Z2DA--613-22-128 Repair Steam Piping Building 500 to 320 (VA-25-00033489)
ID: 36C24525R0052Type: Solicitation
AwardedSep 18, 2025
$8.5M$8,496,568
AwardeeEIGHTY-NINE ENTERPRISES LLC INWOOD 25428
Award #:36C24525C0122
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the repair and replacement of steam piping between Buildings 320 and 500 at the VA Medical Center in Martinsburg, WV, under solicitation number 36C24525R0052. This project involves extensive site preparation, including the demolition of existing infrastructure and installation of new high-pressure steam and condensate piping systems, aimed at enhancing the efficiency and functionality of the facility's heating system. The initiative is critical for modernizing the infrastructure that supports healthcare delivery for veterans, ensuring compliance with federal regulations and maintaining operational integrity during construction. Interested contractors, particularly service-disabled veteran-owned small businesses, must submit their proposals by August 12, 2025, and can direct inquiries to Contract Specialist Kathryn C. Kaiser at kathryn.kaiser@va.gov. The estimated funding for this project ranges from $5 million to $10 million, with a project duration of approximately 548 calendar days following the notice to proceed.

    Point(s) of Contact
    Kathryn C. KaiserContract Specialist
    kathryn.kaiser@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a presolicitation notice for project number 613-22-128, which involves the repair and replacement of steam piping between Buildings 320 and 500 at the Martinsburg VA Medical Center in West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). The project encompasses excavation, installation of direct-buried piping, and associated mechanical and electrical work, with an estimated construction cost ranging from $5 million to $10 million. Interested contractors must adhere to specific registration requirements and be verified under the Veteran Small Business Certification. A pre-bid site visit is scheduled for July 9, 2025, with a proposal submission deadline of August 5, 2025. All inquiries regarding the solicitation should be directed to the contracting officer via email. The procurement is contingent upon available funding, and all parties are responsible for keeping informed about any changes or updates related to the solicitation.
    The Department of Veterans Affairs (VA) is seeking proposals for the Replacement of Steam Piping from Buildings 320 to 500 at the VA Medical Center in Martinsburg, WV, under solicitation number 36C24525R0052. This project involves the complete preparation of the site, including excavation, installation of a new high-pressure steam and condensate piping system, and removal of existing infrastructure. The work is estimated to take 548 calendar days following the notice to proceed, with a funding range of $5 million to $10 million. This solicitation is a 100% service-disabled veteran-owned small business set-aside, requiring contractors to be registered in the System for Award Management (SAM) and verified in the Vendor Information Pages (VIP). Proposals will be evaluated based on technical capability, past performance, and pricing, with criteria emphasizing management experience, project personnel qualifications, and overall approach. A pre-proposal site visit is scheduled prior to the submission deadline of August 12, 2025, at 3 PM, and contractors must adhere to strict safety and legal compliance standards throughout the project. The goal is to ensure a successful steam line replacement that enhances facility operations and infrastructure maintenance.
    The document amends the solicitation for a project managed by the Department of Veterans Affairs, specifically detailing changes to the site visit schedule. The amendment specifies a new meeting time of 1:00 PM for the site visit on July 10, 2025, which takes place at Building 308B in the conference room, followed by a site walk. Other terms and conditions of the original solicitation remain unchanged. This amendment is part of standard procedural adjustments in federal RFP processes, ensuring all bidders are informed of important updates and can comply with the revised schedule. The emphasis is on clear communication to facilitate participation in the bidding process and maintain transparency.
    The document outlines an amendment to a solicitation related to a repair steam piping project for the Department of Veterans Affairs (VAMC 613). It specifies the acknowledgment procedure required from bidders regarding the amendment. Notably, it includes key amendments such as the provision of a sign-in sheet from a site visit on July 10, 2025. The document also states that no further requests for information (RFIs) will be accepted, indicating a closing of the bidding clarification phase. All other terms and conditions of the solicitation remain unchanged. The amendment reflects administrative adjustments and provides contact information for the contracting officer, Kathryn C. Kaiser, emphasizing the structured process involved in government contracting. This documentation serves to ensure that all offerors are apprised of the latest developments pertinent to their bids while maintaining adherence to procurement protocols.
    This document serves as an amendment to a solicitation for a project related to the repair of steam piping at the Department of Veterans Affairs (VA). It includes responses to requests for information (RFIs) dated July 29, 2025, and attachments that consist of several technical reports and inspection data necessary for bidders to consider. The amendment specifies that a separate pricing line for rock removal must be included. Despite these changes, all original terms and conditions of the solicitation remain intact. The primary aim of this document is to ensure clarity and comprehensive understanding for potential offerors, effectively updating them on modifications made to the solicitation while emphasizing adherence to the original contract terms. The nature of this communication showcases the VA's structured approach to managing procurements and modifications within federal contracting processes.
    The file outlines a project proposal for the repair and upgrade of piping systems connecting buildings 500, 217, 318, and 328 to a boiler plant at the Veterans Administration Medical Center in Martinsburg, WV. The project, labeled as "Phase-1," includes extensive mechanical renovations stipulated with precise engineering plans and specifications. The main focus is to replace outdated piping to enhance the steam heating system's efficiency and functionality while adhering to federal regulations and standards. Key tasks involve demolishing existing pipes, installing new piping systems, and ensuring strict compliance and coordination with other trades. The proposal emphasizes the importance of maintaining service continuity during scheduled shut-downs and outlines detailed construction sequencing to minimize disruptions. The project must be executed under the supervision of experienced professionals with clear responsibilities assigned, ensuring all demolition and installation activities align with the overall facility management standards. This initiative reflects a commitment to modernizing critical infrastructure within the healthcare framework for veterans, illustrating the government's dedication to improving healthcare service delivery.
    The project titled "Replace Steam Main B320 to B500" is set to commence on March 5, 2025, and aims to replace high-pressure steam and condensate piping between buildings B320 and B500. The initiative involves comprehensive site preparation, including demolition and tree removal, along with necessary labor and materials. The project outlines strict safety programs and infection control measures to minimize disruptions to ongoing operations and ensure the safety of patients, employees, and contractors. Key considerations include categorizing the work type and associated risks, with a focus on control measures to address potential impacts such as dust, debris, and utility interruptions. The project demands continuous evaluation and communication with adjacent facility areas to maintain operational integrity. The document specifies that control measures will be implemented based on risk assessments, ensuring infection prevention protocols are followed, particularly in sensitive areas. Compliance with fire safety and hazard surveillance is emphasized alongside required training for personnel involved in the construction activities. Overall, this project underscores a commitment to uphold safety standards while advancing infrastructure improvements in the facility.
    The VA Medical Center in Martinsburg, WV, is initiating a Phase 1 steam pipe replacement project aimed at replacing high and medium-pressure steam systems connecting various buildings to the Boiler Plant. The project includes demolition, installation of new direct-buried piping, and integration of monitoring systems, emphasizing the importance of safety and compliance with VA standards. The construction will be executed in a manner that minimizes disruption to hospital operations, requiring careful coordination of work plans and utility service interruptions. The proposal outlines security protocols, including badge requirements and strict access controls, reflecting the necessity to protect staff and patients. Additionally, detailed photographic documentation of the construction process will be required to ensure adherence to specifications and provide accountability. Overall, this project underscores the VA’s commitment to maintaining operational integrity while upgrading facility infrastructure to improve service delivery for veterans.
    The Past Performance Questionnaire for RFP No. 36C24525R0052 is a document designed to assess prospective contractors based on their recent performance on similar contracts. It requires the offeror to provide details of three to five relevant references from the past three years, including contact information for validation. The questionnaire is structured in two parts: the first is completed by the contractor, detailing their information and past work, while the second is filled out by the reference, rating the contractor's performance across various categories such as quality of services, timeliness, business relations, and overall performance. Each aspect is evaluated using a rating system of Acceptable, Unacceptable, or Neutral, and additional comments are encouraged. The document specifies that the completed questionnaires must be submitted by August 12, 2025, to a designated contact. The purpose of this evaluation is to ensure that contractors have a track record of meeting contract requirements satisfactorily in order to qualify for awards under this request for proposal. This rigorous assessment aligns with federal guidelines for evaluating contractor performance, aiming to promote accountability and ensure quality services.
    The Boggs Environmental Consultants, Inc. conducted an asbestos-containing materials (ACBM) survey at Building C Corridors of the Martinsburg VA Medical Center. Authorized by Ms. Krista Bowen, the analysis aimed to update the existing asbestos database ahead of scheduled renovations. Fieldwork, held on September 24, 2015, involved inspecting various materials in compliance with the US EPA regulations. The survey revealed several suspect materials, with 42 bulk samples collected for laboratory analysis via Polarized Light Microscopy and Transmission Electron Microscopy. Laboratory results indicated the presence of asbestos in some materials, most notably 2% Chrysotile in drywall caulk and 3% Chrysotile in window glazing. The findings point to the presence of US EPA-regulated ACBMs requiring strict handling during renovations. The report recommends bulk sampling for any newly discovered suspect materials during the construction process and treats any identified materials with trace amounts of asbestos as regulated. The document serves as a critical reference for ensuring the safety and compliance of renovation activities in relation to hazardous materials.
    The document presents an Asbestos-Containing Materials Survey conducted by Boggs Environmental Consultants, Inc. at Building C200 of the Martinsburg VA Medical Center. This assessment aimed to update the existing database of asbestos-containing materials (ACBMs) to ensure compliance with US EPA regulations before planned renovations. Fieldwork was conducted in July and September 2015, during which 42 bulk samples were collected for laboratory analysis. Notably, some non-friable organically bound materials were analyzed using Polarized Light Microscopy and Transmission Electron Microscopy, revealing the presence of asbestos in specific materials, including MAG insulation and pipe gaskets. The report emphasizes that specific regulations governing the handling of identified ACBMs must be adhered to during any renovation work. The conclusions urge that any discovery of suspect ACBMs during construction activities should prompt immediate halting of work for further sampling and analysis. Overall, the survey underscores the importance of addressing asbestos risks and adhering to health and safety regulations in building management and renovation processes.
    The document details an Asbestos-Containing Materials Survey conducted by Boggs Environmental Consultants, Inc. at Building C300 of the Martinsburg VA Medical Center. The survey, authorized by Industrial Hygienist Ms. Krista Bowen, aimed to update existing asbestos data and assess materials in accordance with EPA and West Virginia regulations ahead of planned renovations. Observations and sampling were conducted on September 30, 2015, leading to the collection of sixteen samples for laboratory analysis. The testing identified regulated asbestos-containing materials, notably in window and door caulk, and unspecified roofing materials. Laboratory results indicated the presence of chrysotile asbestos in some caulk samples and confirmed the absence of asbestos in several others. The report emphasizes that further analysis is recommended for potentially undiscovered suspect materials during renovations. Limitations of the survey include the absence of exploratory demolition, which could restrict identifying all asbestos materials within the structure. Overall, the report informs about regulatory requirements for handling identified asbestos during any future construction activities, highlighting its significance for safety compliance and potential health risks.
    The Medical Center outlines five essential emergency response postures to ensure safety for patients, staff, and visitors during various emergencies: Lock in, Lock down, Shelter in Place, Evacuation, and Deep Shelter (Duck, cover, and hold). 1. **Lock In** is executed during external threats, requiring locking doors, closing windows, and restricting movement within buildings until the threat is resolved. 2. **Lock Down** is initiated in situations of direct violence, emphasizing securing individuals behind locked doors and not responding to potentially coerced announcements or knocks. 3. **Shelter in Place** addresses environmental hazards by sealing off buildings from external air and directing those outside to designated shelter areas. 4. **Evacuation** plans are detailed for horizontal and vertical evacuations, focusing on expediting the safe removal of individuals from danger, with designated areas and procedures for staff. 5. **Deep Shelter** is invoked during tornado threats, encouraging individuals to seek safety in lower-level, windowless areas and to cover themselves from debris. These guidelines are critical for staff preparedness and require regular drills to ensure effective implementation during emergencies, emphasizing the need for clear communication and coordination with command authorities. Each department is responsible for outlining specific protocols to contribute to a comprehensive emergency response framework within the Medical Center.
    This inspection report, conducted by NIKA Technologies, Inc. and Powell Architects, Inc. for the Martinsburg VMAC on December 27, 2007, details extensive issues found in the steam condensate pipe system. Key findings include numerous leaks, damaged or missing insulation, and the non-functionality of sump pumps across various locations within the facility. Specific problems highlighted include leaks in valves, expansion couplings, and damaged insulation around access points. The report identifies locations requiring urgent repair, such as sump pits filled with mud and a corroded valve, stressing the need for immediate attention to prevent further complications. Additionally, suspected asbestos materials were noted, necessitating careful handling during any maintenance activities. The document serves as a comprehensive assessment to guide repairs and upgrades, reflecting the facility's dedication to maintaining safety and compliance standards in accordance with federal guidelines.
    The document outlines a Request for Information (RFI) related to the federal construction project titled "Replace Steam Piping from B320 to B500 Phase 1." It addresses various contractor inquiries about project specifics and requirements. Key points include the necessity for a full-time Site Safety and Health Officer (SSHO) separate from the superintendent, mandatory attendance of Quality Assurance/Quality Control (QA/QC) personnel at weekly meetings, and the contractor's responsibility for including taxes in proposals. Additionally, it confirms that all testing costs, including hydrostatic and potential x-ray testing, will be borne by the contractor. The document indicates that no backfill material can be stored onsite, and any excavated materials must be evaluated for re-use as backfill. Contaminated soil has not been identified, and storage provisions for materials and equipment will be directed by the Contracting Officer Representative (COR). The bid submission guidelines confirm that electronic submission on Compact Disks (CDs) is required. The proposal deadline remains unchanged despite requests for an extension. Overall, the document serves to clarify critical project details and stipulations for bidders, ensuring compliance with federal regulations and safety standards during construction activities.
    The document presents the General Decision Number WV20250034 for construction projects in Berkeley County, West Virginia, detailing wage rates under the Davis-Bacon Act. Effective from June 6, 2025, it outlines the applicable minimum wage standards, which depend on the contract's award date and whether it falls under Executive Order 14026 or 13658. Contracts initiated after January 30, 2022, require a minimum rate of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must meet a $13.30 per hour rate. A comprehensive list of various construction job classifications, including respective wage rates and fringe benefits, is provided. The document also covers additional contractor responsibilities, like submitting conformance requests for unlisted classifications needed for the contract. Furthermore, it details the process for wage determination appeals, allowing parties to challenge decisions made by the Wage and Hour Division. This framework ensures compliance with federal labor laws and worker protection standards, crucial for RFPs and federal grants initiatives in government-funded construction projects.
    Similar Opportunities
    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.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. The project entails the removal and replacement of an old trench cap, requiring contractors to provide all necessary labor, materials, equipment, and supervision while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the medical center, ensuring minimal disruption during construction activities. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, interested parties may contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732.
    Y1DA--St. Cloud VAHCS Replacement/Addition Steam Mains Presolicitation Notice
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the replacement and addition of steam mains at the St. Cloud VA Health Care System in Minnesota, under Project Number 656-21-114. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) program. The project involves the complete removal and replacement of existing steam line vaults and the installation of new steam piping infrastructure, with a construction magnitude estimated between $5,000,000 and $10,000,000. The Invitation for Bid (IFB) solicitation is expected to be issued on or about December 29, 2025, with a performance period of 640 calendar days from the Notice to Proceed. Interested bidders should direct inquiries to Contracting Specialist Jeffrey Brown at Jeffrey.Brown8@va.gov or by phone at 651-293-3009.
    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.
    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.
    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.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    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.
    Replace Steam Trench Cap
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the steam trench cap at the Amarillo VA Medical Center in Texas. The contractor will be responsible for providing all necessary labor, equipment, tools, materials, and supervision to remove the old trench cap and install a new one, adhering to the detailed specifications outlined in the Statement of Work. This project is critical for maintaining the infrastructure of the medical facility, ensuring continued operational efficiency and safety. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or call 915-282-1732 for further details. The procurement process includes stringent requirements for site operations, material management, and compliance with VA security protocols, with a focus on minimizing disruption to existing medical services.