Y1PZ--902-MM-FY25-010 Utilities for Trailer Roseburg NC
ID: 36C78625B0026_1Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CEMETERY ADMIN (36C786)QUANTICO, VA, 22134, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for the "Utilities for Trailer" project at the Roseburg National Cemetery in Oregon, specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves the installation of essential utilities, including electrical, telecommunications, water, and sewage services to a new trailer designated for employee office space, with a contract value estimated between $100,000 and $250,000. This initiative underscores the VA's commitment to enhancing its facilities while supporting small businesses, ensuring compliance with safety and building codes, and maintaining the cemetery's aesthetic integrity. Interested contractors must submit their bids by June 30, 2025, at 10 AM EST, and can reach out to Contracting Specialist Michael Giaquinto at michael.giaquinto2@va.gov for further information.

    Point(s) of Contact
    Michael GiaquintoContracting Specialist
    michael.giaquinto2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) issued a Request for Proposals (RFP) for the construction project titled "Utilities for Trailer" at the Roseburg National Cemetery in Oregon. The contract, valued between $100,000 and $250,000, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project entails the installation of utilities, including underground conduits and lines for electrical, telecommunications, water, and sewage services to a trailer on site. Key requirements include adherence to safety and building codes, with particular attention to the protection of existing graves and cemetery aesthetics. Bid submissions are due by June 23, 2025, and a site visit is scheduled for May 30, 2025. The contractor is required to furnish labor, materials, and meet specific technical standards as per the Statement of Work, including the completion of work within 60 days from the notice to proceed. The solicitation emphasizes the necessity of performance bonds, strict adherence to contract clauses regarding inspections, and submission of certified payroll records. This RFP underscores the VA’s commitment to improving its facilities while supporting small businesses in the procurement process.
    The document serves as Amendment No.1 to Solicitation 36C78625B0026, related to utilities for a trailer for the Department of Veterans Affairs' National Cemetery Administration. It addresses received Requests for Information (RFIs) and outlines clarifications regarding the scope of work (SOW). Main highlights include confirmation of the installation of electrical systems internally within the trailer, the inclusion of a hose bib at the maintenance building, and the acknowledgment that certain documents were incorrect or out of scope. A revised SOW is issued to clarify these aspects, while the bid due date remains unchanged, set for June 23 at 1 PM Eastern time. Additionally, the document clarifies that no layout for utility hookups or as-builts for the irrigation system are available at this time. This amendment ensures that all parties are aligned on project requirements and maintains the solicitation’s timeline, thus illustrating the government's structured approach in managing procurement tasks.
    The Department of Veterans Affairs is soliciting bids for the "Utilities for Trailer" project at the Roseburg National Cemetery in Oregon. The project entails the installation of electrical, telecommunication, sewage, and water services to a new trailer intended for employee office space. Key tasks include the installation of 275 linear feet each of conduits and cables, sewage, and water lines alongside trench excavation and backfill work. The project must comply with relevant federal, state, and local codes, and is expected to be completed within 60 calendar days from the notice to proceed. Amendment No. 2 extends the bid submission deadline to June 30, 2025. The contractor is responsible for ensuring minimal disruption to cemetery operations, adhering to safety standards, maintaining clear site conditions, and displaying proper conduct and attire. Specific attention is demanded during installation to honor the cemetery's status as a national memorial. The contractor will also be accountable for proper disposal of debris and required site restoration. This project exhibits the government's commitment to maintaining and enhancing cemetery facilities for veteran services.
    This document serves as Amendment No. 3 to Solicitation 36C78625B0026 concerning utilities for a trailer at Roseburg National Cemetery, issued by the Department of Veterans Affairs. It informs bidders that the request for information (RFI) responses have been addressed, and the bid due date remains set for June 30, 2025, at 10 AM EST. A specific RFI related to the height of a perimeter fence has been clarified to be 8 feet, with a recommended width for the main vehicle gate ranging from 20 feet to accommodate commercial use. The amendment emphasizes the importance of acknowledgment of the amendment prior to the specified due date for offers to prevent rejection. Overall, the amendment is part of ongoing efforts to ensure clarity and compliance in the bidding process for necessary utilities at the cemetery, underlining the government's commitment to providing clear guidance to contractors.
    The Roseburg National Cemetery is initiating the Utilities for Trailer project to install essential services for a new employee trailer at its Oregon location. This project involves installing approximately 275 linear feet of electrical and telecommunications conduits and cables, along with 231 linear feet of sewage and water lines. A qualified contractor is sought to undertake all related work, including trenching, backfilling, and the necessary reinstatement of concrete pavement. The scope highlights coordination with cemetery operations, safety regulations, and adherence to applicable federal and state codes during execution. The contractor is required to ensure minimal disruption to cemetery activities and to maintain proper decorum in this sensitive environment. Construction must start within two weeks of the Notice to Proceed and be completed within 30 calendar days. Key safety protocols, quality control measures, and standards of conduct for contractor personnel are also detailed, emphasizing the cemetery's significance as a national shrine. This project showcases the VA's commitment to enhancing operational capabilities at the cemetery while honoring its mission and values.
    This document outlines specifications for the construction of sanitary sewer utilities, detailing the materials, procedures, and requirements necessary for installing underground sewer systems within five feet of a building line. It includes sections on relevant design standards, quality assurance, delivery, storage, handling, coordination with public utilities, submittals, product criteria, performance guarantees, and warranty requirements. Key components discussed include various types of piping materials (PVC and ductile iron), manholes, cleanouts, valves, and the installation process. The document emphasizes compliance with various American standards and regulations to ensure system integrity, proper installation techniques, operational proper flow direction, and safety measures during construction. It is essential for contractors and engineers working on government-funded projects to adhere to these specifications to maintain safety, quality, and environmental standards while ensuring efficiency in the sewer infrastructure development. The structured guidelines aid in the proposal evaluation process for federal, state, and local grants and RFPs, ensuring projects meet established benchmarks for sanitary sewer utilities.
    The Roseburg National Cemetery in Oregon has initiated the Utilities for Trailer Project (Project No. 902-MM-FY25-010) to provide essential services to a new office trailer for employees. The contract seeks a qualified contractor to install approximately 275 linear feet of electrical and telecommunications conduits and cables, alongside sewage and water lines. Key tasks include connecting these lines to the existing Administration Building infrastructure, saw cutting concrete, trenching, backfilling, and replacing pavement. The project must comply with all relevant codes, such as the National Electrical Code and the National Standard Plumbing Code, while ensuring minimal disruption to cemetery operations. Work hours will be from 7:00 a.m. to 4:30 p.m., Monday to Friday, with a completion timeline of 60 calendar days post-Notice to Proceed. Contractor conduct must reflect the cemetery's reverence as a national shrine, including adhering to standards of appearance, behavior, and safety protocols. The contractor must also guarantee workmanship quality for one year post-acceptance, ensuring all installations are free from defects and conformance issues. The importance of this project lies in its role to enhance operational efficiency and employee workspace while honoring the site’s sanctity.
    The document outlines various specifications related to grading and site plans for construction projects, indicating dimensions, elevations, and the involvement of multiple engineering firms. It details critical measurements necessary for accurate grading of assembly areas and public information centers, although the specific design elements are relegated to construction-focused annotations. Firms such as JJR, LLC and SmithGroup, Inc. are noted as involved parties, providing relevant contact information. The file emphasizes the meticulous planning required for the grading process to ensure structural integrity and compliance with governmental regulations. It illustrates the collaborative nature of public works projects, which typically require thorough assessments and coordinated efforts with engineering and architectural professionals to facilitate successful project implementation while maintaining adherence to safety standards.
    This document outlines the commissioning requirements for site utility systems associated with Division 31 in the context of a project overseen by the VA. It emphasizes the responsibilities of the contractor regarding the commissioning process, which is managed by a Commissioning Agent (CxA) appointed by the VA. The key components include the need for documentation, testing, and training for VA personnel, all of which must adhere to established procedures in the GENERAL COMMISSIONING REQUIREMENTS section. Crucial aspects of the execution include ongoing construction inspections, the use of Pre-Functional Checklists for verifying system readiness, and the requirement of contractor tests prior to the functional performance testing of systems. The document mandates coordination between the contractor and the Commissioning Agent for inspections and testing schedules. Training for VA maintenance staff is also necessary, ensuring they are well-versed in system operations. Overall, this document serves as a guideline to ensure systems are properly commissioned, verified for performance, and that stakeholders are adequately trained, aligned with the VA’s operational standards and safety protocols in federal construction projects.
    The document outlines wage determination for heavy construction projects in Douglas County, Oregon, under the Davis-Bacon Act. It specifies minimum wage rates for various worker classifications based on two Executive Orders: 14026 and 13658, applicable based on contract award dates. For contracts initiated or renewed after January 30, 2022, workers must be compensated at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, are subject to a minimum wage of $13.30 per hour. Wage rates for specific trades, such as electricians, power equipment operators, and laborers, along with respective fringe benefits, are detailed in the document. It also provides rules on classification requests for unlisted jobs, information on the appeals process for wage determinations, and outlines the protective measures for contractor compliance with wage laws and sick leave requirements. The file serves as a critical resource for contractors involved in state and federal RFPs to ensure adherence to wage standards and labor regulations, ensuring that workers are fairly compensated throughout construction projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Willamette National Cemetery Grounds Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Willamette National Cemetery in Happy Valley, Oregon. The procurement involves comprehensive landscaping tasks, including turf management, tree and shrub care, and leaf removal, with strict adherence to National Cemetery Administration standards and a focus on maintaining the cemetery's dignity. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses, has a guaranteed minimum value of $10,000 and a maximum aggregate value of $7 million over five ordering periods, with a performance period from February 1, 2026, to January 31, 2030. Interested vendors must submit their proposals by December 30, 2025, and are encouraged to contact Brian Trahan or Ralph Crum for further information.
    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.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, focusing on critical infrastructure improvements including dam spillway modifications and drainage enhancements. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with Colorado state regulations while modernizing cemetery facilities. Interested bidders must submit their proposals electronically by January 14, 2026, at 2:00 PM EST, with a virtual bid opening scheduled for the same day at 2:15 PM EST. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    Regulated Medical Waste Disposal for Roseburg VAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide Regulated Medical Waste disposal services for the Roseburg VA Health Care System and its associated clinics in Oregon. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a firm fixed price contract with a base year and four option years, running from January 2026 to December 2031. The services required encompass weekly and bi-weekly pickups of various medical wastes, which must be incinerated for energy recovery, while ensuring compliance with all relevant regulations and maintaining security and HIPAA standards. Interested parties should contact Brian Millington at brian.millington@va.gov for further details regarding the solicitation.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1 Development
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Jefferson Barracks National Cemetery, Sylvan Springs Phase 1 Development project in St. Louis, Missouri. This project aims to expand the cemetery by 33.6 acres, increasing burial capacity to accommodate an estimated 208,000 veterans in the St. Louis area until FY 2045, with a focus on providing efficient casketed and cremation options. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), includes general construction and pre-placed crypts, with a total performance period of 912 calendar days, including an Early Turnover phase of 252 days. Proposals are due by January 14, 2026, and interested parties should contact Contracting Officer Joshua Gibson at Joshua.Gibson2@va.gov for further information.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for grounds maintenance services at the Sacramento Valley National Cemetery in Dixon, California. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses, encompasses a range of landscaping and groundskeeping tasks, including headstone care, turf maintenance, and irrigation system services, with a base period from July 1, 2025, to June 30, 2026, and four additional option years extending through June 30, 2030. This procurement is critical for maintaining the cemetery's solemn environment and ensuring the respectful upkeep of burial sites. Interested contractors must submit their proposals by January 7, 2026, and can contact Contract Specialist Brian Trahan at brian.trahan@va.gov for further information.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Z1DA--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.