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 Veterans Affairs Medical Center in New York. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction cost between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The work must be coordinated during a scheduled steam shutdown, emphasizing the importance of timely and efficient execution in a healthcare environment. Interested contractors must submit their quotes by December 30, 2025, at 11:00 AM EST, and are encouraged to contact Contracting Officer Charlie Augustin at charlie.augustin@va.gov for further inquiries.

    Point(s) of Contact
    Charlie AugustinContracting Officer
    charlie.augustin@va.gov
    Files
    Title
    Posted
    This amendment to solicitation 36C24226Q0159 from the Department of Veterans Affairs, Network Contracting Office 2, extends the due date for offers. The original solicitation, for which the specific details are not provided in this document, has been modified to reflect an extended deadline for the receipt of quotes. The new deadline for offer submissions is January 7th, 2026, at 11:00 AM EST. This extension is granted due to the holiday season, which has created a need for additional administrative and clerical assistance. Offerors are required to acknowledge receipt of this amendment through one of the specified methods to ensure their offers are considered. All other terms and conditions of the original solicitation remain unchanged.
    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 Department of Veterans Affairs (VA) Veterans Health Administration (VHA) has established a comprehensive
    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
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of kitchen exhaust fans in Building 200 at the Northport VA Medical Center in New York. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), involves the removal of two existing kitchen exhaust fans and the installation of new units that will integrate with the building's control system, adhering to various safety and construction standards. The estimated contract value ranges from $250,000 to $500,000, with a mandatory completion period of 250 calendar days from the notice to proceed. Interested bidders must attend a mandatory site visit on December 19, 2025, and submit their electronic bids by January 20, 2026, while ensuring compliance with subcontracting limitations and the Buy American Act. For further inquiries, contact Contract Specialist Yingjie Yeung at Yingjie.Yeung@va.gov.
    C1DZ--NRM-AE 632-26-102 Repair Facade Building 13
    Veterans Affairs, Department Of
    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.
    Z1DA--632-17-107 RENOVATE DIALYSIS (VA-26-00002956)
    Veterans Affairs, Department Of
    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.
    Y1DA-- Replace Generator Pumps and Above Ground Storage Tank
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a Request for Quote (RFQ) for the project titled "Replace Generator Pumps and Above Ground Storage Tank" at the Margaret Cochran Corbin VA Campus in New York. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) certified by the SBA, requiring contractors to perform a minimum of 15% of the construction work. The project involves providing all necessary labor, materials, tools, and supervision to replace floors in accordance with VA specifications, with a completion timeline of 60 calendar days following the Notice to Proceed. Interested contractors must be registered and verified with the SBA and SAM.gov, and a site visit will be scheduled, with the RFQ anticipated to be released around January 12th, 2026. For inquiries, contact Charlie Augustin at Charlie.Augustin@va.gov or by phone at 631-261-4400 x12751.
    Y1DZ--NRM - CONSTR PROJ - 630-26-102 Design Build HVAC Bldgs. 4 and 5
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the "Design Build HVAC Bldgs. 4 and 5" project at the Manhattan Campus VA Medical Center in New York. This project aims to upgrade the air conditioning plants by installing three new chillers and associated cooling towers, addressing current ventilation insufficiencies and heat generated by new equipment. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 236220 and a small business standard of $45 million; the estimated construction magnitude is between $2,000,000 and $5,000,000, requiring a 20% Bid Bond. The solicitation is expected to be posted around January 5, 2026, and interested parties can contact Kim Gomez at kimberly.gomez@va.gov for further inquiries.
    Y1DA--NRM - CONST 630-23-108 CONSTRUCTION RENOVATE 12W CARDIAC STRESS LAB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of the 12W Cardiac Stress Lab and the conversion of a mechanical room into office space at the Margaret Cochran Corbin VA Campus in New York, NY. The project requires the contractor to provide all necessary labor, materials, and supervision to meet stringent VA, NFPA, and OSHA standards, with a construction magnitude estimated between $500,000 and $1,000,000. This opportunity is exclusively set aside for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and contractors must be registered on SAM.gov to be eligible for award. The anticipated solicitation release date is around January 28, 2026, and all inquiries should be directed to Contract Specialist Torell Camp at torell.camp@va.gov.
    Y1AZ--Renovate SPD Phase IV Project 526-25-100
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of the Sterile Processing Department (SPD) Phase IV at the James J. Peters VA Medical Center in Bronx, NY. This project, designated as Project Number 526-25-100, is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $1,000,000 and $5,000,000, to be completed within 270 calendar days. Key requirements include comprehensive renovations, HVAC system upgrades, electrical work, and adherence to various codes and regulations, with a mandatory pre-bid site visit scheduled for January 6, 2026, and a bid opening on January 29, 2026, at 2 PM EST. Interested bidders should contact Contract Specialist Akkil A Kurian at Akkil.Kurian@va.gov for further details.
    Z1DA--Project # 528A7-23-103 REPLACE SCI Steam Coils
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for Project 528A7-23-103, which involves the replacement of SCI steam coils at the Syracuse VA Medical Center in New York. The project requires a Service-Disabled Veteran-Owned Small Business (SDVOSB) to furnish all necessary materials, equipment, supervision, and personnel to replace existing steam pre-heat coils in seven air handling units, including associated mechanical and electrical work. The contract is expected to have a magnitude between $1,000,000 and $2,000,000, with a completion timeline of 270 calendar days from the Notice to Proceed. Interested bidders must be registered in SAM.gov and verified as SDVOSB at the time of offer submission, with the solicitation anticipated to be released around January 2, 2026. For further inquiries, contact Contracting Officer Daniel Barone at Daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    Z1DA--NRM-CONST | 528A7-19-720 | Repair SPS Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the Syracuse VAMC Repair SPS Deficiencies Project, which is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This project entails providing all necessary labor and materials to repair and rework security and entrance doors within the Sterile Processing Service (SPS) area at the Syracuse VA Medical Center, ensuring compliance with ISO 9001:2015 standards and relevant VA directives. The estimated construction cost for this project is between $1,000,000 and $5,000,000, with the solicitation expected to be posted around January 8, 2025, and responses due by January 30, 2026. Interested parties can contact Terry Fraser at terry.fraser@va.gov for further information.
    C1DA--Install Instantaneous Hot Water Heaters 630A4-22-432
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) architect-engineering firm for Project No. 630A4-22-432, which involves the installation of instantaneous hot water heaters at the New York Harbor Healthcare System, St. Albans Campus. The selected firm will be responsible for providing comprehensive architect-engineering services, including schematics, design development, construction documents, technical specifications, and construction period services, with an estimated construction cost ranging from $2,000,000 to $5,000,000. This project is critical for upgrading the domestic hot water systems in Buildings 89, 92, and 93, ensuring compliance with existing regulations, and integrating new systems with the current Building Management System. Interested firms must submit their qualifications electronically by February 3, 2026, to the Contracting Officer, Vladimir Stoynov, at vladimir.stoyanov@va.gov.