Boiler Plant to the Sterile Processing Service (SPS) at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. This project involves the installation of stainless steel steam piping and a condensate return line, with the contractor responsible for all necessary labor, materials, and equipment to complete the construction within 540 calendar days from the Notice to Proceed (NTP). The project is significant for ensuring efficient operations within the healthcare facility and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated cost between $500,000 and $1,000,000. Interested firms must register with the System for Award Management (SAM.GOV) and be certified SDVOSBs prior to submitting proposals, with the solicitation anticipated for release on or about June 18, 2025. For further inquiries, contact Ivan Nieves-Cruz at ivan.nieves-cruz@va.gov or call 787-452-1609.
    Z1DA--PN: 438-22-600, Improve Campus Building Exteriors (SF)
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue an Invitation for Bid (IFB) for the project titled "Improve Campus Building Exteriors" at the Sioux Falls Health Care System, specifically the Royal C. Johnson Veterans' Memorial Hospital. This procurement is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires comprehensive construction services, including roofing, alterations, grading, drainage, and utility system updates. The estimated construction cost ranges between $5 million and $10 million, with a performance period not exceeding 400 calendar days from the Notice to Proceed. Interested bidders must represent their status as a certified SDVOSB and comply with federal procurement regulations, with the solicitation expected to be posted on SAM.gov around June 27, 2025. For further inquiries, bidders can contact Contracting Officer Angie Mabley at angelique.mabley@va.gov or by phone at 515-699-5886.
    Z1DA--NRM-CONST 528A8-22-860 PNEUMATIC TUBE COMPLETION
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the Pneumatic Tube Completion project at the Albany VA Medical Center, specifically designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor will be responsible for providing management, labor, materials, and equipment, with the project expected to commence within 10 calendar days and be completed within 180 calendar days following the award notice. This project is crucial for enhancing hospital operations and ensuring efficient patient care through improved infrastructure. Interested bidders must submit their proposals by June 30, 2025, and are required to attend a mandatory site visit on June 17, 2025. For further inquiries, contact Contracting Officer Michael A. Spivack at MICHAEL.SPIVACK@va.gov, with an estimated project value between $100,000 and $250,000.
    Z1DA--542-25-212 | Correct FCA & Deficiencies Buildings 25 & 63 | NCO 4 Construction East
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the correction of deficiencies in Buildings 25 and 63 at the Coatesville VA Medical Center, specifically under Project No. 542-21-212. The project involves significant renovations, including the replacement of the facility's well pump and underground water piping, with a construction cost estimated between $2 million and $5 million. This initiative is crucial for enhancing the operational efficiency and security of the medical center, which serves veterans, and emphasizes compliance with stringent safety and health regulations, including adherence to OSHA standards. Interested contractors, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit their bids by July 21, 2025, following a second site visit scheduled for June 18, 2025, and can direct inquiries to Contracting Officer Elizabeth Wilson at Elizabeth.Wilson6@va.gov.
    Z1DA--562-25-207 Replace Boiler Safety Valves Fittings | NCO 4 Construction West (VA-25-00066884)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of boiler safety valves fittings at the Erie VA Medical Center in Pennsylvania. The project requires contractors to provide all necessary labor, materials, tools, and equipment to complete the construction in accordance with VA guidelines and local regulations, with a focus on ensuring operational compliance and safety. This initiative is critical for maintaining the facility's heating systems, as it addresses recent failures in boiler safety valves and aims to uphold high standards in veteran healthcare services. The estimated construction cost ranges from $100,000 to $250,000, with a performance duration of 60 days post-award. Interested contractors, particularly Service Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals electronically by June 25, 2025, and can direct inquiries to Contract Specialist Keneisha M. Coleman at keneisha.coleman@va.gov.
    Y1PZ--902-MM-FY25-010 Utilities for Trailer Roseburg NC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the "Utilities for Trailer" project at the Roseburg National Cemetery in Oregon, specifically aimed at installing essential utilities for a new office trailer. The project involves the installation of approximately 275 linear feet of electrical, telecommunications, water, and sewage lines, with strict adherence to safety and building codes to protect the cemetery's aesthetics and existing graves. This contract, valued between $100,000 and $250,000, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 60 days from the notice to proceed. Interested contractors must submit bids by June 23, 2025, and are encouraged to attend a site visit on May 30, 2025; for further inquiries, they can contact Contracting Specialist Michael Giaquinto at michael.giaquinto2@va.gov.
    C1DZ--Replace Cast Iron and Malleable Fittings
    Buyer not available
    The Department of Veterans Affairs is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for architect-engineer services related to the replacement of cast iron and malleable fittings in high-pressure steam distribution systems at the VA Caribbean Healthcare System in San Juan, Puerto Rico. The project aims to enhance safety and compliance by replacing hazardous materials identified in a comprehensive steam distribution survey, with a construction budget estimated between $2 million and $5 million and a completion timeframe of 580 calendar days from the Notice to Proceed. This initiative is critical for maintaining the operational integrity of the facility and ensuring the safety of its infrastructure, reflecting the government's commitment to improving healthcare services for veterans. Interested firms must submit their qualifications using Standard Form 330 by July 23, 2025, and can direct inquiries to Contract Specialist Ivan Nieves Cruz at ivan.nieves-cruz@va.gov or by phone at 787-452-1609.
    4210--Fire Hydrant Replacement Pre-Solicitation Notice
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of fire hydrants at the Durham Veterans Affairs Medical Center, with an estimated project cost between $25,000 and $100,000. The project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), includes the replacement of a fire hydrant and associated piping, as well as repairs to another hydrant's drainage system, all to be completed within 180 days of contract award. This initiative is crucial for maintaining fire safety and operational integrity at the medical center during construction. Interested contractors must submit their bids by June 25, 2025, and are encouraged to contact Contract Specialist Erica A. Manglona at Erica.Manglona@va.gov for further details.