Replace Sewer Lift Pump in Building 12 | Project No. 619A4-23-111.
ID: 36C24725R0023Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

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 replacement of a sewer lift pump in Building 12 at the Tuskegee VA Medical Center in Alabama, identified as Project No. 619A4-23-111. The project aims to remove and replace an outdated sewage lift pump, originally installed in 1923, which currently serves multiple buildings and is at risk of failure due to the unavailability of replacement parts. This initiative is crucial for ensuring uninterrupted sewage service to the connected facilities and involves the installation of new duplex sewer pumps with emergency power connections to maintain service during outages. Proposals are due by March 10, 2025, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors should contact Kimberly Devlin at kimberly.devlin@va.gov or Joseph Osborn at Joseph.Osborn@va.gov for further details.

    Point(s) of Contact
    Kimberly Devlin
    kimberly.devlin@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a solicitation for the replacement of a sewage lift pump at the Central Alabama Healthcare System in Tuskegee, AL, identified as Project No. 619A4-23-111. This Request for Proposal (RFP) is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The project involves the removal and replacement of a sewage lift pump, originally installed in 1923, serving several connected buildings. Submissions are due by March 10, 2025, with a performance period of 90 calendar days post-award. Bid proposals must adhere to specific guidelines, including offering supporting documentation and evidence of experience, safety compliance, and necessary certifications. The winning bid will consider past performance significantly over price, evaluating factors such as relevancy, quality, and customer satisfaction. Potential contractors must be registered in the System for Award Management (SAM) and comply with various federal requirements. A site visit is scheduled for January 29, 2025, with an emphasis on adhering to all deadlines and performance specifications stipulated in the solicitation. This initiative showcases the VA's commitment to ensuring efficient facility operations and supporting veteran-owned businesses in the federal marketplace.
    The Pre-solicitation Notice outlines the upcoming procurement for replacing the sewer lift pump located in Building 12 of the CAVHCS VAMC in Tuskegee, AL. This acquisition is entirely set aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and is intended to support the replacement of a pump that has surpassed its useful life, as recommended by the VA’s 2021 Facility Condition Assessment. The project involves the installation of new duplex sewer pumps connected to emergency power to ensure continued operation during outages. The contract is for a Firm-Fixed Price (FFP), with an estimated value between $500,000 and $1,000,000 and a completion timeline of 90 calendar days post-Notice to Proceed. Vendors are instructed not to submit proposals until the official RFP is published on December 19, 2024, on the SAM.gov website, where all amendments will also be posted. The selection process will follow a Trade-Off Source Selection approach to achieve the best value for the government. A pre-proposal site visit is to be announced in the solicitation.
    The document serves as an amendment to the solicitation for Project 619A4-23-111, which involves replacing the sewer lift in Building 12 at the Central Alabama Healthcare System under the Department of Veterans Affairs. The purpose of this amendment is to clarify site visit requirements. Although the scheduled site visit on January 29, 2025, at 10:00 AM CST is not mandatory, potential offerors are encouraged to attend for better project understanding. It is highlighted that all other terms and conditions of the original solicitation remain unchanged. The amendment is officially signed by the contracting officer, Joseph Osborn, indicating adherence to established protocols in response to the solicitation. This document represents a typical procedural adjustment within federal procurement, ensuring clarity and encouraging bidder participation while maintaining compliance with federal contracting regulations.
    The document is an amendment to a solicitation related to the Department of Veterans Affairs (VA) VISN 7 Network Contracting Activity, specifically for a procurement involving Central Alabama Healthcare System. The main purpose of this amendment is to provide an attendee list from a site visit that took place on January 29, 2025, at the CAVHCS East Campus. This amendment outlines the procedures for acknowledgment of receipt, stating that offers must recognize and respond to the amendment by a specified deadline to avoid rejection. All other terms and conditions from the original solicitation or subsequent modifications remain unchanged. The contract, identified as 36C24725R0023, will continue to move forward with the established scope, and the contractor’s responsibilities are reaffirmed. The document reflects standard practices of transparency and compliance in government contracting processes, ensuring that all participants are informed of pertinent developments affecting their bids.
    The purpose of this document is to serve as an amendment to a solicitation related to the Replacement of the Sewer Lift Pump in Building 12 at the Central Alabama Veterans Health Care System. This amendment is primarily focused on responding to inquiries submitted via Request for Information (RFI) 1 and includes attached specifications. The document outlines the responsibilities of the contractor, including preparation and submission of schedules, compliance with safety requirements, and the management of sensitive information. It addresses the construction security requirements, mandates pre-construction inspections, and the importance of maintaining unobstructed access to medical facilities throughout the project duration. The contractor is required to produce as-built drawings, warranty management plans, and photographic documentation to capture construction progress and compliance. Additionally, the contractor must use established roadways for material hauling, maintain utility services, and ensure that any disruptions are pre-approved to avoid affecting the medical center's operations. This document highlights rigorous compliance with regulations, detailed safety measures, and the necessity for coordination among different teams to ensure successful execution of the project. Overall, it exemplifies the VA's commitment to maintaining operational integrity while upgrading essential infrastructure.
    The document is an Experience Modification Rate (EMR) Form intended for contractors responding to a government solicitation. It requires the offeror to provide specific safety and health information, including man hours worked, incidents of workplace injury, OSHA violation history, and the company's EMR from the past three years. Emphasis is placed on maintaining a low DART rate and minimizing significant OSHA violations, as exceeding certain thresholds could disqualify the contractor. The form also asks for the company's North American Industrial Classification System (NAICS) code and details about who administers the company's safety program. All submitted information, along with data retrieved from government databases, will be evaluated to meet safety standards outlined in the solicitation. This form is a standard requirement for federal and state RFPs to ensure that contract bidders maintain appropriate safety records and practices, reflecting the government's commitment to workplace safety and compliance.
    The document outlines regulations regarding subcontracting limitations for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) under the Veterans Affairs (VA). It specifies compliance requirements based on the North American Industry Classification System (NAICS) code applicable to the contract type: services, general construction, or special trade construction. For services, no more than 50% of the government payment may go to non-certified firms; for general construction, this limit is 85%; and for special trade construction, it is 75%. The offeror certifies that these subcontracting limitations will be adhered to and acknowledges potential penalties for false certification. The VA retains the right to request documentation to verify compliance during and post-contract execution. Non-compliance may lead to several consequences, including suspension, fines, or legal action. The certification must be signed and included with the offer, as missing this will render the proposal ineligible for evaluation. This document emphasizes the VA's commitment to ensuring that contracts serve the intended small business sectors, fostering accountability and proper governance in federal acquisitions.
    The Past Performance Questionnaire (PPQ) is a document designed for offerors responding to the Solicitation 36C24725R0023, which requires a structured evaluation of contractors' past performance. Offerors are instructed to send this questionnaire to their previous clients for assessment, ensuring the correct contact information is provided. The PPQ includes a cover sheet and a series of performance evaluation criteria, ranging from compliance with contract requirements to overall effectiveness on projects. Evaluators rate the contractor's performance on a scale from 1 (unacceptable) to 5 (superior) across various aspects, including management effectiveness, financial handling, problem-solving capabilities, and responsiveness to concerns. Additionally, there is a section for any additional comments regarding the contractor's performance, particularly for low ratings. This document is integral to the evaluation process in federal government contracting, aiding in the selection of highly capable bidders based on their historical performance and reliability. The PPQ thus serves as a crucial tool for ensuring that government contracts are awarded to competent firms, enhancing project success and accountability.
    This document outlines a comprehensive price breakdown for a government project, specifically solicitation number 36C247250023, focused on replacing a sewer pump lift in Building 13. It presents detailed divisions for various construction and maintenance aspects, including general requirements and multiple specialties such as concrete, metals, plumbing, HVAC, and electrical work. Each division's material and labor costs are categorized, although specific dollar amounts are not provided within the document. The summary also reveals additional components that contribute to total project expenses, including overhead, profit, and insurance. This structured pricing format is intended to support transparent budgeting and enable an accurate assessment of bids from contractors participating in the Request for Proposals (RFP). The document serves as a critical financial blueprint for stakeholders involved in the bidding process. Its organized approach underscores the government’s commitment to detailed planning and fiscal responsibility in contracting public works projects.
    The document outlines invoicing procedures for contractors working with the Veterans Affairs (VA) under federal contracts. It specifies that payments will be made electronically via the System for Award Management, adhering to established financial regulations. Contractors must submit invoices through the Veterans Affairs Financial Services Center (VAFSC) using the Tungsten Network, which provides free e-invoicing services. Registration with Tungsten is necessary for vendors, who can seek assistance through provided contact information. Additionally, as of July 1, 2020, the VA10091 form has been discontinued, and new vendors must update their information through the Customer Engagement Portal (CEP), requiring registration with ID.Me. This document underscores the VA's transition to electronic invoicing for efficiency and compliance, benefiting both the agency and its contractors.
    The Central Alabama Veterans Health Care System is initiating a project to replace the sewer lift pump in Building 12 of the Tuskegee VA Medical Center. The existing pump, installed in 1923, serves multiple buildings and is beyond its useful life, risking sewage service continuity. The project, assigned to ATRIAX, PLLC, involves designing and implementing a new duplex sewage system that incorporates a basin and automatic controls, enhancing reliability and service under emergency power conditions. A closed-circuit television inspection of the existing sewer lines was completed to ensure effective integration of the new system, which will also comply with various regulatory standards. The design will feature updated materials, including fiberglass basins, and galvanized or copper piping for efficiency. The overall objective is to ensure uninterrupted sewage service to the buildings served while addressing any plumbing deficiencies and ensuring compliance with VA regulations. This project reflects the VA's commitment to maintaining essential facilities for veteran care.
    The Department of Veterans Affairs is overseeing a project to replace a sewer lift pump in Building 12 at the Tuskegee VA Medical Center in Alabama. The finalized construction documents, dated February 12, 2024, outline the necessary steps for the successful replacement of the existing pump and associated piping. The contractor is responsible for ensuring the new pump's operational readiness before removing the outdated system, adhering to operational continuity requirements. Detailed plans specify the demolition of existing plumbing, installation of a new duplex pump package, and necessary modifications to plumbing systems, including venting, control panel placement, and drainage connections. Compliance with local and state plumbing codes is essential, alongside a thorough coordination of mechanical and electrical elements to ensure safety and efficiency during the upgrade. The project reflects the VA's commitment to maintaining and improving facilities for veteran care while ensuring adherence to regulatory and safety standards.
    The Central Alabama Veterans Health Care System (CAVHCS) is initiating a project to replace the sewer lift pump in Building 12 of the Tuskegee VA Medical Center. Contract number 36C24723C0085 corresponds to VA Project 619A4-23-111, with proposals submitted by ATRIAX, PLLC. The project entails the installation of new duplex sewer pumps and a basin, ensuring continuous sewer service to multiple connected buildings throughout the construction phase. Key specifications include comprehensive safety and security requirements, a detailed construction schedule, and protocols for maintaining operational functions within the Medical Center. The project emphasizes collaboration among contractors, engineers, and VA representatives to ensure compliance with all safety regulations and timely communication. It details the necessity for as-built drawings, warranty management plans, and construction documentation, including photographic evidence of progress and procedures. This undertaking reflects the VA’s commitment to maintaining and enhancing facilities for veterans while ensuring operational efficiency and safety during the construction process.
    Similar Opportunities
    Y1DA--679-21-102 | Correct Failing Sanitary Sewer, Water Main, and Fire Protection Deficiencies
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to address deficiencies in the sanitary sewer, water main, and fire protection systems at the Tuscaloosa VA Medical Center in Alabama. The project, designated as number 679-21-102, involves comprehensive construction efforts to correct and enhance existing infrastructure, ensuring compliance with VA standards and safety protocols. This initiative is critical for maintaining reliable utilities essential for the center's operations and reflects the VA's commitment to improving facilities for veterans. Proposals are due by March 19, 2025, and interested contractors should contact Contract Specialist Gregory R. Snyder at gregory.snyder@va.gov or 762-333-4273 for further details.
    Z1DA--REPAIR SEWER PIPING BLDG 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of a collapsed sewer line at the Salem VA Medical Center, with the project valued under $25,000 and set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes diagnosing the sewer issue, excavating, replacing the damaged piping, and restoring the affected areas, with a requirement that SDVOSBs perform at least 15% of the work using their own workforce. This initiative not only addresses critical infrastructure needs at the medical center but also supports veteran-owned businesses in the contracting process. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by March 25, 2025, with a public bid opening scheduled for March 26, 2025; a pre-bid conference will be held on February 26, 2025, for site inspection. For further inquiries, bidders can contact Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Z1DA--Replace Vacuum Pumps 553-22-201
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of medical vacuum pumps at the John D. Dingell VA Medical Center in Detroit, Michigan, under solicitation number 36C25025B0016. This project, designated as a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the removal of nine aging vacuum pumps and the installation of new systems, with an estimated cost between $500,000 and $1,000,000. The work must be conducted without disrupting hospital operations and must comply with VA building standards and safety codes. Interested contractors are required to submit various documents, including a bid guarantee and performance/payment bond certifications, with a site visit scheduled for potential bidders. The deadline for bid submissions is specified, and all inquiries should be directed to Contract Specialist John D. Ferrall at John.Ferrall@va.gov.
    Replace Repair Roofs for Buildings 4,15, 90, 93
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace and repair roofs for Buildings 4, 15, 90, and 93 at the Central Alabama Veterans Health Care System in Tuskegee, Alabama. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 185 calendar days, with an estimated project cost ranging from $1 million to $5 million. The selected contractor will be responsible for ensuring compliance with safety and labor regulations while maintaining operational integrity at the healthcare facility. Interested parties must submit their proposals by March 7, 2025, and can direct inquiries to William Barton at william.barton2@va.gov or Joseph Osborn at Joseph.Osborn@va.gov.
    Z1DZ--619-20-103 | Correct FCA Deficiencies in Boiler Plant, Building #14
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the construction project titled "Correct FCA Deficiencies in Boiler Plant, Building 14" located in Montgomery, Alabama. The objective of this procurement is to address identified deficiencies in the boiler plant through comprehensive renovations, including the replacement of outdated systems and ensuring compliance with safety and operational standards. This project is crucial for enhancing the infrastructure of healthcare facilities dedicated to veterans, thereby improving service delivery and operational efficiency. Proposals are due by April 10, 2025, with a site visit scheduled for March 13, 2025, and inquiries accepted until March 24, 2025. Interested contractors can contact Ryan Crispin at ryan.crispin@va.gov or (706) 231-7600 for further information.
    Y1DA--521-21-106 | Medical Gas Systems
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Medical Gas Systems project at the Birmingham VA Medical Center, specifically under solicitation number 36C24725R0020. This project aims to upgrade and replace aging medical gas systems to enhance operational efficiency and safety within the facility, which is critical for providing quality healthcare to veterans. The contract, valued between $5 million and $10 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by February 18, 2025, following a mandatory site visit on January 29, 2025. Interested contractors should contact Contracting Officer Gregory Snyder at gregory.snyder@va.gov or 762-333-4273 for further details.
    679-22-106 Replace HVAC Various Buildings
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of HVAC systems in various buildings at the Tuscaloosa Veterans Health Care System in Alabama. This project, designated as number 679-22-106, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance the heating, ventilation, and air conditioning systems to improve operational functionality and energy efficiency. The estimated budget for this contract ranges from $1 million to $5 million, with a completion timeline of 365 days from the notice to proceed. Interested contractors must submit their proposals by March 7, 2025, and can direct inquiries to William Barton at william.barton2@va.gov or Joyce Powers at joyce.powers1@va.gov.
    Z1DA--Project: 619-23-101 - Replace Roof Systems for Main Hospital, Building 1
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of roof systems for Building 1 at the Central Alabama Veterans Health Care System in Montgomery, Alabama. This project, designated as contract number 36C24725R0030, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to address significant water damage that poses health risks, with an estimated cost between $5 million and $10 million and a performance period of 365 days. The procurement process emphasizes the importance of past performance evaluations over cost, ensuring that contractors demonstrate relevant experience and compliance with federal regulations. Interested parties must submit their proposals by the extended deadline of March 14, 2025, at 1:00 PM EDT, and can contact Contracting Officer Joseph A. Osborn at JOSEPH.OSBORN@VA.GOV for further information.
    3rd, 6th, & 8th Floor, East to West Elevator -Renovate Halls & Walls | Project: 521-25-101
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the renovation of the halls and walls on the 3rd, 6th, and 8th floors of the Birmingham VA Medical Center, under Project No. 521-25-101. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance the facility's infrastructure while ensuring compliance with health and safety regulations, including infection control and quality assurance measures. The estimated contract value ranges from $500,000 to $1,000,000, with a site visit scheduled for January 29, 2025, and a deadline for Requests for Information by February 7, 2025. Interested contractors should contact Kimberly Devlin at kimberly.devlin@va.gov or Joseph Osborn at Joseph.Osborn@va.gov for further details.
    Y1PZ--844-NRM25-201 Pressure Booster Station and Irrigation Refurbishment at Fort Gibson National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the refurbishment of the Pressure Booster Station and Irrigation system at Fort Gibson National Cemetery. This project aims to address malfunctions in the irrigation system through comprehensive upgrades, including the replacement of the pressure booster system and satellite controllers, and is exclusively set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) that are CVE verified and registered in SAM. The estimated project magnitude ranges from $100,000 to $250,000, with a bid submission deadline of March 13, 2025, at 2:00 PM EST, and a pre-bid meeting scheduled for February 24, 2025. Interested contractors should direct inquiries to Contracting Officer Richard Adu at richard.adu@va.gov, ensuring compliance with all solicitation amendments and requirements.