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)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a construction contract aimed at correcting utility infrastructure and collection systems at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The project, designated as 534-19-101, 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 particularly significant as it underscores the VA's commitment to maintaining and upgrading facilities that serve veterans, with an estimated construction cost between $1,000,000 and $5,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals electronically by May 30, 2025, and can contact Contracting Officer Zaire R. Naylor at Zaire.Naylor@va.gov for further information.

    Point(s) of Contact
    Zaire R NaylorContracting Officer
    Zaire.Naylor@va.gov
    Files
    Title
    Posted
    The document is an Award Notice for a federal contract issued by the Department of Veterans Affairs, which pertains to the correction of utility infrastructure and collection systems. The contracting office is located at the W.J.B. Dorn VA Medical Center in Columbia, South Carolina. The contract (Solicitation Number: 36C24725R0080) was awarded to MEDPRO SYSTEMS LLC for an amount of $1,988,888.00, with the award date set for June 30, 2025. The contract is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under Product Service Code Z1DA and NAICS Code 236220, indicating its focus on the construction sector related to public infrastructure. The primary contact for this contract is Contracting Officer Zaire Naylor, who can be reached via email or phone. The document provides basic award information, including the awardee's name, address, and unique entity identifier. This notice signifies federal investment into essential infrastructure improvements for veteran services, reflecting the government's commitment to maintaining and upgrading facilities for the benefit of veterans.
    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
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    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.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    Z2DA--OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Replace Exterior Utility Lines Project" at the Jack C. Montgomery VA Medical Center in Muskogee, OK, with a contract value estimated between $2,000,000 and $5,000,000. The project involves replacing exterior water and sewer lines, creating separate fire protection and domestic water loops to mitigate Legionella contamination, and requires compliance with ADA, OSHA, and NFPA standards. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes the importance of safety, quality assurance, and adherence to federal regulations throughout the construction process. Proposals are now due by December 17, 2025, at 2:00 PM CST, and must be submitted via email to Contract Specialist Jesus A. Villegas at jesus.villegas@va.gov.
    Z2NZ--CON-NRM 653-23-101 Repair-Replace Campus Sewer and Storm Drain Lines
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the project titled "Repair-Replace Campus Sewer and Storm Drain Lines" at the Roseburg VA Medical Center in Oregon. This project involves extensive general construction work, including the repair and replacement of existing sanitary sewer and storm drain systems, with a focus on maintaining continuous operations at the medical center while adhering to strict safety and environmental regulations. The estimated contract value ranges between $20 million and $50 million, with a performance period of 425 calendar days anticipated to begin after the notice to proceed is issued. Interested contractors should note that the solicitation is expected to be posted around mid-December 2025, and they can direct inquiries to Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341.
    J045-- Heating Hot Water Tanks Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 7, is seeking qualified vendors to provide labor, materials, equipment, and supervision for the repair and replacement of heating hot water tanks at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring the replacement of three hot water heaters, one failed tube bundle, and 100 linear feet of associated piping. The successful contractor will play a crucial role in ensuring the facility's hot water systems are operational, which is vital for patient care and facility operations. Interested parties must submit their offers via email to Jessica Cummings at Jessica.Cummings3@va.gov by December 18, 2025, at 12 PM ET, and are encouraged to review the full solicitation for detailed requirements and conditions.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Veterans Affairs, Department Of
    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, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.