J045--Plumbing and Pipefitting inspection and repair services Blanket Purchase Agreement
ID: 36C24126Q0131Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, 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 Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for plumbing and pipefitting inspection and repair services across various VA Medical Centers in VISN 1. The BPA will facilitate the issuance of individual Task Orders for a range of services, including general plumbing, pipefitting, and emergency response, with contractors required to provide 24/7 emergency services and adhere to strict response times. This procurement is critical for maintaining the operational integrity of medical facilities, ensuring that plumbing systems are functional and compliant with health standards. Interested vendors must contact Contract Specialist Issa J Shawki at Issa.Shawki@va.gov for further details, and proposals must comply with various regulatory requirements, including those for Service-Disabled Veteran-Owned Small Businesses.

    Point(s) of Contact
    Issa ShawkiContracting Officer
    (774) 826-3192
    issa.shawki@va.gov
    Files
    Title
    Posted
    This document is a solicitation for a Basic Purchasing Agreement (BPA) from the Department of Veterans Affairs for plumbing and pipefitting inspection and repair services across various VA Medical Centers (VAMCs) in VISN 1. The BPA will have a five-year duration and allow for the issuance of individual Task Orders (TOs) for services such as general plumbing, pipefitting, steam systems, fire sprinkler systems, water systems, sanitary and storm sewer systems, medical/natural gas systems, and emergency response. Vendors must provide 24/7 emergency response with a 2-hour on-site arrival time and a 5-day response for routine requests. Key requirements for contractors include state licensure for plumbers and pipefitters, A.S.M.E. certification for welders, a minimum of five years of hospital environment experience, and the ability to secure necessary parts. Quotes must include routine and emergency hourly rates, minimum service call hours, a mobilization fee, and material cost mark-up percentages. Subcontracting details, including the percentage of work and tasks, must be disclosed. The BPA does not guarantee work or funding, but outlines administrative data, pricing adjustments, option to extend, cost segregation, and invoicing procedures. Compliance with various FAR clauses and VAAR regulations, including those for Service-Disabled Veteran-Owned Small Businesses, is mandatory.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for Plumbing and Pipefitting inspection and repair services. This requirement will result in a Firm-Fixed Priced Blanket Purchase Agreement (BPA) and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The solicitation number is 36C24126Q0131, with a NAICS code of 238220. The solicitation will be available for download on December 12, 2025, and will close on December 26, 2025, at 12 PM EST. Prospective offerors must be registered in SAM prior to award. Questions can be directed to Contracting Officer Issa Shawki at issa.shawki@va.gov by December 22, 2025.
    The document, Solicitation Number: 36C24126Q0131, outlines compliance requirements for offerors regarding 13 C.F.R. 125.6, which pertains to limitations on subcontracting. Offerors must certify whether they anticipate no subcontractors, receiving 100% of the contract cost, or if their company and similarly situated subcontractors will receive at least 50% of the contract's value. If subcontractors are used, offerors must provide detailed information for each, including business name, DUNS number, description of work, and the percentage cost of the contract. The document stresses the severe penalties for violating these subcontracting rules, which can include fines of up to $500,000 or the dollar amount spent in excess of permitted levels on subcontractors, and potential debarment. Contracting Officers may request proof of compliance at any time during the contract's performance. The certification must be signed by the contractor and returned via email.
    The provided document is a template for recording contract information, likely used by government agencies like the Department of Veterans Affairs for preventative maintenance contracts. It outlines essential fields for detailing agreements, including the contracting activity, address, contract number, award and completion dates, value, and type. It also specifies sections for technical and contracting points of contact, place of performance, description of work, commendations, and major subcontractors. The repetitive structure suggests it's a standardized form for comprehensive contract documentation, ensuring all critical details are captured for various projects or services.
    The document appears to be an index or table of contents for a government file, likely related to RFPs, grants, or state/local procurements. It lists numerous sections, each identified by a code (e.g., '('('('(', '('('('&(') and a brief description (e.g., '('('('('-'(' ! $0' 0 :', '('('('(&('-'(' 71 !) " $0' 11 1 $!'). The descriptions suggest a comprehensive document covering various aspects such as general information, technical specifications, legal requirements, and administrative procedures. The structure indicates a highly organized document, with each entry pointing to a specific section, often with sub-sections denoted by incremental numbering. The repeated patterns and similar phrasing across entries imply a detailed breakdown of components relevant to a government project or proposal. Many entries also feature a series of dots followed by numbers, which could represent page numbers or section identifiers within a larger document. The overall purpose is to provide a structured overview and quick reference to the contents of a complex government file.
    This document outlines various sections and sub-sections, likely pertaining to a government-related file, potentially an RFP or grant. The file seems to detail a structured breakdown of different topics, each with corresponding page numbers. Key sections include "GENERAL INFORMATION," "SCOPE OF WORK," "REQUIREMENTS," "CONTRACTUAL INFORMATION," and "TECHNICAL SPECIFICATIONS." The extensive list of numbered items suggests a comprehensive and detailed document covering administrative, operational, and technical aspects. The recurring patterns of seemingly random characters and numbers indicate a consistent formatting or coding system throughout the document, possibly for internal referencing or categorization.
    The document outlines various sections and sub-sections, primarily acting as a detailed table of contents or index for a larger governmental file. It systematically lists numerous topics, each with a corresponding page reference. The topics cover a broad range of administrative and operational aspects, indicated by the alphanumeric codes and fragmented text, typical of federal RFPs, grants, or state/local government documents. Key sections include general information, specific operational procedures, technical requirements, and legal or compliance stipulations. The repetitive structure suggests a comprehensive guide or a compilation of regulatory and procedural frameworks. This document serves as a navigational tool, enabling users to quickly locate specific information within a larger, complex government publication.
    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.
    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.
    Z2NB--657-26-110JB - Upgrade Boiler Safety Valves , STL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the project titled "Upgrade Boiler Safety Valves, STL," located at the Jefferson Barracks VA in St. Louis, MO. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the replacement and upgrade of eight steam safety valves within the steam boiler system in Building 75 to enhance facility safety and efficiency. The contractor will be responsible for all labor, materials, equipment, and related services, including boiler shutdown/restart, scaffolding, and leak testing, with an estimated project cost ranging from $150,000 to $500,000 and a performance period of 180 calendar days. Interested contractors must be registered in SAM and VetCert, with the solicitation package expected to be available by December 19, 2025, and proposals due around January 15, 2026. For further inquiries, contact Kevin M. Farrell at kevin.farrell@va.gov or by phone at 913-946-1168.
    Medical Gas Repairs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for medical gas repair and replacement services at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The procurement specifically requires contractors to provide all necessary labor, equipment, materials, and supervision to repair and install replacement parts for the medical gas network, including the installation of zone valves for oxygen, medical air, and vacuum in designated rooms. This work is critical for maintaining the safety and functionality of medical gas systems within the facility, adhering to VA standards and relevant regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by January 2, 2026, at 2:00 PM EST, following a mandatory site visit scheduled for November 24, 2025. For further inquiries, potential bidders can contact Jacob A. Tackett at Jacob.Tackett@va.gov or by phone at 706-469-0691.
    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.
    J045-- Heating Hot Water Tanks Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 7, is seeking qualified vendors to provide labor, materials, equipment, and supervision for the repair and replacement of heating hot water tanks at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring the replacement of three hot water heaters, one failed tube bundle, and 100 linear feet of associated piping. The successful contractor will play a crucial role in ensuring the facility's hot water systems are operational, which is vital for patient care and facility operations. Interested parties must submit their offers via email to Jessica Cummings at Jessica.Cummings3@va.gov by December 18, 2025, at 12 PM ET, and are encouraged to review the full solicitation for detailed requirements and conditions.
    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.
    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.
    Z1DA--585-21-113 Replace Condensate Lines and Pumps Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Replace Condensate Lines and Pumps Construction" project (585-21-113) at the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. This opportunity is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the removal, resizing, and replacement of condensate steam lines, pumps, pressure reducing valves (PRVs), and associated asbestos, under NAICS Code 238220 for Plumbing, Heating, and Air Conditioning Contractors. The project is critical for maintaining the operational integrity of the medical facility and ensuring compliance with safety standards. Interested businesses must submit their qualifications, including company details and construction experience, by December 18, 2025, to Contract Specialist Donita Grace at donita.grace@va.gov.