Z1DA--CONS BLDG 1 and Clinical Addition Legionella Eradication Project Number 540-20-103
ID: 36C24525B0008Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

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

    The Department of Veterans Affairs is soliciting bids for the "Building 1 and Clinical Addition Legionella Eradication Project" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project aims to modernize the facility's plumbing infrastructure to eliminate Legionella bacteria, ensuring improved water quality and patient safety through extensive plumbing and electrical modifications, including the installation of new water heaters, monitoring systems, and the removal of obsolete piping. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction cost between $2 million and $5 million. Interested contractors must submit their proposals by September 23, 2025, at 3:00 PM EDT, with a public bid opening to follow at the VA contracting office.

    Point(s) of Contact
    Rebecca L BestenContracting Officer
    rebecca.besten@va.gov
    Files
    Title
    Posted
    This government file details a project to eradicate Legionella at the Louis A. Johnson VA Medical Center in Clarksburg, WV. The project, identified by VA Project Number 540-20-103 and ACG Project Number 22-144, involves extensive plumbing and electrical work across multiple floors and areas of Building 1 and the Clinical Addition, as well as Building 7. The file includes detailed drawing lists for general, plumbing, and electrical aspects of the project. A significant portion of the document is dedicated to Infection Control Risk Assessment (ICRA) information and details, outlining four classes of precautions (Class I, II, III, and IV) based on construction activity type and patient risk groups. The ICRA guidelines specify requirements for dust control, ventilation, environmental controls, contamination prevention, and post-construction cleanup. Key measures include hard barriers, anterooms, negative air pressure systems with HEPA filters, strict protocols for material transport, and daily cleaning to prevent the spread of dust and debris. The project emphasizes maintaining stringent infection control measures throughout construction and until final approval by VA infectious disease control staff.
    The Department of Veterans Affairs' Louis A. Johnson VAMC is undertaking Project No. 540-20-103 to eradicate Legionella, involving general construction, alterations, and demolition in Building 1 and a Clinical Addition. The project, bid for April 22, 2025, requires adherence to strict safety, security, and environmental protocols, including managing hazardous materials like asbestos and lead-based paint. Contractors must maintain detailed documentation, including as-built drawings and a comprehensive warranty management plan, and coordinate closely with the Medical Center due to its 24/7 operation. The scope includes extensive plumbing, HVAC, and electrical work, with specific requirements for utility services, site access, and photographic documentation of progress.
    The document outlines the construction project designed to eradicate Legionella at the Louis A. Johnson VA Medical Center in Clarksburg, WV. It encompasses detailed architectural and engineering plans, including Infection Control Risk Mitigation Recommendations (ICRA) to ensure the safety and health of patients and staff during renovations. Key components include structural modifications across various building levels, the installation of plumbing and electrical systems, and the implementation of rigorous infection control measures. The project prioritizes minimizing dust and contaminants, necessitating carefully planned barriers, air pressure controls, and strict adherence to infection control protocols. Specific maps and plans are provided for each floor, detailing areas for construction, ICRA classifications, and required safety precautions. Overall, this initiative reflects the VA's commitment to enhancing medical facility infrastructure while prioritizing health standards and compliance with safety regulations. It serves as a model for federal RFPs, emphasizing thorough preparation and risk assessment in healthcare construction projects.
    The Department of Veterans Affairs is initiating the "Eradicate Legionella" project at the Louis A. Johnson VA Medical Center to address the presence of Legionella bacteria within the facility. This project (VA Project No. 540-20-103) requires comprehensive construction operations, including the demolition and alteration of existing structures, installation of new equipment, and strict adherence to safety and infection control requirements. A security plan will govern site access, ensuring compliance with VA regulations. Continued operation of the Medical Center is prioritized, imposing restrictions on service interruptions and requiring coordination for any utility alterations. Key responsibilities involve maintaining environmental protection, ensuring construction waste management, and employing proper safety measures throughout the project. Additionally, the contractor must develop a warranty management plan and provide detailed as-built documentation during and after construction. The project highlights the VA’s commitment to optimizing health safety for veterans through modern facility upgrades while maintaining a secure and operational medical environment throughout the construction period.
    The Louis A. Johnson VAMC in Clarksburg, WV, is soliciting bids for Project No: 540-20-103, "Eradicate Legionella," focusing on domestic hot water pumps. The project requires the installation of centrifugal, single-stage hot water circulating pumps designed for quiet, trouble-free operation at a minimum of 180 degrees F (82 degrees C) and 150 psig (1,035 kPa). Materials must not contain more than 0.25 percent lead in potable water systems, complying with NSF 61 or NSF 372. The bid documents detail specific requirements for pump types (horizontal wet-rotor, permanently lubricated, in-line, and vertical in-line), motor specifications (UL 778 compliant with thermal overload protection), and installation procedures, including shutoff valves, check valves, and strainers. Submittals include comprehensive manufacturer's literature, performance curves, shop test certificates, and operating/maintenance manuals. Contractors must provide as-built documentation, including electronic and AutoCAD drawings, and certification documentation 10 working days prior to final inspection. The project also mandates startup and system testing, defect correction, and four hours of training for VA personnel on system operation and maintenance.
    The Louis A. Johnson VAMC in Clarksburg, WV, is soliciting bids for Project No: 540-20-103, "Eradicate Legionella," focusing on Testing, Adjusting, and Balancing (TAB) for HVAC systems. This project, dated April 22, 2025, requires comprehensive TAB services, including systematic procedures, balancing air systems, testing equipment performance, and detailed reporting. Key requirements include adherence to ASHRAE, AABC, NEBB, and SMACNA standards, and strict quality assurance for TAB agencies and specialists, who must be certified and maintain their certifications throughout the project. Submittals must include qualifications, project references, test equipment information, and detailed TAB reports. The project emphasizes energy-efficient operation, precise flow rate tolerances, and clear documentation of critical flow paths. The TAB contractor will also be responsible for system readiness reports, coordinating with existing systems, and marking all adjustment device settings.
    The Department of Veterans Affairs (VA) Louis A. Johnson VAMC has issued an amendment (0001) to Solicitation 36C24525B0008 for the "Eradicate Legionella construction project." This amendment extends the bid due date from July 25, 2025, to July 31, 2025, at 3:00 p.m. EDT. The extension allows for the issuance of responses to received requests for information and includes the record of attendance from the pre-bid site visit. A public bid opening will be held at the contracting offices at 513 Rosebud Plaza, Clarksburg, WV 26301. All other terms and conditions of the original solicitation remain unchanged. Rebecca Besten is the Contracting Officer.
    The Department of Veterans Affairs has issued an amendment to Solicitation 36C24525B0008 for the Legionella Eradication Construction project at the Louis A. Johnson VAMC. The primary purpose of this amendment is to extend the bid due date from July 31, 2025, to August 15, 2025, at 3:00 PM EDT. This extension allows for the issuance of responses to previously received requests for information. A public bid opening will be held at the contracting offices located at 513 Rosebud Plaza, Clarksburg, WV 26301. All other terms and conditions of the original solicitation remain unchanged. The amendment was signed by Rebecca Besten, Contracting Officer.
    This document is an amendment to Solicitation 36C24525B0008 for the Eradicate Legionella construction project at the Department of Veterans Affairs, Louis A Johnson, VAMC. The primary purpose of this amendment is to extend the bid due date from August 15, 2025, to August 22, 2025, at 3:00 p.m. EDT. This extension is to allow for the issuance of responses to received requests for information. A public bid opening will be held at the contracting offices at 513 Rosebud Plaza, Clarksburg, WV 26301. All other terms and conditions of the original solicitation remain unchanged. The amendment is administered by the Department of Veterans Affairs, Louis A Johnson, VAMC, Contracting Office (90C) in Clarksburg, WV.
    The Department of Veterans Affairs has issued Amendment 0004 to Solicitation 36C24525B0008 for the Legionella Eradication Construction project. This amendment extends the bid due date from August 22, 2025, to August 27, 2025, at 3:00 p.m. EDT. The purpose of this extension is to allow for the issuance of responses to requests for information received from potential bidders. A public bid opening will be held at the contracting offices located at 513 Rosebud Plaza, Clarksburg, WV 26301. All other terms and conditions of the original solicitation remain unchanged. The amendment was signed by Rebecca Besten, Contracting Officer.
    This amendment to Solicitation 36C24525B0008, for the Legionella Eradication construction project at the Louis A. Johnson VAMC, extends the bid due date to September 3, 2025, at 3:00 p.m. EDT. The document addresses numerous questions from offerors, providing clarifications and additional specifications. Key points include: commissioning is not required; specific plumbing tests are outlined, and a TAB Spec will be provided for HVAC; no Buy American Waivers or sole source requirements are applicable; payment for work follows an approved schedule of values; A307 bolts are not allowed for steam and hot water systems; the project is not sales tax-exempt; Notice to Proceed is contingent on bonds and insurance; Procore or equivalent software is acceptable for submittals; payment for off-site stored materials is not authorized; the bid hold period remains 120 days, and an Economic Price Adjustment Clause will not be included. Additionally, the superintendent cannot double as the Site Safety and Health Officer (SSHO), and the SSHO requires five years of experience. Asbestos abatement is required where identified, and the contractor is responsible for providing their own CPIH. ICRA Class III and IV precautions with plastic sheet barriers are acceptable for short-term activities, but longer durations or hazardous materials may require hard barriers and upgraded ICRA classes. The VA requires a Critical Path Method (CPM) Schedule, and most work will need to be performed after hours. Continuous water temperature monitoring units are required, and can be wired to a single central location. No additional continuous water monitoring units are required beyond those shown in the drawings.
    Amendment 0006 to Solicitation 36C24525B0008, for the Legionella Eradication Construction project by the Department of Veterans Affairs, extends the bid due date. The new deadline for offer receipt is September 9, 2025, at 3:00 PM EDT, an extension from the original September 3, 2025. This extension allows for the issuance of clarifications to RFI responses. A public bid opening will be held at the contracting offices in Clarksburg, WV. All other terms and conditions of the solicitation remain unchanged.
    This amendment to Solicitation 36C24525B0008, for the "Eradicate Legionella in Building 1 and Clinical Addition – Construction Project" at the Louis A Johnson, VAMC, extends the bid due date to September 11, 2025, at 3:00 p.m. EDT. The amendment clarifies several items based on RFI responses, including the requirement for a certified water treatment operator during construction and startup of the chlorine injection system, the VA's process of acquiring a water treatment permit, and the scope of work regarding asbestos-containing materials (ACM) in piping. It specifies that only piping indicated for demolition and immediately surrounding connections are considered within the area of work for ACM abatement, and clarifies that piping inside walls should generally be abandoned in place unless otherwise noted. Additionally, the amendment allows for a CIH instead of a CPIH, and provides clarifications on photographic documentation and pre/post TAB work for HVAC systems, requiring pre-TAB to determine existing conditions and post-TAB results before reopening patient care areas.
    This amendment to Solicitation 36C24525B0008, for the "Legionella Eradication Construction" project at the Louis A Johnson, VAMC, extends the bid due date. The new deadline for offer submission is September 18, 2025, at 3:00 PM EDT. This extension is granted to allow offerors additional time for clarification regarding RFI responses. A public bid opening will occur at the contracting offices at 513 Rosebud Plaza, Clarksburg, WV 26301. All other terms and conditions of the original solicitation remain unchanged. The amendment was issued by Rebecca Besten, Contracting Officer, on September 9, 2025, and modifies the solicitation dated June 24, 2025.
    This amendment to solicitation 36C24525B0008, for the "Eradicate Legionella construction project" at the Louis A Johnson VAMC, clarifies and modifies the project scope. The primary change is the descope of all construction work related to the installation of two chlorination systems, including equipment, tie-ins, monitoring devices, permits, and associated licensure. Revised construction documents reflecting these changes are expected by September 15, 2025. The bid due date remains September 18, 2025, at 3:00 p.m., with a public bid opening at 513 Rosebud Plaza, Clarksburg, WV. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their bids are considered.
    This amendment to Solicitation 36C24525B0008, for the "Eradicate Legionella construction project" issued by the Department of Veterans Affairs, Louis A Johnson VAMC, extends the bid due date. The new deadline for offer receipts is September 22, 2025, at 3:00 p.m. EDT, at which time a public bid opening will occur at the contracting offices at 513 Rosebud Plaza, Clarksburg, WV 26301. This extension aims to provide offerors sufficient time to compile revised drawings and specifications. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning one copy, acknowledging on each submitted offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge may result in the rejection of offers.
    This document is an amendment to Solicitation 36C24525B0008 for the "Eradicate Legionella in Building 1 and Clinical Addition – Construction Project" at the Louis A Johnson, VAMC. The primary purpose of this amendment is to extend the bid due date for offers to September 23, 2025, at 3:00 PM EDT, with a public bid opening to follow at 513 Rosebud Plaza, Clarksburg, WV 26301. Additionally, the amendment provides revised specifications and drawings, including an updated response to RFI #66 regarding Building Automation and Temperature Controls System vendors (Johnson Controls or Wind Water Controls). Several attachments detailing revised specifications for domestic water pumps, basement power plans, second-floor power plans, and enlarged plumbing plans and schedules are included. All other terms and conditions of the original solicitation remain unchanged.
    The Department of Veterans Affairs (VA) is preparing to issue an Invitation for Bids (IFB) for the construction of the Legionella Eradication Project at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project, numbered 540-20-103, will require the contractor to provide comprehensive services, including labor, materials, equipment, and permits, adhering to the details laid out in the solicitation documents. The contract period is set for 365 days post-Notice to Proceed, with an estimated construction budget between $2 million and $5 million. This solicitation is designated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Interested bidders must register in the SAM database and complete relevant certifications to be eligible for the award. A pre-bid site visit is encouraged, with the date to be announced in the solicitation. The procurement process follows FAR Part 14, a structured approach ensuring transparency and compliance. All inquiries regarding the solicitation must be submitted via email to the designated contracting officer, Rebecca Besten.
    The document outlines an RFP for the construction project titled "Building 1 and Clinical Addition Legionella Eradication" at the Louis A. Johnson VA Medical Center, aimed at improving water quality by eliminating legionella bacteria in the facility's plumbing systems. The work includes general construction, removal of obsolete piping, installation of a chlorination system, and implementing monitoring stations. This solicitation emphasizes the requirement for bidders to provide performance and payment bonds and mandates that bidders are registered with the System for Award Management (SAM). Additionally, the project is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) as per federal regulations, and a pre-bid site visit is scheduled to facilitate understanding of the project scope. The estimated construction cost is between $2 million and $5 million. Bidders must submit detailed proposals and adhere to specifications regarding labor rates, safety compliance, and environmental protections. The public bid opening is scheduled for July 24, 2025. Overall, this solicitation reflects the VA's commitment to improving healthcare infrastructure for veterans while adhering to regulatory standards and promoting veteran-owned businesses.
    The document pertains to an amendment of a solicitation for a construction project aimed at eradicating Legionella at the Louis A Johnson Veterans Affairs Medical Center. It serves to extend the deadline for bid submissions from July 25, 2025, to July 31, 2025, at 3:00 p.m. EDT. This extension is provided to accommodate responses to inquiries received following a pre-bid site visit. Additionally, a record of attendance from this visit is included as part of the documentation. All other terms and conditions of the solicitation remain unchanged. A public bid opening will take place at the contracting office in Clarksburg, West Virginia. The amendment aims to ensure transparency and offer bidders sufficient time to prepare their proposals, enhancing the overall quality of offers submitted for the construction project.
    The document serves as an amendment to the solicitation 36C245B0008 for the Eradicate Legionella construction project, which is administered by the Department of Veterans Affairs, specifically the Louis A Johnson VAMC. The primary purpose of this amendment is to extend the due date for bids from July 31, 2025, to August 15, 2025, at 3:00 p.m. EDT. This adjustment allows additional time for responses to inquiries made by potential bidders, ensuring they can base their proposals on complete and accurate information. A public bid opening is scheduled to take place at the contracting offices in Clarksburg, WV. The amendment highlights that all other terms and conditions from the original solicitation remain unchanged. The document outlines the required procedures for acknowledgment of this amendment by offerors and the consequences of failing to comply with the acknowledgment requirement. Overall, this amendment reflects the government's commitment to transparency and fairness in the procurement process, facilitating optimal participation in the bidding for this critical construction project.
    The VHA Pre-Construction Risk Assessment (PCRA) template outlines minimum requirements for categorizing construction, renovation, and maintenance activities by type and safety risk. It helps determine necessary precautions to prevent impacts on patients, employees, and contractors. The document emphasizes using the activity's statement of work and drawings for assessment, integrating them into the project file. Communication and coordination with affected areas are crucial and must begin during the planning phase. This PCRA specifically addresses non-infection-related safety and must be used with the VHA Infection Control Risk Assessment (ICRA) if infection risks are present. The template categorizes activities into 'Inspection/Upkeep,' 'Small-scale,' and 'Large-scale,' each with escalating control measures, including site visits, hazard communication, LOTO procedures, and specialized safety plans for excavation, dust control, and crane work. A fillable permit form for posting at the activity site is included, summarizing key project details, activity type, and required control measures.
    The VHA Pre-Construction Risk Assessment (PCRA) template is designed to evaluate safety risks associated with Construction, Renovation, and Maintenance (CRM) activities within healthcare facilities. This document outlines a structured approach for assessing varying levels of risks based on activity types, including inspection/upkeep, small-scale, and large-scale developments. It emphasizes the importance of safety protocols to protect patients, employees, and contractors during these activities. Control measures are mandated to be established prior to starting any activities and maintained throughout the project. Communication plans for affected areas are also required. The template includes detailed guidelines on the precautions needed for different types of work, particularly concerning noise, vibration, power tool usage, and potential hazards such as asbestos and lead. Furthermore, it recognizes the necessity of consulting infection control personnel to address any infection-related risks. The document concludes with a fillable permit form that must be displayed at the project site, ensuring continuous compliance and awareness of safety measures. Overall, the PCRA underscores the VHA's commitment to safety in facility operations by necessitating careful planning, thorough assessment, and strict adherence to regulatory standards throughout CRM activities.
    The document appears to be a highly technical government file, likely related to federal RFPs, grants, or state/local RFPs. Due to significant formatting issues and unreadable characters, a comprehensive summary is challenging. However, based on discernible patterns and keywords, the document seems to detail technical specifications, possibly for an infrastructure or system implementation project. It includes sections outlining various parameters, numerical codes, and what appear to be functional requirements or operational guidelines. There are also sections that resemble data tables or structured information, indicating detailed breakdowns of components or processes. The presence of repetitive patterns suggests a template-based or standardized format for outlining project scopes, deliverables, or compliance criteria within a government context.
    The document appears to be a corrupted or unreadable government file, rendering any substantive analysis or summary impossible. As a result, it lacks coherent information regarding federal RFPs, grants, or local government projects. The intended content, which might consist of project details, proposals, or funding opportunities, cannot be discerned due to extensive encoding issues. Therefore, a thorough assessment of the main topic, key ideas, and supporting details is unfeasible, and the document does not provide actionable or relevant insights into government procurement, funding applications, or related processes. Further examination or recovery efforts would be necessary to retrieve usable information from this file.
    The document outlines the "Eradicate Legionella" project at the Louis A. Johnson VA Medical Center in Clarksburg, WV, with a bid date of September 12, 2025. The project, identified as VA Project Number 540-20-103 and Building Number 22-144, focuses on electrical power plans for Basement Area B. Key tasks include providing receptacles for new electronic faucets and water temperature monitoring stations (WTMS). Both require 20A/1P circuits from existing spare breakers in panel '1-BLNF' in Room B160. Contractors must coordinate final placements with plumbing contractors and manufacturers, field verify circuit numbers, and update panelboard schedules. The project is fully sprinklered and managed by Apogee Consulting Group, P.A.
    The document outlines the "Eradicate Legionella" project at the Louis A. Johnson VA Medical Center in Clarksburg, WV, detailing electrical power plan additions for the second-floor clinic. Key electrical modifications include providing new 120V and 208V circuits from panel '1-2LNB' to power a new water heater, a water temperature monitoring system, and recirculation pumps CA-P-01 and CA-P-02. Additionally, a new bottle-filling station will utilize existing water fountain circuits. All equipment locations must be coordinated with mechanical drawings. The project, managed by Apogee Consulting Group, P.A., emphasizes fully sprinklered areas and strict adherence to VA project number 540-20-103 and ACG Project Number 22-144, dated September 12, 2025. This initiative aims to enhance the facility's infrastructure to combat Legionella effectively.
    The document outlines plumbing plans for eradicating Legionella at the Louis A. Johnson VA Medical Center in Clarksburg, WV. The plans, dated April 22, 2025, detail enlarged domestic water and isometric domestic water layouts for Mechanical Room B125. Key actions include demolishing dead leg and riser piping, capping DCW lines, and installing end-of-loop water temperature monitoring stations connected to the existing METASYS BAS. Additionally, uninsulated DHWR piping is to be insulated. The diagrams show extensive piping networks, chlorine sensors, pressure gauges, backflow preventers, and heat exchangers, indicating a comprehensive upgrade to the domestic hot and cold water systems with a focus on water quality and safety. The project aims to modernize the facility's plumbing infrastructure in Building 1, ensuring compliance and improved health standards.
    The document details an "Eradicate Legionella" project at the Louis A. Johnson VA Medical Center in Clarksburg, WV, focusing on the isometric domestic water demolition and installation plans for Mechanical Room 2183. The project involves demolishing existing steam heat exchangers, associated domestic water piping, and recirculating pumps. New installations include a recirculating pump, manual balancing valves, a new steam water heater, an expansion tank, and a water meter connected to building DDC controls. The plans specify pipe sizes, temperatures, and locations of various components like backflow preventers, check valves, and drain/chlorination points. Key notes emphasize the demolition of dead legs and existing equipment to accommodate new steam water heaters, ensuring compliance with plumbing demolition general notes. The project aims to modernize the domestic water system and mitigate Legionella risks.
    This government file details a plumbing project, "Eradicate Legionella," at the Louis A. Johnson VA Medical Center in Clarksburg, WV, dated April 22, 2025. The project is focused on addressing potential Legionella contamination and involves comprehensive plumbing system modifications across multiple floors (Basement to Sixth Floor) and a tunnel. The file includes a "Dead Leg Schedule" itemizing specific pipe segments (DCW, DHW, DHWR) by floor, location, length, and size at the main, indicating areas for remediation or removal. It also outlines schedules for new plumbing fixtures, including sensor-equipped lavatory faucets with purge features (P-418), ADA-compliant bottle filling stations (P-611) (Basis of Design: Elkay Model LZ8WSSSMC), and ligature-resistant showerheads (P-940) (Basis of Design: Whitehall WH418ADA-CSHS Series) for certain patient bathrooms. Furthermore, the document specifies requirements for plumbing water heaters (Hubbell STXV SS-8D-CE and SS-5D-CE), expansion tanks (CAF215-125P and CAF140-125P), hot water recirculation pumps (Bell & Gossett Model Ecocirc XL 55-45), and thermostatic mixing valves (Bradley S59-3130). A critical component is the "Water Temperature Monitoring System Schedule" for various floor areas, designed to connect to the existing METASYS BAS with BACNET communication protocol (Basis of Design: Intuition-9 Water Treatment Controller). The project is managed by Apogee Consulting Group, P.A. (ACG Project Number 22-144) and is identified by VA Project Number 540-20-103. The overall purpose is to upgrade and manage the plumbing infrastructure to prevent Legionella growth, ensuring patient safety and regulatory compliance within the VA facility.
    The document "RECORD OF ATTENDANCE" (Solicitation/Contract No. 36C24525B0008, dated June 30, 2025, at 1:00 p.m.) is an attendance sheet for a meeting related to Project # 540-20-103, titled "Building One and Clinical Addition Legionella Eradication." The form indicates various types of meetings, such as Training, Bid Opening, Negotiation Conference, Pre-performance Conference, Pre-proposal/Pre-bid site visit, Business Strategy Panel, Pre-proposal/Pre-bid conference, Pre-Final Inspection, Progress Meeting, Final Inspection, and Source Selection Evaluation Meeting, with an "Other" option. This record is primarily used to log attendees' names, organizations, email addresses, and comments for this specific project, which appears to be a federal government initiative likely associated with an RFP or grant for eradicating Legionella.
    The document outlines a record of attendance for a meeting related to Solicitation/Contract No. 36C24525B0008, scheduled for June 30, 2025. This meeting focuses on the project titled "Building One and Clinical Addition Legionella Eradication," designated as PROJECT # 540-20-103. The type of meeting includes various options such as training, bid opening, negotiation conference, pre-performance conference, pre-proposal/pre-bid site visit, among others, though the specific type of this meeting is not indicated. Attendance details, including names, organizations, and comments, are noted but not filled out in the document. The purpose of this meeting falls within the scope of federal RFP and grant processes, aimed at facilitating project discussions and logistical arrangements for the Legionella eradication initiative, which is essential for ensuring health safety standards in clinical settings. The document is an administrative record that supports transparency and organization within government contracting processes.
    VAAR 852.219-75 outlines subcontracting limitations for VA contracts, ensuring compliance with 38 U.S.C. 8127(k)(2) for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). For services, contractors cannot pay over 50% of the government-paid amount to non-VIP-listed SDVOSBs/VOSBs, excluding certain direct costs. General construction limits this to 85%, and special trade construction to 75%, with material costs excluded for both. Subcontracted work by similarly situated VIP-listed subcontractors counts towards these limits. Contractors must certify compliance, acknowledging penalties for false certifications, including fines and prosecution. The VA may request documentation like invoices and subcontracts to verify adherence. Failure to provide requested documents can lead to remedial action, and non-compliant offers will be deemed ineligible for award.
    The document outlines the VA's limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) under federal contracts, specifically as per 38 U.S.C. 8127. It requires contractors to certify compliance with subcontracting limits: 50% for service contracts, 85% for general construction, and 75% for specialized trade contracts, with specific exclusions for material costs. Contractors must provide documentation to demonstrate compliance, and non-compliance may lead to penalties, including referral to the Suspension and Debarment Committee or prosecution for fraudulent certifications. The formal certification must be completed and submitted with bids to be considered for contract award. The requirement aims to uphold the integrity of the contracting process while ensuring that veteran-owned businesses play a significant role in fulfilling government contracts.
    Similar Opportunities
    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.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    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.
    Z1DA--Construct Mobile Imaging Pad 540-24-104 Clarksburg, WV VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the construction of a Mobile Imaging Pad at the Louis A. Johnson VA Medical Center in Clarksburg, WV, under project number 540-24-104. This project, estimated to cost between $500,000 and $1,000,000, involves site preparation, demolition of existing structures, and the construction of a concrete pad with necessary utility connections for a mobile imaging trailer, all in compliance with VA construction standards and local building codes. The work is critical for enhancing medical imaging capabilities at the facility, ensuring that services are delivered efficiently and safely to veterans. Interested contractors, particularly Service-Disabled Veteran Owned Small Businesses, must attend a mandatory pre-bid site visit on December 2, 2025, with bids due by 1:00 PM EST on December 31, 2025. For further inquiries, contact Contract Specialist Aaron Z. Morrison at Aaron.Morrison@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.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    [AMENDED] Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a design-build project to replace chillers in Buildings 1, 2, and 104 at the Lebanon VA Medical Center in Pennsylvania. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with various federal regulations, including the Federal Acquisition Regulation (FAR) and the Davis-Bacon Act, with a construction magnitude estimated between $1 million and $5 million. The selected contractor will be responsible for all aspects of the project, including design, construction, and compliance with VA guidelines, with a performance period of 270 calendar days from the Notice to Proceed. Proposals for Phase 1 are due by January 5, 2026, at 4:00 PM EST, and interested parties should direct inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov or Elijah J McIntosh at elijah.mcintosh@va.gov.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.