Replace Sewer Lift Pump in Building 12 | Project No. 619A4-23-111.
ID: 36C24725R0023Type: Solicitation
AwardedAug 15, 2025
$336.2K$336,187
AwardeeParamount Construction Group, LLC MADISON 39110 MSR
Award #:36C24725C0096
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 seeking proposals from qualified contractors to replace the sewer lift pump in Building 12 at the Tuskegee VA Medical Center in Alabama, under Project No. 619A4-23-111. The project involves the removal of an outdated pump, originally installed in 1923, and the installation of a new duplex sewage system designed to enhance reliability and service continuity, particularly under emergency conditions. This initiative is critical for maintaining uninterrupted sewage service to multiple connected buildings, reflecting the VA's commitment to ensuring operational efficiency and compliance with regulatory standards for veteran care facilities. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by March 28, 2025, with a performance period of 90 days post-award; for further inquiries, contact Kimberly Devlin at kimberly.devlin@va.gov or Joseph Osborn at Joseph.Osborn@va.gov.

    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 amendment to a solicitation issued by the Department of Veterans Affairs, specifically under the VISN 7 Network Contracting Activity for the Central Alabama Healthcare System. The primary purpose of this amendment is to extend the time frame for submitting offers for a contract adjustment, changing the proposal deadline from March 10, 2025, to March 28, 2025, at 1:00 PM EDT. It outlines that all other terms and conditions of the original solicitation remain unchanged. The amendment requires acknowledgment by bidders to ensure their offers are valid, emphasizing the importance of submitting acknowledgment before the adjusted deadline to avoid rejection of offers. Signed by Joseph Osborn, the Contracting Officer, this amendment maintains the contract's integrity while accommodating a timeline adjustment that could facilitate better engagement by potential contractors.
    This document details the amendment of a solicitation regarding the replacement of the sewer lift building at the Central Alabama Healthcare System, part of the Department of Veterans Affairs. It provides responses to two Requests for Information (RFIs) submitted by contractors. RFI 1 addresses a missing specification for Joint Sealants, which has been subsequently provided. RFI 2 concerns the absence of plumbing insulation specifications referenced in the provided documents. The response clarifies that no plumbing insulation is required for this project, leading to the removal of related references from the specifications. The amendment underscores that all other terms and conditions remain unchanged and reaffirms the importance of acknowledging receipt of this amendment to ensure compliance. Overall, the document serves to clarify specifications and streamline project execution while maintaining adherence to procedural rules.
    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
    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.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@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.
    J045--SOURCES SOUGHT NOTICE - REPLACE TWO STEAM PEDESTAL STYLE CONDENSATE PUMPS WITH TWO NEW PUMPS Washington DC VA Medical Center 36C24526Q0168
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 5, is seeking qualified contractors to replace two pedestal-style steam condensate pumps at the Washington DC VA Medical Center. The project involves comprehensive services, including pre-installation safety measures, removal of existing pumps, installation of new pumps with necessary mechanical and electrical modifications, and subsequent commissioning. This procurement is crucial for ensuring the reliable operation of the facility's steam condensate system. Interested vendors must submit their responses, including business information and capability statements, by December 23, 2025, at 10:00 AM ET, via email to Bill Pratt at Billie.Pratt@va.gov. This notice serves as a request for information and does not constitute a solicitation or binding contract offer.
    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.
    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.
    Z2NZ--CON-NRM 653-23-101 Repair-Replace Campus Sewer and Storm Drain Lines
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the project titled "Repair-Replace Campus Sewer and Storm Drain Lines" at the Roseburg VA Medical Center in Oregon. This project involves extensive general construction work, including the repair and replacement of existing sanitary sewer and storm drain systems, with a focus on maintaining continuous operations at the medical center while adhering to strict safety and environmental regulations. The estimated contract value ranges between $20 million and $50 million, with a performance period of 425 calendar days anticipated to begin after the notice to proceed is issued. Interested contractors should note that the solicitation is expected to be posted around mid-December 2025, and they can direct inquiries to Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341.
    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.
    S222--Grease Trap Vault Cleaning 635-26-2-5006-0025
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotations for grease trap and vault cleaning services at the Oklahoma City VA Health Care System. This contract, valued at $16.5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base period along with four option years, requiring monthly services to remove grease and sludge, deodorize tanks, and provide detailed service reports. The importance of these services lies in maintaining sanitary conditions and compliance with safety regulations within the healthcare facility. Interested vendors should contact Contract Specialist Tiffani S Perkins at Tiffani.Perkins@va.gov for further details regarding the solicitation, identified as 36C25926Q0086.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of cart elevators in Building 163 at the Central Texas Veterans Health Care System in Temple, TX, under Solicitation Number 36C25726R0013. The project involves upgrading existing hydraulic elevators to new traction elevators, with a focus on maintaining safety and minimizing disruption to hospital operations during construction. This procurement is particularly significant as it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated value between $1,000,000 and $2,000,000. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.