Z2DA--Provide Dedicated Steam Supply Line to SPS
ID: 36C24825R0101Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

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

    The Department of Veterans Affairs is soliciting proposals for the construction of a dedicated steam supply line to the Sterile Processing Service (SPS) at the VA Caribbean Healthcare System in San Juan, Puerto Rico. The project, identified by RFP number 36C24825R0101, aims to enhance the facility's infrastructure by establishing a reliable steam supply, with a contract value estimated between $500,000 and $1,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This initiative underscores the importance of maintaining high-quality healthcare services while ensuring compliance with safety and regulatory standards during construction. Interested contractors must submit their proposals electronically by July 31, 2025, and can direct inquiries to Contract Specialist Ivan Nieves-Cruz at Ivan.Nieves-Cruz@va.gov.

    Point(s) of Contact
    Ivan Nieves-CruzContract Specialist
    Ivan.Nieves-Cruz@va.gov
    Files
    Title
    Posted
    The document is an amendment to solicitation 36C24825R0101 issued by the Department of Veterans Affairs, specifically addressing the construction of a dedicated steam supply line. The amendment extends the deadline for proposal submissions to July 31, 2025, and outlines responses to several Requests for Information (RFIs) from potential offerors. Key points include clarification on qualifications for personnel, evaluation of past performance, and the acceptability of certain project experiences. The amendment emphasizes that subcontractor experience is allowed but that the prime contractor's past performance will be prioritized. Additionally, it discusses the submission of project proposals and the inclusion of client references. The overall purpose is to provide essential updates and guidance to ensure potential bidders align their proposals with the government's requirements for this construction project. Through this process, the VA aims to create competitive and compliant bids for critical infrastructure improvements.
    The document outlines Request for Proposals (RFP) 36C24825R0101 from the Department of Veterans Affairs for construction services to establish a dedicated steam supply line to the Sterile Processing Service (SPS) at the VA Caribbean Healthcare System in San Juan, Puerto Rico. The project, valued between $500,000 and $1,000,000, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Contractors must provide necessary performance bonds, comply with specific insurance and safety standards, and adhere to strict construction timelines of 540 calendar days, starting from the Notice to Proceed. Successful bidders will be evaluated based on their technical approach, specialized experience, and past performance, with a focus on experience with similar steam generation systems in healthcare settings. Key requirements include an organized site visit, precise coordination to minimize disruptions during hospital operations, and compliance with federal regulations concerning waste management and safety. The submission of proposals, including various required certifications and documentation, must occur electronically by the specified deadline. Overall, this initiative represents the VA's commitment to enhancing its healthcare infrastructure while ensuring compliance with necessary regulations and standards.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice to provide a dedicated steam supply line from the Boiler Plant to the Sterile Processing Service (SPS) at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. This project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the installation of stainless steel steam piping and a condensate return line. The contractor must supply all necessary labor, materials, and equipment to complete the construction within a period of 540 calendar days from the Notice to Proceed (NTP). The estimated cost of the project is between $500,000 and $1,000,000, with the solicitation anticipated for release on or about June 18, 2025. Interested firms are required to register with the System for Award Management (SAM.GOV) and must be listed as certified SDVOSBs prior to submitting proposals. All relevant information regarding the solicitation will be available on the SAM.gov website.
    The document details the construction specifications for providing a dedicated steam supply line at the VA Caribbean Health System in San Juan, PR. It outlines the project requirements, emphasizing safety protocols, contractor responsibilities, and site management within the occupied medical facility. Key sections include demolition, construction standards, general requirements, temporary environmental controls, and utility management. Security measures are heavily stressed, mandating compliance with VA regulations and oversight by assigned representatives. The contractor must coordinate all activities carefully to avoid disrupting hospital operations, maintain utility services, and ensure patient and staff safety. A comprehensive project schedule using the Critical Path Method is required to track progress, along with regular updates and inspections. Overall, the document reflects the government's emphasis on execution standards, coordination, and safety in federal construction projects, illustrating commitment to improving veterans' healthcare facilities.
    The document outlines the project to provide a dedicated steam supply line at the San Juan VA Medical Center, specifically under project number 672-23-108. It details the design submission that includes mechanical plans for various levels of the facility, emphasizing compliance with the U.S. Department of Veterans Affairs’ standards and local building codes. The scope involves demolition and new work plans for steam piping, requiring contractors to follow specific installation and coordination procedures to ensure the final system functions effectively without interrupting hospital operations. Key points include the removal of existing systems, installation of new mechanical components, and extensive collaboration among trades to mitigate disruptions. The emphasis is on maintaining safety, functionality, and adherence to regulatory standards throughout the project's implementation, reflecting the VA's commitment to providing effective healthcare infrastructure.
    The document outlines requirements for bidders and offerors involved in federal solicitations regarding their safety and environmental performance. It mandates that bidders certify they have no more than three serious OSHA violations or one repeat or willful violation in the past three years. If bidders cannot meet this certification, they must provide detailed explanations of their violations. Additionally, bidders must submit their Experience Modification Rate (EMR) obtained from their insurance provider. An EMR above 1.0 necessitates an explanation and a plan to reduce the EMR. For self-insured contractors, specific instructions on obtaining EMR ratings from the National Council on Compensation Insurance (NCCI) or respective state agencies are provided. This evaluation applies to all subcontractors, and prime contractors are responsible for assessing the eligibility of their subcontractors. The attached forms request detailed safety record information, including OSHA statistics and the administration of safety programs, to assess the contractor's responsibility and compliance with safety standards.
    This document outlines a required format for submitting resumes of key personnel involved in a government project under consideration for funding or contract. It specifies that while the exact form is not mandatory, essential information must be provided regarding the prime contractor’s Project Manager, Architect of Record, Site Superintendent, Safety and Health Officer (SSHO), and Construction Quality Manager (CQM). Candidates must share their name, title, firm, tenure at current and past firms, educational qualifications, active professional registrations, and relevant experience related to the project. The detailed structure aims to ensure that stakeholders assess the qualifications of proposed personnel accurately, facilitating informed decisions within the context of federal and state RFP evaluations. The emphasis on qualifications indicates the government's priority on skilled leadership and compliance with safety and construction standards in project execution.
    The document outlines the "Subcontractor Information and Consent Form," which is essential for subcontractors and teaming partners involved in federal procurement processes. It emphasizes the necessity of obtaining consent from these entities to release their past performance information to prime contractors during proposal evaluations, particularly for contracts with the Department of Veterans Affairs. To facilitate this, the subcontractors or teaming partners must complete the form, providing essential details such as their company name, contact information, and roles in previous projects related to three mandatory references. These references must not include the proposing prime contractor. The form serves to streamline the assessment of past performance, which is crucial in determining the best value during the source selection process. Compliance with this requirement ensures that the subcontractors are adequately evaluated while maintaining confidentiality and proper communication protocols in the bidding process.
    The project titled "Provide Dedicated Steam Supply Line to SPS" seeks proposals for the installation of a dedicated steam supply line at the VACHS Project Site. The RFP number 36C24825R0101 is associated with Project No. 672-23-108 and was issued on July 2, 2025. A site visit is scheduled at 10:00 AM to allow potential contractors to assess the project area and requirements. This RFP outlines the government’s initiative to enhance infrastructure through the establishment of a reliable steam supply, underscoring its commitment to improving services at the facility. Contractors interested in participating will need to evaluate the site conditions, which may impact their bids and project execution strategies. This document highlights the importance of high-quality service delivery in government operations while adhering to applicable regulations and standards.
    Lifecycle
    Similar Opportunities
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    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.
    Z2DA--Resurface Parking Garage C
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for design-build services to resurface Parking Garage C at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The project aims to restore the structural integrity and surface condition of the garage, addressing issues such as deterioration, drainage improvements, and safety system upgrades. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran entrepreneurs. Interested contractors must submit their technical and price proposals in a two-phase process, with the contract period spanning 730 days, contingent on fund availability. For further inquiries, potential bidders can contact Contracting Officer Ana G. Alvarado at ana.alvarado@va.gov.
    Z2DA--Upgrade Video Assessment Surveillance System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to upgrade the Video Assessment Surveillance System (VASS) at the VA Caribbean Healthcare System (VACHS) located in San Juan, Puerto Rico. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance physical security by replacing existing cameras with a new VASS that will provide improved surveillance coverage, advanced monitoring software, and modern analytics tools, including license plate readers and facial recognition capabilities. The contractor will be required to complete the work within 1,095 calendar days from the Notice to Proceed, with the solicitation expected to be issued around January 30, 2026. Interested firms must be registered in the System for Award Management (SAM.gov) and certified as active SBA SDVOSB to participate in this procurement, and they can contact Ana G. Alvarado at ana.alvarado@va.gov or 939-321-0814 for further information.
    Replace Steam Trench Cap
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the steam trench cap at the Amarillo VA Medical Center in Texas. The contractor will be responsible for providing all necessary labor, equipment, tools, materials, and supervision to remove the old trench cap and install a new one, adhering to the detailed specifications outlined in the Statement of Work. This project is critical for maintaining the infrastructure of the medical facility, ensuring continued operational efficiency and safety. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or call 915-282-1732 for further details. The procurement process includes stringent requirements for site operations, material management, and compliance with VA security protocols, with a focus on minimizing disruption to existing medical services.
    Z2DA--Copy of Provide Hurricane Hardening at Generator Farm
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the provision of hurricane hardening at a generator farm located in Puerto Rico. This procurement aims to enhance the resilience of the facility against hurricane impacts, ensuring continued operation during adverse weather conditions. The project falls under the NAICS code 236220, which pertains to commercial and institutional building construction, specifically focusing on the repair or alteration of hospitals and infirmaries. Proposals are now due by December 16, 2025, at 3:00 PM (AST), and interested parties should direct inquiries to Contracting Officer Ana G Alvarado at ana.alvarado@va.gov.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    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.