Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
ID: 36C24226Q0159Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    Description

    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.

    Point(s) of Contact
    Jean M PaulContract Specialist
    Jean.Paul@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting offers for the "REPLACEMENT OF RELIEF VALVE BLDG 200" project at the Northport VAMC in Northport, NY. This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside procurement, with a magnitude of construction between $25,000 and $100,000. The contractor will be responsible for furnishing all materials, supplies, equipment, personnel, and supervision to replace a 6"x8" pressure relief valve in Building 200 within 30 calendar days of receiving a notice to proceed. Work must be coordinated during a 48-hour steam shutdown period, commencing no sooner than 8 PM on a Friday and completing by 8 PM Sunday. A mandatory pre-bid site visit is scheduled for December 19, 2025, at 10 AM. All questions must be submitted via email by December 22, 2025, 11 AM EST, and quotes are due by email no later than December 30, 2025, 11 AM EST. The solicitation includes various FAR and VAAR clauses, emphasizing compliance with Buy American Act requirements, construction wage rate requirements, and specific safety precautions. Contractors must be registered in SAM and verified as SDVOSB in the Small Business Search at the time of bid submission.
    This presolicitation notice, 36C24226Q0159, announces a forthcoming Request for Quote (RFQ) for the replacement of a relief valve at the Northport VA Medical Center in Northport, NY. This project is 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) that are registered and verified with the SBA. The NAICS code is 236220, with a size standard of $45 million, and contractors must perform a minimum of 15% of the construction work. The scope includes furnishing all labor, materials, and equipment to replace floors in accordance with VA specifications, with a project completion timeline of 30 calendar days after receiving the Notice to Proceed. A site visit is anticipated, and the solicitation is expected around December 1st, 2025. All questions must be submitted in writing to Charlie Augustin.
    The "Buy American Certificate" (FAR 52.225-2) provision, updated in October 2022, is a crucial component of federal government solicitations, ensuring compliance with the Buy American Act. It requires offerors to certify whether their end products are domestic, listing any foreign end products and their country of origin. For foreign end products not predominantly made of iron or steel, offerors must indicate if they exceed 55% domestic content, excluding COTS items. The provision also mandates a separate list for domestic end products containing critical components. The government evaluates offers based on Federal Acquisition Regulation (FAR) part 25 policies, emphasizing the procurement of domestically manufactured goods and components. This provision reinforces the government's commitment to supporting domestic industries and supply chains.
    This government file, General Decision Number NY20250012, is a prevailing wage determination for construction projects in Nassau and Suffolk Counties, New York. It covers Building, Heavy, Highway, and Residential construction types. The document outlines minimum wage rates for various craft classifications, such as Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Laborers, Painters, Plasterers, Cement Masons, Plumbers, Roofers, Sheet Metal Workers, and Truck Drivers. It also details compliance requirements for Executive Orders 14026 and 13658, which mandate minimum wage rates for federal contracts. The file provides information on paid holidays, vacation credits, and premium rates for hazardous material work and night shifts. It includes a comprehensive guide on wage determination identifiers (Union, Union Average, Survey, State Adopted) and the appeals process for wage determination matters, emphasizing contact points within the Department of Labor's Wage and Hour Division.
    Government contractors and subcontractors must meet stringent safety and environmental standards, including having no more than three serious, or one repeat or willful OSHA or EPA violation in the past three years. They also need an Experience Modification Rate (EMR) of 1.0 or less, verified by their insurance company or NCCI. Self-insured contractors in specific states must obtain their EMR from state-run worker’s compensation bureaus. Failure to provide this information or meet these guidelines will result in a
    This government file outlines the certification requirements for offerors regarding subcontracting limitations under 38 U.S.C. 8127(k)(2) for VA contracts. Specifically, for general construction contracts, the contractor must not pay more than 85% of the government-paid amount to non-VIP-listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs), excluding material costs. The document emphasizes the legal ramifications of false certifications, including criminal, civil, or administrative penalties under Title 18, U.S. Code, Section 1001. It also details the consequences for SDVOSBs/VOSBs found not acting in good faith, such as referral to the VA Suspension and Debarment Committee, fines, and prosecution. Offerors must agree to provide documentation to the VA for compliance verification, with failure to do so potentially leading to remedial action. The certification must be completed, signed, and submitted with the offer, as incomplete submissions will render the offer ineligible for award.
    The New York State Department of Taxation and Finance's Form ST-120.1 outlines sales and use tax exemptions for contractors registered with the Tax Department. This document, relevant for government RFPs, federal grants, and state/local RFPs, details various tangible personal property and services that qualify for tax exemption. Exemptions cover items used in projects for tax-exempt organizations, production machinery, equipment for Internet data centers or telecommunications, pollution control machinery, solar and fuel cell systems, and property for qualifying tenant improvements. Services such as installation, maintenance, and repair related to these exempt items are also included. The form specifies that contractors must provide this exemption certificate to vendors, who must accept it in good faith and ensure its proper completion. Non-compliance can lead to severe penalties, including civil and criminal sanctions, emphasizing the need for strict adherence to the outlined regulations for both contractors and vendors.
    This document outlines participation goals for minorities and females in federally assisted construction projects, emphasizing that these goals are not quotas but rather benchmarks for good faith affirmative action efforts. Contractors are required to make good faith efforts to meet these goals, which apply to all construction work sites regardless of federal involvement and are measured against total work hours. The document specifies a nationwide goal of 6.9% for female participation and provides detailed minority participation goals for various economic areas across numerous states, broken down by SMSA and non-SMSA counties. For certain areas like New York City, specific trade-based goal ranges are also provided. Compliance is assessed based on implementing the Equal Opportunity Clause and meeting affirmative action obligations, with prohibitions against transferring employees solely to meet goals. The document references Federal Register notices from 1980 for further information on goal development.
    The document outlines the safety and environmental record requirements for bidders and offerors in government solicitations. It mandates certification of no more than three serious, one repeat, or one willful OSHA or EPA violation in the past three years. Bidders must also provide an Experience Modification Rate (EMR) of 1.0 or less, obtained from their insurance company or NCCI. Specific instructions are provided for self-insured contractors or those from certain states regarding EMR documentation. This information, along with data from government systems, will determine responsibility, and failure to comply will result in a determination of "Non-Responsibility." These requirements apply to all subcontracting tiers, with prime contractors responsible for their subcontractors' compliance.
    The document outlines the procedures and requirements for background investigations and personal identity verification for contractor employees working with the Department of Veterans Affairs (VA). It specifies that contractors must submit updated background investigation forms within five business days of personnel changes and details the necessary documentation for compliance, including fingerprinting and identity verification processes. Additionally, it includes various forms and checklists for documenting applicant information and compliance with security and eligibility requirements.
    The VA Notice of Limitations on Subcontracting—Certificate of Compliance outlines the subcontracting requirements for VA contracts, particularly for special trade construction. Contractors must certify that they will not pay more than 75% of the government-provided amount to firms that are not VIP-listed SDVOSBs or VOSBs. This limitation includes any work further subcontracted by similarly situated VIP-listed subcontractors, excluding material costs. The document warns against false certifications, which can lead to criminal, civil, or administrative penalties, including prosecution and fines under the Small Business Act. Contractors may be required to provide documentation, such as invoices and subcontracts, to demonstrate compliance. Failure to provide such documentation may result in remedial action. The certification must be completed, signed, and returned with the offeror’s bid; otherwise, the offer will be deemed ineligible for evaluation and award.
    Similar Opportunities
    Y1DA--Replace Kitchen Exhaust Fans Building 200 at Northport VA Medical Center 79 Middleville RD, Northport, NY 11768
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the replacement of kitchen exhaust fans in Building 200 at the Northport VA Medical Center in Northport, New York. The project requires a Service-Disabled Veteran Owned Small Business (SDVOSB) contractor to provide all necessary labor, materials, tools, equipment, and supervision to replace two existing rooftop kitchen exhaust fans, ensuring compliance with NFPA 101, NFPA 99, VA Design Standards, and other applicable regulations. This procurement is significant for maintaining safety and operational standards within the healthcare facility, with a contract value estimated between $250,000 and $500,000 and a performance period of 250 calendar days. Interested contractors must be registered and verified as SDVOSB in the SBA's Small Business Search and SAM.gov, and they are encouraged to direct any inquiries to Contract Specialist Yingjie Yeung at yingjie.yeung@va.gov, with the solicitation anticipated to be issued around November 28, 2025.
    Z1DA--632-17-107 RENOVATE DIALYSIS (VA-26-00002956)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the Dialysis Unit at the Northport VA Medical Center, identified as Project Number 632-17-107. This comprehensive project involves the renovation of approximately 5,330 square feet, including abatement, demolition, and extensive construction work across various disciplines such as electrical, mechanical, plumbing, and fire protection, with a completion timeline of 548 calendar days from the Notice to Proceed. The renovation is critical for modernizing healthcare facilities to ensure compliance with stringent safety and accessibility standards while maintaining uninterrupted hospital operations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids via email by January 14, 2026, at 10:00 AM EST, with a public bid opening scheduled for the same day at 11:00 AM EST. For further inquiries, contact Contract Specialist Lester S. Griffith at Lester.Griffith@va.gov.
    C1DZ--NRM-AE 632-26-102 Repair Facade Building 13
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Architect-Engineering (A-E) firms to provide design and construction services for the Repair Façade Building 13 project at the Northport VA Medical Center in New York. The project aims to repair, restore, and enhance the building's exterior components while maintaining its operational laundry services, with a construction cost estimated between $1 million and $5 million. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications electronically by January 16, 2026, to the Contract Specialist, Torell Camp, at Torell.Camp@va.gov. The evaluation will consider professional qualifications, specialized experience, capacity, past performance, and commitment to utilizing small business subcontractors.
    Y1DA--528A6-24-603 Replace CLC Doors
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the project titled "Replace CLC Doors" at the Bath VA Medical Center in New York. This project involves the removal and replacement of interior doors, primarily emergency egress doors, in Building 78 (CLC) and Building 76 (Medical Center). The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 236220 for Commercial and Institutional Building Construction, with an estimated cost range between $100,000 and $250,000. Interested bidders must submit a 20% bid bond, and performance and payment bonds will be required. The solicitation is expected to be posted around November 6, 2025, with a response deadline of December 11, 2025. For further inquiries, contact Contracting Officer Devan Bertch at Devan.Bertch@va.gov or call 716-698-6459.
    Y1LZ--Project 620-23-102 Repave Parking Lot G at the Montrose VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking bids for Project 620-23-102, which involves repaving Parking Lot G at the Montrose VA Medical Center in New York. This project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requiring contractors to provide all necessary materials, equipment, and personnel to complete the work, which includes general construction, demolition, grading, drainage, and the installation of pole-mounted lighting. The project has a construction magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days from the Notice to Proceed. Interested bidders must be registered in SAM.gov and verified as an SDVOSB, with the solicitation expected to be released around December 9, 2025. For further inquiries, contact Contracting Officer Daniel Barone at Daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    Z1DA--630A4-26-102 GI RENOVATION PHASE III
    Buyer not available
    The Department of Veterans Affairs is issuing a presolicitation notice for the GI Renovation Phase III project at the VA New York Harbor Healthcare System, Brooklyn Campus. This project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires turnkey services for design and construction, including all labor, materials, tools, supervision, and equipment, with a performance period of 365 calendar days. The scope encompasses finalizing construction in Area B (4th Floor) with minor remaining work and extensive interior construction in Area A (4th Floor), which is currently in a rough-in condition, as well as replacing the AC-5 unit in the 5th-floor Mechanical Room and installing new high-pressure steam lines. Interested contractors must coordinate with Premier Engineering Group, Inc. for the Design-Build Package, adhere to strict safety regulations, and utilize the VISN 2 Autodesk Build Construction management platform for all project correspondence. For further inquiries, contact Contracting Officer Vladimir Stoyanov at Vladimir.Stoyanov@va.gov or by phone at 718-836-6600 ext 8889.
    Y1DA-- CT Scan AC Unit Replacement Brooklyn VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor for the CT Scan AC Unit Replacement project at the Veterans Affairs Medical Center located in Brooklyn, NY. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring eligible contractors to be registered and verified with the SBA under NAICS code 236220. The contractor will be responsible for furnishing all labor, materials, and equipment necessary to complete the project within 60 calendar days of receiving the Notice to Proceed, adhering to VA specifications. Interested parties should direct inquiries to Charlie Augustin at Charlie.Augustin@va.gov, with the solicitation anticipated to be issued around December 19, 2025.
    Y1DA--NRM-CONST 630A4-20-412 Repair Parking Lots and Roads SA
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified construction firms to undertake the repair of parking lots and roads at the St. Albans VA Medical Center located in Queens, New York. The project involves comprehensive work including asphalt removal and replacement, resurfacing, striping, grading, curb and gutter repair, drainage improvements, and site restoration, all adhering to VA and manufacturer specifications. This initiative is crucial for maintaining safe and accessible facilities for veterans and staff, with an estimated construction cost ranging from $5,000,000 to $10,000,000. Interested contractors must be Service-Disabled Veteran-Owned Small Business Certified (SDVOSBC), registered with SAM.gov, and comply with all relevant VA regulations and safety standards. A site visit is strongly encouraged, and the solicitation is anticipated to be issued around December 19, 2025. For further inquiries, contact Torell Camp at Torell.Camp@va.gov or call 718-584-9000.
    NEW | 549-22-800 Replace Windows Building 2J
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Buyer not available
    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.