J045--CON-NRM-687-21-106 Replace Mechanical and Plumbing Systems in Multiple Buildings
ID: 36C26025R0065Type: Presolicitation
AwardedSep 24, 2025
$8.5M$8,544,984
AwardeeCAVU CONSULTING LLC VIRGINIA BEACH 23456
Award #:36C26025C0050
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

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

    The Department of Veterans Affairs is seeking contractors for the "Replace Mechanical and Plumbing Systems in Multiple Buildings" project at the Jonathan M. Wainwright Memorial VA Medical Center in Walla Walla, Washington. The procurement aims to replace aging mechanical and plumbing components across 11 buildings, addressing critical infrastructure needs while ensuring minimal disruption to ongoing medical operations. This project is significant for maintaining the facility's operational integrity and enhancing service delivery to veterans. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals by July 28, 2025, with an estimated project value between $1,000,000 and $5,000,000. For further inquiries, contact Contract Specialist Adam D Hill at adam.hill3@va.gov.

    Point(s) of Contact
    Susan L. HoweContract Specialist
    208-422-1000x 2027
    susan.howe2@va.gov
    Files
    Title
    Posted
    This document is an amendment to a solicitation, specifically for Project Number 687-21-106, issued by Network Contracting Office 20. The primary purpose of this amendment is to extend the hour and date for receipt of offers to August 4, 2025, at 8:00 AM PDT. Additionally, the site visit has been rescheduled to July 14, 2025, at 9:30 AM PDT, and is strongly encouraged for a full understanding of the work requirement. Offers submitted without a site visit may reflect a limited understanding of the project's scope. All other terms and conditions of the original solicitation remain unchanged.
    This document is an amendment (0002) to solicitation 36C26025R0065, issued by the Network Contracting Office 20 (ATTN: V4CONT, Vancouver, WA). The amendment, effective on an unspecified date, confirms the correct NAICS code for the project as 238220. No other changes are made to the original solicitation. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter/electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified hour and date may result in rejection of the offer. The document is signed by Susan Howe, Contracting Officer.
    The document is an amendment to Solicitation Number 36C26025R0065 for the "Replace Mechanical and Plumbing Systems in Multiple Buildings" project at the Walla Walla VA Medical Center. Issued by the Network Contracting Office 20, this amendment extends the offer receipt deadline to August 11, 2025, at 8:00 AM PDT. Its primary purpose is to address and clarify offeror questions regarding various aspects of the project, including electrical feeder sizes, conduit requirements, identification of heat pump units, and wiring specifications. The amendment also confirms the availability of relevant attachments, such as asbestos reports, photos of existing switchgear, and civil/utility as-built drawings, which are crucial for bid preparation. This modification ensures that all potential contractors have the necessary information and time to submit accurate and compliant offers.
    The Department of Veterans Affairs (VA) Network Contracting Office 20 issued Amendment 0004 to Solicitation 36C26025R0065 for the "Replace Mechanical and Plumbing Systems in Multiple Buildings" project at the Walla Walla VA Medical Center. This amendment extends the proposal due date to August 13, 2025, at 8:00 AM. Key changes include adding a topographical map of the Walla Walla VA Medical Center as Attachment 23 and removing the requirement for the contractor to provide and install 30 rented cubicle units in Building 66, 1st Floor Level. All other terms and conditions of the original solicitation remain unchanged. The amendment also clarifies that offers must acknowledge receipt by returning copies of the amendment, acknowledging it on submitted offers, or sending a separate communication referencing the solicitation and amendment numbers.
    This document is Amendment 0006 to Solicitation 36C26025R0065, concerning the "CON Replace Mechanical and Plumbing" project at the Walla Walla VAMC. The amendment clarifies the qualifications for the CQC System Manager. Specifically, it addresses a question regarding the discrepancy between Amendment 0005 and Specification Section 01 45 00, paragraph 1.4.B, concerning the requirement for a degree in engineering, architecture, or construction management versus 10 years of related construction experience. The amendment confirms that 10 years of related construction experience is acceptable in lieu of a degree. All other terms and conditions of the solicitation remain unchanged.
    The document outlines a solicitation for a construction project titled "CON Replace Mechanical and Plumbing" at the Walla Walla VA Medical Center. It specifies that the procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide labor, materials, and services to complete the work as per the provided Statement of Work. Proposals must be submitted via email by July 28, 2025, with the magnitude of the project estimated between $1,000,000 and $5,000,000. Key deadlines include a request for information submission by July 14, 2025. The document emphasizes compliance with various federal regulations, including the Buy American Act and wage rate requirements, while detailing the need for performance and payment bonds. Bidders must adhere to submission protocols and are advised to review FAR and VAAR clauses that govern the procurement process. The emphasis on small business participation reinforces the government’s commitment to supporting veteran-owned enterprises and ensuring competitive procurement in federal contracts. The document serves as a comprehensive guide for potential bidders to navigate the requirements and conditions for successful contract acquisition.
    The Department of Veterans Affairs (VA) Network Contracting Office 20 is preparing to issue a Request for Proposal (RFP) for a Firm-Fixed-Price Construction Contract aimed at replacing outdated mechanical and plumbing systems across multiple buildings at the Jonathan M. Wainwright VA Medical Center in Walla Walla, WA. This project includes the supply of all necessary supervision, labor, and materials for the installation of new systems, including piping, valves, and gauges that have reached the end of their functional lifespan. It is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals from other business types not being considered. The applicable NAICS Code is 238220, reflecting a small business size standard of $19 million. The anticipated budget for the construction is between $5 million and $10 million, with a performance timeframe of approximately 360 days post issuance of the Notice to Proceed. Interested parties must submit inquiries via email by May 14, 2025, with the RFP expected to be released in May 2025. This document serves as a presolicitation notice rather than a formal request for offers.
    The Sources Sought Notice, designated as CON-NRM-687-21-106, seeks to replace mechanical and plumbing systems in multiple buildings at the Jonathan M. Wainwright Memorial Veterans Affairs Medical Center in Walla Walla, WA. The contracting office, Network Contracting Office 20, has set a response deadline for April 21, 2025, at 8:00 AM Pacific Time. This notice, not associated with Recovery Act funds, is categorized under the product service code J045 and the NAICS code 238220. Interested parties are directed to review attached documents including detailed specifications, drawings, and narratives relevant to the project. The effort underscores the federal government's initiative to modernize infrastructure within veteran care facilities, ensuring compliance with safety standards and enhancing operational efficiency. The contact for inquiries is Susan Howe from the contracting office.
    This document is an amendment to a solicitation related to Contract No. 36C26025R0065, issued by the Network Contracting Office 20 in Vancouver, WA. The amendment serves to extend the proposal due date and site visit for potential bidders. Specifically, the new deadlines set are for proposal submissions by August 4, 2025, at 8:00 am PDT, and for a rescheduled site visit on July 14, 2025, at 9:30 am PDT. It emphasizes the importance of attending the site visit for a comprehensive understanding of the project specifications and conditions, indicating that proposals lacking this insight may not adequately reflect the project's scope. The amendment reaffirms that all other terms and conditions remain unchanged, requiring bidders to acknowledge receipt of the amendment for their offers to be considered. This amendment reflects standard procedures for federal requests for proposals (RFPs), ensuring fair opportunity and clarity for potential contractors in the bidding process.
    The document is an amendment for a government solicitation, specifically regarding the modification of a contract or order linked to Network Contracting Office 20. The primary purpose of the amendment is to confirm the correct North American Industry Classification System (NAICS) code, which is 238220, relating to plumbing, heating, and air-conditioning contractors. No other modifications or changes to the existing contract are made. The amendment outlines the procedures for acknowledging receipt of this change, stressing the importance of timely responses from offerors/bidders. It also indicates the necessary signatures from both the contracting officer and the contractor to validate the changes. The streamlined focus on correcting the NAICS code indicates its significance in ensuring compliance with federal contracting requirements. Overall, this amendment serves to clarify and formalize the details associated with the ongoing procurement process without introducing additional complexities or changes.
    The document details an amendment to a solicitation for the project "Replace Mechanical and Plumbing Systems in Multiple Buildings" at the Walla Walla VA Medical Center, with project number 687-21-106. Issued by the Network Contracting Office 20, the amendment extends the due date for offers to August 11, 2025, and addresses queries from bidders regarding the project scope. Key clarifications include specification corrections on electrical feeder requirements, identification of heat pump units, and clarification of materials such as asbestos reports essential for bid preparation. The amendment includes attachments with detailed responses and additional information crucial for contractors, highlighting the changing aspects of the project requirements. Ensuring compliance with FAR regulations, the document illustrates ongoing communication between the VA and prospective contractors, emphasizing transparency and clarity in the procurement process. This amendment reflects the VA's commitment to modernize its facilities while providing necessary information to foster competitive bidding in align with federal procurement standards.
    The Jonathon M. Wainwright Memorial Medical Center in Walla Walla, Washington, is seeking a contractor for the "687-21-106 Replace Mechanical and Plumbing Systems" project. This project addresses the aging infrastructure of buildings, many exceeding 50 years old, by replacing major mechanical and plumbing components and secondary distribution systems such as piping, valves, and gauges. The scope encompasses 11 buildings and includes modifications to control systems, electrical work for new equipment, and necessary architectural, structural, and fire/life safety modifications. The contractor is expected to complete all work within 360 days. Deliverables include inspection and testing documents, manuals, and warranty documents. Performance will be monitored by the COR, with a final systems demonstration required for acceptance. Work hours will be coordinated with the COR at the Walla Walla VA Medical Center.
    Mabbett & Associates, Inc. conducted an asbestos survey at Building 63 of the Walla Walla VA Medical Center, as detailed in their June 2019 report. The survey, performed between February and March 2019, aimed to identify asbestos-containing materials (ACM) in the one-story Plumbing Shop, built in 1904. Out of 25 bulk samples collected, one contained over 1% asbestos, while two additional materials were identified as ACM or Presumed ACM (PACM) from historical data. The report emphasizes that this survey is for worker protection and renovation planning, not for renovation/demolition NESHAP compliance, and a full destructive inspection is required before such activities. It advises assuming all unverified suspect materials are ACM.
    Mabbett & Associates, Inc. conducted an Asbestos Survey Report for Building 65 at the Walla Walla VA Medical Center in Washington, under AES Contract Number VA201-1901.1. The survey, performed in February and March 2019, aimed to identify asbestos-containing materials (ACM) for worker protection and future renovation planning. Building 65, a Carpenter and Paint Shop built in 1904, was inspected according to EPA AHERA, OSHA Asbestos Standards, and VHA Asbestos Management Directive. Twelve bulk samples were collected, with one confirmed to contain asbestos greater than 1%. Additionally, two materials previously identified as ACM or Presumed ACM (PACM) were reconfirmed. The report details sampling and analytical methodologies, summarizing ACM findings including joint compound, transite paneling, and pipe insulation. It emphasizes that this report is not a comprehensive pre-demolition NESHAP inspection and recommends a full destructive inspection before any renovation or demolition activities, advising that any suspect material encountered should be treated as ACM until proven otherwise.
    Mabbett & Associates, Inc. conducted an asbestos survey at Building 66 of the Walla Walla VA Medical Center, as detailed in this report from June 2019. The survey, performed between February and June 2019, aimed to identify asbestos-containing materials (ACM) for worker protection and future renovation planning. Forty-one bulk samples were collected, with two confirming asbestos levels over 1%. Additionally, one material was previously identified as ACM or Presumed ACM (PACM). The report identifies three homogenous materials containing asbestos: Expansion Joint Caulk (5% Chrysotile), 12" x 12" Beige Floor Tile (10% Chrysotile), and Pipe Fitting Insulation (35% Chrysotile). The survey followed EPA AHERA, OSHA, and VHA directives, incorporating historical data. The report emphasizes that a full destructive asbestos inspection is required before any renovation or demolition activities to address inaccessible areas and ensure compliance.
    Mabbett & Associates, Inc. conducted an asbestos survey at Building 74A of the Walla Walla VA Medical Center in June 2019, under AES Contract Number VA201-1901.1. The survey, performed between February and March 2019, involved collecting 47 bulk samples of suspect asbestos-containing materials (ACM). Lab analysis revealed one sample, a 12" x 12" cream floor tile in Room 147B, contained 2% Chrysotile asbestos, classifying it as ACM. The report details sampling and analytical methodologies, including the use of polarized light microscopy (PLM) and adherence to EPA, OSHA, and VHA regulations. The survey aimed to identify ACM for worker protection and future renovation planning, emphasizing that a full destructive asbestos inspection is required before any renovation or demolition activities.
    Mabbett & Associates, Inc. conducted an asbestos survey at Building 81 of the Walla Walla VA Medical Center, a 6,050-square-foot warehouse built in 1928. The survey, performed in February and June 2019, involved collecting 43 bulk samples from 13 types of homogeneous materials. All samples were analyzed by polarized light microscopy (PLM), with some undergoing transmission electron microscopy (TEM) for confirmation. The analysis, which included a review of historical survey data from 1989 and 2003, concluded that none of the collected samples contained asbestos greater than 1%, meaning no Asbestos Containing Materials (ACM) or Presumed Asbestos Containing Materials (PACM) were identified. The report emphasizes that while comprehensive, it has limitations due to inaccessible areas, recommending further destructive inspections before any renovation or demolition activities. It advises the VA Medical Center to review results for maintenance planning and to treat any suspect, un-inspected materials as ACM until proven otherwise.
    Mabbett & Associates, Inc. conducted an asbestos survey at Building 82 of the Walla Walla VA Medical Center in June 2019, as part of AES Contract Number VA201-1901.1. The survey, performed in February and March 2019, aimed to identify asbestos-containing materials (ACM) for worker protection and future renovation planning. Building 82, a two-story Engineering Office and Garage built in 1932, was inspected following EPA AHERA, OSHA, and VHA Directive 7714 guidelines. Forty-eight bulk samples were collected, with three confirmed to contain over 1% asbestos. Two additional materials were previously identified as ACM or Presumed ACM (PACM). Key findings include chrysotile asbestos in joint compound, 12"x12" floor tile, and floor tile mastic, along with historical identification of pipe and fitting insulation as ACM/PACM. The report emphasizes that this survey is not a pre-demolition NESHAP inspection and recommends a full destructive inspection before any renovation or demolition activities, advising that any suspect material encountered be treated as ACM until proven otherwise.
    Mabbett & Associates, Inc. conducted an asbestos survey at Building T1 of the Walla Walla VA Medical Center, identifying asbestos-containing materials (ACM) and presumed ACM (PACM). The survey, performed in February and March 2019, involved collecting 18 bulk samples, with one confirmed to contain over 1% asbestos. Additionally, two other materials were previously identified as ACM or PACM. The report details the sampling and analytical methodologies, adhering to EPA, OSHA, and VHA directives. The survey identified three homogeneous materials with greater than 1% asbestos: 12" x 12" beige floor tile (5% Chrysotile), crawlspace pipe fitting insulation (PACM), and exterior cement board (10% Chrysotile). Limitations of the survey include inaccessible areas, necessitating further inspections before any renovation or demolition. The report emphasizes reviewing findings before maintenance activities and assuming suspect materials are ACM unless proven otherwise for worker protection and future planning.
    Mabbett & Associates, Inc. conducted an Asbestos Survey Report for Building T2 at the Walla Walla VA Medical Center in June 2019. The purpose of the survey was to identify asbestos-containing materials (ACM) for worker protection and future renovation planning. The one-story Supply Building, constructed in 1945, was inspected following EPA AHERA, OSHA, and VHA directives. Of 42 bulk samples collected, 7 contained over 1% asbestos, and 2 additional materials were identified as ACM or Presumed ACM (PACM) from historical data. Key ACMs found included floor tiles, mastic, cement board debris, and pipe fitting insulation. The report emphasizes that this survey has limitations due to inaccessible areas and advises a full destructive asbestos inspection before any renovation or demolition activities.
    Mabbett & Associates, Inc. conducted an asbestos survey at Building T7, the Chapel, of the Walla Walla VA Medical Center in Walla Walla, Washington. The two-story structure, built in 1945, occupies approximately 3,570 square feet. The survey, performed in February and March 2019, followed EPA AHERA, OSHA, and VHA regulations. Ten bulk samples were collected, with two confirming asbestos presence above 1%. Additionally, four previously identified materials were confirmed as Asbestos Containing Material (ACM) or Presumed Asbestos Containing Material (PACM). The report details sampling and analytical methodologies, summarizing findings that include asbestos in floor tiles, mastic, pipe insulation, debris, contaminated soil, and transite siding. The document emphasizes that this report is for worker protection and future renovation planning, and a full destructive asbestos inspection is required before any renovation or demolition activities.
    The document outlines electrical plans for the T-7 building crawl space and first floor, part of the "Replace Mechanical and Plumbing Systems" project in Walla Walla, Washington. Key aspects include providing new 208V, 3-phase power for outdoor mechanical units, new disconnects with fuses, wet-rated convenience receptacles, and motor-rated switches. The project also involves new conduit and conductors for mechanical equipment and a water heater, along with new 208V, 3-phase distribution and branch panels. General notes emphasize coordinating equipment locations with other disciplines, temporarily moving furniture, verifying existing electrical capacity, and referring to feeder and mechanical equipment schedules. The electrical equipment schedule details various mechanical units, their voltage, phase, conductor requirements, and disconnect specifications. The overall service capacity for Panel T7P11 is 225A, with a total calculated load of 78.6A (28.31 KVA) primarily from motor loads. The project is managed by GDM, Inc., with a bid update date of July 31, 2025.
    The document outlines the technical specifications for the "REPLACE MECHANICAL AND PLUMBING SYSTEMS" project (Project Number 687-21-106) at the Jonathan M. Wainwright Memorial VA Medical Center in Walla Walla, Washington. This federal government RFP details the requirements for general construction, plumbing, mechanical (HVAC and steam), and electrical systems. Key aspects include comprehensive safety protocols, strict security measures, site alteration procedures, and detailed waste disposal guidelines. The project emphasizes maintaining continuous medical center operations, requiring extensive coordination for utility interruptions and adherence to historical preservation standards due to the site's NRHP listing. The contractor is responsible for providing a project management software platform, conducting thorough testing and commissioning of all systems, and adhering to all applicable codes and regulations, including those for hazardous materials like asbestos. The facility will remain occupied, necessitating careful execution to minimize disruption.
    The document outlines the mechanical plans for Building T-7, specifically detailing the second-floor and attic mechanical systems. The project, titled "REPLACE MECHANICAL AND PLUMBING SYSTEMS" at the WALLA WALLA, WASHINGTON VA facility (Project Number 687-21-106), involves the replacement of existing mechanical and plumbing systems. Key components include refrigerant piping, indoor units, exhaust grilles, supply diffusers, and various ductwork sizes with specified CFM (Cubic Feet per Minute) values. The plans also indicate the location of access hatches, speaker boxes, and temperature sensors to be integrated with a DDC system. The document, prepared by GDM, Inc., includes a revision date of 07/31/2025 for a bid update, and was issued on 2025/03/17 as 100% Construction Documents.
    The document outlines the detailed mechanical and plumbing systems replacement project for the U.S. Department of Veterans Affairs in Walla Walla, Washington (Project Number 687-21-106). This includes comprehensive schedules for air inlets/outlets, weatherproof louvers, VRF indoor fan coil units, VRF branch circuit controllers, VRF outdoor units, duct steam heating coils, energy recovery ventilators, duct insulation and lining, steam unit heaters, make-up air units, filter boxes, VAV boxes, split system heat pump outdoor units, split system heat pump indoor units, and electric duct heaters. The project, managed by GDM, Inc., specifies equipment from manufacturers like Mitsubishi, Greenheck, Trane, Aldes, AAON, Enviro-Tec, Modine, and Fantech, along with installation notes and compliance requirements, ensuring a fully sprinklered facility.
    The document provides a detailed topographic survey of the Jonathan M. Wainwright Memorial VA Medical Center in Walla Walla, Washington, focusing on horizontal and vertical control data and utility mapping. The horizontal control uses the Washington State Plane Coordinate System - South Zone NAD 83(91), based on control points from Architects West, Inc. and ties to the City of Walla Walla GPS control network. The vertical datum is NAVD 88, established through a precise closed differential level loop from City of Walla Walla control point 910. The base map for the project was developed from field topographic surveys conducted by IMEG, supplemented by various surveys and plans from VAMC staff, and utility locations identified by Geophysical Survey, LLC. The survey includes horizontal control points with northing, easting, and descriptions, and vertical benchmarks with elevations and detailed descriptions. The document also provides a legend of various utility features and site elements, indicating its comprehensive nature for infrastructure planning and development within the medical center grounds.
    The document provides a detailed topographic survey of the Jonathan M. Wainwright Memorial VA Medical Center in Walla Walla, Washington, focusing on horizontal and vertical control data and utility mapping. The horizontal control uses the Washington State Plane Coordinate System - South Zone NAD 83(91), based on control points from Architects West, Inc. and ties to the City of Walla Walla GPS control network. The vertical datum is NAVD 88, established from precise closed differential level loops using Walla Walla County control point 910. The base map for the project was compiled from in-field topographic surveys conducted by IMEG, supplemented by various surveys and plans from VAMC staff, and utility locations identified by Geophysical Survey, LLC. The file includes extensive lists of horizontal control points with Northing and Easting coordinates, and vertical benchmark descriptions with elevations, alongside a comprehensive legend of utility symbols. The survey aims to provide accurate spatial data for overall utility mapping and specific building utilities, including Buildings 74, 68, 69, 75, 78, 77, 1, 80, and 76.
    The document outlines a project to replace mechanical and plumbing systems at the Walla Walla, Washington VA Medical Center. This project, identified as VA Project Number 687-21-106, involves comprehensive upgrades across multiple buildings, including demolition of existing systems and installation of new ones. The work adheres to a wide array of codes, regulations, and VA design manuals, including international building, fire, fuel gas, mechanical, and plumbing codes, as well as various NFPA and VA-specific design standards for accessibility, fire safety, electrical, and sustainable design. Key aspects of the project include detailed mechanical and electrical plans, a comprehensive sheet index, and schedules for existing HVAC equipment, wall caps, steam humidifiers, and air change calculations. General notes emphasize system startup, testing, commissioning, permit acquisition, and adherence to specific installation requirements for ductwork, piping, and equipment, including seismic provisions and coordination with other trades. The project also addresses hazardous materials by requiring contractors to scan surfaces before any cutting or drilling, ensuring safety and compliance throughout the renovation.
    The Jonathan M. Wainwright Memorial VA Medical Center in Walla Walla, Washington, is undertaking Project Number 687-21-106 to replace mechanical and plumbing systems. This document provides detailed calculations for various aspects of the project, including water softener capacities for units B140 and B143, HVAC load calculations, and clean room air change calculations. It also references electrical and structural load calculations found on drawings and attached documents. The report includes comprehensive data on water consumption, hardness, and regeneration cycles for the water softeners, alongside detailed HVAC sizing summaries for buildings 063 and 065, covering cooling and heating loads, ventilation rates, and zone-specific analyses. The project focuses on ensuring efficient and properly sized mechanical, plumbing, electrical, and structural systems for the facility.
    This government file, General Decision Number: WA20250117, outlines prevailing wage rates for building construction projects in Walla Walla County, Washington, excluding single-family homes and apartments up to four stories. It details the applicability of Executive Orders 14026 and 13658, setting minimum hourly wages for federal contracts at $17.75 (for contracts entered on or after January 30, 2022) and $13.30 (for contracts awarded between January 1, 2015, and January 29, 2022) respectively, or the higher applicable wage rate. The document provides a comprehensive list of hourly rates and fringe benefits for various construction trades, including insulators, bricklayers, carpenters, electricians, elevator mechanics, equipment operators, ironworkers, laborers, painters, plumbers, roofers, sprinkler fitters, sheet metal workers, and truck drivers. It also clarifies identifiers for union, union average, survey, and state-adopted wage rates. Furthermore, the file outlines the appeals process for wage determinations and references Executive Order 13706 regarding paid sick leave for federal contractors.
    The provided government file outlines comprehensive requirements for various projects, likely related to federal grants or RFPs, focusing on infrastructure upgrades, hazardous material management, and general construction or renovation efforts. Key aspects include adherence to strict standards, detailed assessments of existing conditions, and the implementation of new systems and equipment. The document emphasizes safety protocols, regulatory compliance, and the coordination of multiple disciplines. It highlights the necessity for thorough planning, precise execution, and ongoing maintenance considerations, indicating a commitment to modernizing facilities while prioritizing safety and compliance with all applicable guidelines and regulations.
    The "PRICE SCHEDULE BREAKDOWN INSTRUCTIONS" file outlines the fixed-price structure for federal government RFPs, specifically for the "Replace Mechanical and Plumbing" project at Walla Walla VAMC. It details how costs are categorized by construction "Divisions" (CSI specifications) and other items such as mobilization, insurance, taxes, and overhead. The document clarifies that the line-item breakdown is for informational purposes only and does not imply separate billable deliverables. It emphasizes that awardees are responsible for the accuracy of all calculations and for transposing totals to the Price Summary. Field office overhead and general conditions are considered interchangeable and applied only once to the contract.
    This government file outlines the Department of Veterans Affairs (VA) Notice of Limitations on Subcontracting for services and construction, specifically for Project Number 687-21-106, which involves replacing mechanical and plumbing systems. The document details the subcontracting limitations based on the type of contract. For general construction, contractors are prohibited from paying more than 85% of the government-paid amount to firms that are not certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The cost of materials is excluded from this calculation. The offeror must certify compliance with these limitations, acknowledging that false certifications may lead to criminal, civil, or administrative penalties. The VA reserves the right to request documentation to verify compliance, and failure to provide such information may result in remedial action. The certification must be completed, signed, and returned with the offeror's bid, as offers without it will be deemed ineligible.
    The Past Performance Questionnaire (PPQ) is a critical document used by the Veterans Health Administration (VHA) Regional Procurement Office-West (RPOW) Network Contracting Office 20 (NCO 20) to evaluate offerors for the 687-21-106 CON Replace Mechanical and Plumbing project. This form, to be completed by both the contractor and the client, assesses a firm's past performance in areas such as quality, schedule, communication, management, cost, and subcontract management. Contractors provide their information and project details, while clients verify this information and provide ratings based on defined adjectival scales (Outstanding, Above Average, Satisfactory, Unsatisfactory, Not Applicable). The PPQ helps NCO 20 determine an offeror's ability to perform the work outlined in the solicitation, ensuring accountability and effective project execution. The completed questionnaire is returned to the offeror, not directly to NCO 20.
    The project outlines the replacement of outdated mechanical and plumbing systems at the Jonathon M. Wainwright Memorial Medical Center in Walla Walla, Washington, due to the age and deterioration of existing facilities. The work involves significant upgrades across 11 buildings, including integration of controls, electrical disconnections for old equipment, architectural modifications for system installations, structural reinforcements, and fire/life safety adaptations. Expected deliverables include testing documents and warranty information, with a 360-day performance period. Oversight will be provided by the Contracting Officer's Representative (COR), who will ensure compliance and acceptable working conditions, culminating in a systems demonstration for final acceptance. The project emphasizes the VA's commitment to maintaining and improving healthcare facilities for veterans, reflecting ongoing investment in infrastructure and safety.
    The Asbestos Survey Report for Building 63 at the Walla Walla VA Medical Center was prepared by Mabbett & Associates in June 2019. The survey aimed to identify potential asbestos-containing materials (ACM) within the building, which is a one-story plumbing shop constructed in 1904. During the survey, conducted over several days, 25 bulk samples were collected and analyzed. Results showed that only one sample contained asbestos exceeding 1%, while two other materials had previously been identified as ACM or presumed ACM (PACM). The methodology employed included a comprehensive visual inspection and sampling plan in accordance with EPA and OSHA regulations. However, certain areas remained inaccessible, necessitating further inspection before any renovation or demolition. Significant findings included the presence of damaged pipe insulation and contaminated soil in the crawlspace, alongside flooring tile and joint compounds containing chrysotile asbestos. The report emphasizes the necessity for ongoing monitoring of the ACM and proper safety measures during maintenance activities. It is vital for facility management to identify and assess ACM prior to work that might disturb these materials. This survey serves as a crucial document for regulatory compliance and worker safety at the Walla Walla VA Medical Center.
    This report, prepared by Mabbett & Associates, Inc. for the Walla Walla VA Medical Center, details an asbestos survey conducted in Building 65, a Carpenter and Paint Shop structure built in 1904. The survey's objective was to identify asbestos-containing materials (ACM) to ensure worker safety and inform future renovation activities. Over two fieldwork periods in February and March 2019, a total of twelve bulk samples were collected, leading to the identification of three materials containing more than 1% asbestos. The survey followed EPA and OSHA standards, with sampling focusing on accessible areas while noting restrictions that could potentially limit findings, such as inaccessible walls and ceilings. Key findings include 2% chrysotile in joint compounds and 20% chrysotile in transite paneling, among others. The report emphasizes the necessity of thorough pre-demolition inspections, highlights the importance of proper handling of ACM when renovations are planned, and states that materials not analyzed during the survey should be presumed to contain asbestos unless proven otherwise. It serves as a crucial reference for the Walla Walla VAMC to ensure compliance with safety regulations during any future work involving these materials.
    The Asbestos Survey Report for Building 66 at the Walla Walla VA Medical Center, prepared by Mabbett & Associates, Inc., outlines the presence of asbestos-containing materials (ACM) identified during inspections conducted between February and June 2019. The report details the collection and analysis of 41 bulk samples from various materials within the building, confirming that two samples contained asbestos greater than 1%. The building, constructed in 1937, primarily serves as a laundry facility and covers approximately 8,725 square feet. Key findings include specific materials, such as expansion joint caulk and floor tiles, along with their asbestos content. The methodology involved a thorough visual inspection and sampling informed by two prior asbestos surveys. The report emphasizes the need for caution before undertaking renovations or maintenance due to hidden ACM within inaccessible areas. It also highlights that any suspected ACM should be treated as containing asbestos unless proven otherwise, underscoring the importance of using licensed abatement contractors for disturbance to identified ACM. Overall, this report serves as a critical document for ensuring worker protection and safe management of asbestos during future building maintenance or renovations.
    The Asbestos Survey Report for Building 74A at the Walla Walla VA Medical Center, prepared by Mabbett & Associates, Inc., identifies asbestos-containing materials (ACM) within the facility. Conducted under AES Contract Number VA201-1901.1, the survey took place over two periods in February and March 2019, adhering to EPA and OSHA regulations. A total of forty-seven bulk samples were collected, with analysis confirming that one sample contained asbestos greater than 1% (specifically, a 12" x 12" cream floor tile with 2% chrysotile). The report details the inspection methodology, sampling strategies, analytical methods, and limitations faced during the survey. The findings emphasized that there are areas of the building that were inaccessible during the survey, and recommendations are provided for a comprehensive pre-demolition survey prior to any renovation work. It is crucial for the Walla Walla VAMC to ensure that personnel are informed about the locations of identified ACM, and to employ licensed asbestos abatement contractors for any disturbance of these materials in compliance with regulations. The report outlines a structured approach to managing potential asbestos hazards to maintain both worker safety and regulatory adherence during future operations in the facility.
    The Asbestos Survey Report for Building 81 at the Walla Walla VA Medical Center, conducted by Mabbett & Associates in June 2019, aims to identify asbestos-containing materials (ACM) for safety and compliance. The survey was part of a contractual obligation and included inspections conducted over multiple days by certified inspectors. A total of 43 bulk samples were analyzed using polarized light microscopy, with results indicating no samples contained more than 1% asbestos, classifying them as non-ACM. The report details the methodology, historical data reviews, and access limitations encountered during the survey, noting that certain inaccessible areas of the building were not fully evaluated. It advises that future renovation or maintenance activities involving previously inaccessible areas require a full destructive asbestos inspection. The report emphasizes the importance of precautionary measures when working near identified suspect materials, supporting the need for safety during maintenance at the facility. Overall, the document serves as a crucial record for ensuring worker safety and guiding future renovations, highlighting the need for adherence to environmental and health regulations related to asbestos management.
    The Asbestos Survey Report for Building 82 at the Walla Walla VA Medical Center was conducted by Mabbett & Associates, Inc. in June 2019, pursuant to AES Contract Number VA201-1901.1. This survey aimed to identify asbestos-containing materials (ACM) and was carried out through two phases of inspections, sampling forty-eight bulk specimens from suspect materials across the facility. The analysis revealed that three of these samples contained asbestos above 1%, indicating their classification as ACM. Key findings highlighted the presence of ACM in joint compound, floor tiles, and pipe insulation, with specific percentages of chrysotile asbestos identified. The report emphasizes the need for careful handling of the identified materials during any maintenance or renovation activities, recommending full pre-demolition inspections for areas previously inaccessible. Limitations of the survey were acknowledged, stating that not all potential ACM may have been identified due to accessibility restrictions. In conclusion, adherence to safety protocols regarding asbestos is crucial, and any disturbances to identified or suspected ACM must involve licensed abatement professionals. This report is essential for ensuring regulatory compliance and protecting worker safety as renovation plans progress within the facility.
    The Asbestos Survey Report for Building T1 at the Walla Walla VA Medical Center, conducted by Mabbett & Associates, details the presence of asbestos-containing materials (ACM) based on samples collected from the facility. The survey, performed in February and March 2019, identified one sample with asbestos content exceeding the regulatory threshold of 1%, specifically 5% chrysotile in floor tiles. Two additional materials were previously classified as ACM or presumed ACM. The report assesses the building's structure, built in 1947, and outlines methodologies for sampling and analyzing materials according to EPA and OSHA standards. Limitations due to inaccessible areas are noted, stressing the necessity for further inspection prior to renovations. The findings ensure worker safety and guide future maintenance and construction planning, highlighting crucial regulatory compliance for any disturbances to identified ACM. The report emphasizes the requirement of licensed contractors for any abatement activities and continuous monitoring of ACM during work to safeguard health and safety within the facility.
    Mabbett & Associates, Inc. conducted a comprehensive asbestos survey at Building T2 of the Walla Walla VA Medical Center in June 2019, focusing on identifying asbestos-containing materials (ACM). The survey, carried out under AES Contract Number VA201-1901.1, resulted in the collection of 42 bulk samples, revealing seven positive samples for asbestos content greater than 1%. Historical data from previous surveys were also incorporated to assess potential risks comprehensively. The structure, built in 1945, was visually inspected by trained inspectors, with sampling methodologies adhering to EPA and OSHA regulations. Key findings include various materials identified as ACM, such as floor tiles and crawl space debris, with asbestos types predominantly chrysotile and amosite. The report emphasizes the importance of reviewing asbestos survey results before undertaking renovations and recommends that any suspect materials not covered in the report should be treated as ACM until laboratory verification is completed. This document serves to guide future maintenance and renovation efforts, ensuring that worker safety and regulatory compliance are prioritized throughout any asbestos management strategy at the facility.
    Mabbett & Associates, Inc. performed an Asbestos Containing Material (ACM) survey at Building T7 of the Walla Walla VA Medical Center in June 2019, under AES Contract Number VA201-1901.1. The two-story chapel, built in 1945, underwent thorough inspections and sampling of suspect materials between February and March 2019 to identify ACM. Ten bulk samples were collected, revealing that two contained over 1% asbestos, while four additional materials were previously classified as ACM. The report notes sampling adherence to EPA regulations and outlines deficiencies due to inaccessible areas, such as within walls and ceilings. Key findings included various floor coverings and thermal insulation materials posing potential hazards that must be managed during maintenance or renovation activities. The report emphasizes the need for comprehensive pre-demolition surveys for inaccessible areas before any significant work and stresses that any suspect material encountered should be treated as ACM until proven otherwise. This ACM survey is critical for ensuring worker safety and compliance with regulations as plans for renovations are developed.
    The file pertains to the U.S. Department of Veterans Affairs' project titled "Walla Walla Replace Mechanical Systems," which aims to upgrade mechanical and electrical systems at the Walla Walla location in Washington. Key components of the project include the replacement and installation of mechanical and plumbing systems, with the objective of enhancing operational capacity and safety standards. The document details the architectural and engineering plans, providing construction specifications such as electrical requirements (new power supplies, disconnects, and conduits) and mechanical equipment installations. Additional notes emphasize coordination among contractors and verification of existing electrical capacities to ensure compliance and operational efficiency. The project reflects the VA's commitment to modernizing infrastructure for improved service delivery to veterans, ensuring compliance with safety and operational standards throughout the construction process. Compliance with various requirements and a detailed timeline for completion is also noted, contributing to the effective planning and execution of the project.
    The Jonathan M. Wainwright Memorial VA Medical Center has issued a Request for Proposal (RFP) for the replacement of mechanical and plumbing systems under Project Number 687-21-106. Scheduled for completion by March 17, 2025, the project documentation outlines comprehensive construction specifications, including safety protocols, quality control measures, demolition and installation tasks for plumbing and HVAC systems, and operational guidelines for contractors. Particular emphasis is placed on the need for adherence to VA security protocols, environment protection measures due to the site's historic status, and coordination to minimize disruptions to medical services. Contractors must ensure that existing facilities remain operational throughout the construction phase and develop a detailed work plan addressing phasing and potential service interruptions. Compliance with federal safety standards and quality assurance is mandatory during all project stages to ensure safety for both workers and patients at the medical center. This undertaking reflects the government's commitment to improving infrastructure while ensuring regulatory compliance and the safety of its facilities.
    The document outlines the mechanical plans for replacing the mechanical and plumbing systems in Building T-7 of the Veterans Affairs facility in Walla Walla, Washington. It specifies detailed refrigerant piping, airflow requirements, and the installation of new temperature sensors linked to a digital control system. Key components include various duct sizes and air handling units detailed in the mechanical plans, along with annotations for the installation process. The plans emphasize compliance with the construction standards and include a bid update along with the project number and architectural stamps. This initiative reflects the VA's commitment to upgrading its infrastructure to ensure optimal functionality and safety within its healthcare facilities. The project aims to modernize the systems to enhance patient care and operational efficiency.
    The document outlines a construction project (Project Number: 687-21-106) at the Walla Walla Veterans Affairs facility, focused on replacing mechanical and plumbing systems. It details the project's location, timelines, and engineering specifications created by GDM, Inc., with construction documents completed by March 2025. The project aims to modernize existing systems including HVAC, ventilation, and plumbing to enhance operational efficiency and ensure compliance with health and safety standards. Key considerations include the installation of air distribution systems, exhaust ducts, and energy-efficient units, while coordination with architectural designs is emphasized. The documentation also presents comprehensive equipment schedules, including specifications for various system components such as air inlets, outdoor units, thermal efficiency standards, and duct heaters. Safety protocols and detailed procedures outline installation requirements and system testing, ensuring the project's alignment with VA regulations. This effort demonstrates the commitment to improving facilities that serve veterans, enhancing comfort and reliability in critical healthcare services.
    The document details a comprehensive topographic survey conducted for the Jonathan M. Wainwright Memorial VA Medical Center in Walla Walla, Washington. It includes data on horizontal control points based on NAD 83 coordinates, elevation benchmarks using NAVD 88, and various utilities identified during the survey. The survey was performed by IMEG Corporation between October 27 and November 17, 2019, referencing city records to ensure accuracy. Key control points are documented with their respective Northing and Easting values, along with descriptions of physical markers used for elevation measurements. This project serves to inform potential infrastructure improvements and utility management on the medical center's premises. The comprehensive mapping is crucial for future planning and compliance with municipal standards in federal grants or contracts related to facility upgrades or development in the area.
    The document presents a topographic and utility survey for the Jonathan M. Wainwright Memorial VA Medical Center in Walla Walla, Washington, utilizing both horizontal control data based on the NAD 83 coordinate system and vertical datums based on NAVD 88. It lists specific control points, northing and easting coordinates, and elevations for various survey markers, along with descriptions of their locations and contexts. The survey includes details about existing utilities and infrastructure, such as stormwater and irrigation systems, and outlines the mapping basis, which is derived from extensive field surveys and previously established control points. The data is essential for planning and future development projects, ensuring adherence to federal guidelines and local regulations while enhancing operational efficiency and safety within the medical center's campus. This survey serves as a foundational reference for future construction and improvements in alignment with government standards for facility upgrades and maintenance.
    The U.S. Department of Veterans Affairs (VA) is initiating a project titled "Replace Mechanical and Plumbing Systems" at the Walla Walla, Washington facility. The project, identified by VA Project Number 687-21-106, is in the pre-construction phase, with an anticipated completion date of March 20, 2025. The construction documents, developed by GDM, Inc, include comprehensive requirements for replacing existing mechanical and plumbing systems, ensuring compliance with various codes and regulations, including the International Building Code (IBC) and the National Fire Protection Association (NFPA) standards. Key components include the installation of new HVAC systems, plumbing fixtures, and ductwork, with an emphasis on accessibility and maintenance. The project also necessitates careful coordination with multiple trades to avoid disruption and enhance operational efficiency. Additionally, accessibility requirements, environmental health considerations, and safety protocols are stipulated, underscoring the VA's commitment to providing quality healthcare environments for veterans. Overall, this project aims to modernize the Walla Walla facility’s infrastructure, aligning with VA's strategic goals of improving facility management and delivering high-quality services to veterans and their families.
    The document outlines the mechanical and plumbing system replacement project for the Jonathan M. Wainwright Memorial VA Medical Center in Walla Walla, Washington, under project number 687-21-106. This project encompasses comprehensive calculations related to HVAC load, mechanical system specifications, and electrical requirements necessary for upgrading the facility. It includes detailed water softener capacity metrics for two systems (B140 and B143), which reflect varying monthly water consumption and regeneration cycles, alongside HVAC and clean room air change calculations. Additionally, the calculations provide insights into electrical and structural loads, ensuring that the new systems meet federal regulations and standards for VA facilities. The document emphasizes the necessity of a well-structured approach to the replacement process, including thorough assessment and coordination with engineering teams to ensure efficient integration of new systems. This project underscores the VA's commitment to improving medical center infrastructure by enhancing operational efficiency and maintaining compliance with health and safety regulations.
    The document is a wage determination under the Davis-Bacon Act for building construction projects in Walla Walla County, Washington, effective June 6, 2025. It outlines prevailing wage rates for various construction labor classifications, requiring contractors to pay at least the specified minimum rates, depending on contract type and dates, in compliance with Executive Orders 14026 and 13658. The rates cover skilled trades such as electricians, carpenters, plumbers, and laborers, along with specific fringe benefits. Furthermore, the document specifies the process for wage determination appeals and the appeal rights for interested parties. It provides guidelines on modifying classifications if necessary and establishes that additional classifications may be added post-award. The wage determination reflects the government's commitment to ensuring fair compensation for construction workers on federally funded projects. This information is critical for contractors participating in federal grants or local RFPs, ensuring compliance with labor standards and equitable treatment of workers in public construction projects.
    The provided document appears to be corrupted or contains significant data loss, rendering it unreadable. Consequently, it is impossible to identify a main topic, key ideas, or supporting details. As a result, no context can be derived regarding government RFPs, federal grants, or state and local RFPs. The lack of coherent content limits the ability to summarize and analyze the document. For a comprehensive assessment and summary, a legible and properly formatted version of the document is required.
    The document outlines the Price Schedule Breakdown instructions for a federal contract related to construction tasks at the Walla Walla VAMC, specifically the replacement of mechanical and plumbing systems. It emphasizes that pricing will be fixed, and the awardee is responsible for ensuring the accuracy of calculations in the Price Summary. Each line item corresponds to a construction specification division recognized by the Construction Specification Institute. The breakdown includes various divisions such as concrete, masonry, and mechanical systems, among others. The document clarifies that field office overhead and general conditions are treated as a single cost category applied only once. The Price Schedule contains sections for overhead rates, profit, and a detailed itemization of costs including mobilization, taxes, and insurance. Overall, the purpose is to provide a structured pricing framework for potential contractors responding to the Request for Quote (RFQ) for the renovation project, ensuring clarity and compliance with federal procurement processes.
    The document pertains to the contract requirements for a project under the VA’s initiative to replace mechanical and plumbing systems. It outlines the certification of compliance concerning limitations on subcontracting as dictated by 38 U.S.C. 8127(l)(2). The contractor, if awarded the contract, must adhere to specific limitations on the amount paid to non-SDVOSB (Service-Disabled Veteran-Owned Small Business) subcontractors, which varies by contract type—85% for general construction and 75% for special trades. The offeror must acknowledge the potential legal implications of providing false certifications and is accountable for demonstrating compliance with these subcontracting limitations through documentation such as invoices and subcontracts. Failure to comply with certification requirements may render offers ineligible for consideration. This document underscores the VA's commitment to fostering small business involvement, particularly those owned by veterans, ensuring they receive a fair portion of government contracts while maintaining oversight and compliance standards throughout the contract period.
    The Past Performance Questionnaire (PPQ) is a form utilized by the Veterans Health Administration (VHA) for evaluating contractors bidding on a project involving mechanical and plumbing replacement in Walla Walla, WA. Section 1 requires contractors to provide detailed information about their business, contract specifics, project scope, and relevance to the new project. Section 2, to be filled by evaluators, assesses the contractor's past performance across several criteria, including quality of work, adherence to schedules, communication skills, management effectiveness, financial handling, and subcontract management. The evaluator must provide a rating of the contractor's overall performance, ranging from "Outstanding" to "Unsatisfactory," and include comments that highlight strengths or issues encountered. The goal is to determine the contractor's capability to fulfill the contract requirements and to make informed decisions about award eligibility. This document is crucial in the context of federal contracting as it ensures a thorough evaluation process based on historical performance data.
    The Jonathan M. Wainwright Memorial VA Medical Center is undertaking a project to replace mechanical and plumbing systems, identified by Project Number 687-21-106. Scheduled for 2025, the project focuses on the design and analysis of new HVAC systems, including detailed calculations of airflow, water consumption, and system capacities for the buildings involved in this initiative. It emphasizes accurate sizing of water softeners for optimal capacity and regeneration cycles while integrating advanced mechanical systems to enhance indoor air quality and overall operational efficiency. Additionally, the project outlines electrical load calculations and structural assessments relevant to the new systems, ensuring compliance with specifications necessary for maintaining health and safety standards in a healthcare environment. This extensive infrastructure upgrade reflects the VA's commitment to providing modern and efficient medical services.
    The document outlines the "Replace Mechanical and Plumbing Systems" project for the Walla Walla Veterans Affairs Medical Center, focusing on upgrading critical infrastructure in accordance with federal and VA guidelines. Specifically, it includes 100% construction documents relating to mechanical and plumbing system replacements, adhering to relevant building codes and accessibility standards. GDM, Inc., serving as the consultant, details project responsibilities for contractors regarding system design, installation, and commissioning. The project includes requirements for system start-up, testing, and compliance with safety standards. The documentation specifies the necessity for system upgrades, incorporates vehicle traffic safety measures, and mandates that all new equipment be installed in accessible locations. Additional attention is given to environmental and energy standards, as well as precautions for coordinating work with other trades and maintaining a safe work site. The focus is on improving operational efficiency while ensuring compliance with VA procedures and addressing any potential hazards effectively. This project illustrates the VA's commitment to providing high-quality facilities for veterans through significant infrastructural improvements.
    The Jonathan M. Wainwright Memorial VA Medical Center in Walla Walla, Washington, is set to replace aging mechanical and plumbing systems across its campus through Project 687-21-106. The project addresses the extensive deterioration of systems over 50 years old, replacing key components like HVAC equipment, piping, and plumbing fixtures. It specifically outlines work across multiple buildings, providing new air conditioning, modernizing steam and condensate systems, and improving water quality monitoring. The scope encompasses electrical and structural modifications necessary for the new installations. Building codes and standards from the U.S. Department of Veterans Affairs and other regulatory bodies will guide the construction process, ensuring compliance with safety and accessibility requirements. The project's execution will include the removal of hazardous materials, such as asbestos and lead, with proper abatement protocols in place. This undertaking reflects the VA's commitment to enhancing facility functionality while ensuring adherence to health and safety regulations. The systematic replacement of these essential systems will not only modernize the medical center’s infrastructure but also improve operational efficiency and patient care environments.
    The document is a Sources Sought announcement regarding solicitation number 36C26026025R0065 for a construction project at the Jonathan M. Wainwright VA Medical Center in Walla Walla, WA. The project aims to replace outdated mechanical and plumbing systems across multiple buildings, with an estimated cost between $1,000,000 and $5,000,000. The Veterans Health Administration is seeking market research information from interested small business firms capable of executing the required work under NAICS code 238220. Responses, which should not exceed five pages, must include contact information, business size classification, a capabilities statement, estimated project time, potential long-lead materials, and relevant past performance details. There are specific compliance requirements for small businesses, including Service Disabled Veteran Owned Small Businesses. The responses will help shape the government's acquisition strategy and upcoming solicitations. Interested parties must submit their responses via email by April 21, 2025, emphasizing that no proposals are being solicited at this stage. This process reflects the government's efforts to engage small businesses while ensuring compliance with federal standards and best practices in procurement.
    The Jonathan M. Wainwright Memorial VA Medical Center in Walla Walla, Washington, is initiating a project (Project Number 687-21-106) to replace its mechanical and plumbing systems. This project involves comprehensive construction work that includes the demolition and installation of HVAC and plumbing systems, as well as modifications to electrical components to support the new installations. The project will be executed according to detailed specifications across various divisions, ensuring compliance with safety, environmental, and quality control standards. Key requirements include strict adherence to safety protocols, proper handling of hazardous materials, and maintaining operational standards for the Medical Center during construction to minimize disruption. The contractor is responsible for phasing the work, ensuring consultation with the Contracting Officer’s Representative (COR) for all interruptions of utility services. All work must comply with established building codes and guidelines, including provisions for historic preservation due to the site's status as a historic district. This initiative underscores the VA's commitment to improving healthcare facilities while ensuring compliance with federal regulations, enhancing safety, and providing high-quality environments for patient care.
    Similar Opportunities
    J041--OR MECH HW CW PUMP REPLACEMENT WASHINGTON DC VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of two non-potable hot water pumps and two chilled water pumps in the Operating Room Mechanical Room at the Washington DC VA Medical Center. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to perform demolition, equipment supply and installation, electrical work, controls integration, and training for VA staff. The project is critical for maintaining the operational efficiency of the medical facility's heating and cooling systems, ensuring a safe environment for patients and staff. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should contact Contracting Officer John Ritter at john.ritter2@va.gov or 843-814-0299 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.
    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.
    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.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for Project 648-20-116, which aims to correct electrical deficiencies at the Vancouver VA Medical Center. This project involves replacing, modifying, or upgrading existing electrical power distribution equipment in accordance with a Wiley-Wilson arc-flash report, and includes conducting a facility-wide arc-flash hazard risk assessment upon completion. The work is critical for ensuring the safety and operational efficiency of the medical facility's electrical infrastructure. The solicitation is set to be posted around December 2025, with an estimated contract value between $5,000,000 and $10,000,000, and is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested contractors can contact Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341 for further information.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    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.
    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.
    Z1DA--648-24-701 EHRM Infrastructure Upgrades Phase 2 Construction - Portland, OR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for the Design-Bid-Build EHRM Infrastructure Upgrades Phase 2 project at the Portland VA Health Care System, which encompasses significant construction and infrastructure enhancements in Portland, OR, and Vancouver, WA. The project requires contractors to assess existing conditions, perform demolition, and provide comprehensive labor, materials, and supervision across various disciplines, including civil, plumbing, mechanical, electrical, and electronic work. This initiative is crucial for upgrading the facility's infrastructure, including fiber optic installations, HVAC systems, and fire safety measures, ensuring improved operational efficiency and safety for veterans. The solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be issued as an Invitation for Bid (IFB) in late October 2025, with an estimated construction value between $5 million and $10 million and a performance period of approximately 365 days. Interested parties can direct inquiries to Contract Specialist Sierra Tate at Sierra.Tate@va.gov or by phone at 216-447-8300.
    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.