656-25-209 Repaint Water Tower
ID: 36C26325B0004Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking a qualified contractor to repaint the water tower at the Saint Cloud VA Medical Center in Minnesota. The project requires the contractor to provide all necessary labor, materials, and equipment to safely contain hazardous materials, sandblast the exterior, and apply multiple coats of paint, restoring the historic appearance of the tower with specific color requirements. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), reflecting the government's commitment to supporting veteran-owned enterprises. Interested bidders must submit their proposals electronically by April 29, 2025, with a project cost estimated between $500,000 and $1,000,000, and are encouraged to contact Marc Del Valle at marc.delvalle@va.gov for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for the repainting of a water tower at the Saint Cloud VA Medical Center, specifically focusing on the requirements set forth by the Department of Veterans Affairs (VA). The project, associated with the solicitation number 36C26325B0004, is compulsory for Service Disabled Veteran Owned Small Business (SDVOSB) firms. Bidders must provide all necessary labor, materials, and equipment to safely contain hazardous materials and perform extensive painting, restoring the water tower's historic appearance. Key details include a performance timeline, stipulating work must commence within ten calendar days and be completed within ninety days post-award. The document emphasizes compliance with numerous federal regulations and includes mandatory affirmative action requirements as well as a commitment to the "Buy American" standards for construction materials. Bidders are mandated to submit offers electronically by April 29, 2025, with specific instructions for proposals, including required documentation such as bid guarantees and representations regarding small business status. The solicitation highlights the importance of thorough site inspections, outlines competitive evaluation criteria based on price and responsiveness, and stresses the necessity for bidders to ensure compliance with all necessary regulations and requirements. This solicitation reflects the government's ongoing efforts to engage veteran-owned businesses and maintain high standards in federal procurement practices.
    The Department of Veterans Affairs (VA) intends to issue a Presolicitation Notice for a project to repaint the water tower at the Saint Cloud VA Medical Center in Minnesota. This project is a total 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. Bidders must be registered as SDVOSBs and comply with the North American Industry Classification System (NAICS) code 237110, which encompasses construction related to water and sewer lines, with a small business size standard of $45 million. The construction cost is estimated between $500,000 and $1,000,000. Bids are anticipated to be opened on April 29, 2025, with a period of performance lasting 180 days from the Notice to Proceed. The contractor is responsible for permitting, labor, appropriate materials, and ensuring compliance with specific restoration guidelines. All solicitation documents will be accessible through the System for Award Management (SAM) website. Questions must be submitted in writing to the Contract Specialist via email only. This notice serves to provide relevant parties with the preliminary information surrounding the upcoming bidding opportunity without requesting immediate bids.
    The project aims to repaint the exterior of the water tower (Building 86) at the St. Cloud VA Medical Center in St. Cloud, MN. The contractor is responsible for providing all necessary labor, materials, and equipment to complete the work, which includes tenting hazardous debris, sandblasting to near-white metal, and applying a prime, base, and finish coat of paint. The historic colors will be restored, with the exterior painted white and the “VA” logo in navy blue on the four compass points. The work is scheduled to start 75 days after the Notice to Proceed, with an anticipated completion within 150 days. The cost range for the project is estimated between $500,000 and $1,000,000. Contractors must notify the contracting officer of any issues with employee access to VA facilities. This initiative reflects the VA's commitment to preserving the historical aesthetic of its facilities while maintaining safety and compliance throughout the construction process.
    The VAAR 852.219-75 outlines the limitations on subcontracting for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) under 38 U.S.C. 8127. Contractors must ensure that a specified percentage of the total contract value is retained for services performed by certified SDVOSBs or VOSBs, which varies based on the type of service: 50% for general services, 85% for general construction, and 75% for special trade construction. The document emphasizes compliance with these limits and the consequences of non-compliance, including potential criminal or civil penalties. Offerors are required to certify compliance with the limitations and provide necessary documentation upon request by the VA to demonstrate adherence to these requirements. This certification is critical for bid consideration, as offers lacking it will be deemed ineligible. Overall, the document aims to ensure that veteran-owned businesses benefit directly from federal contracts, thereby supporting the government’s objectives of promoting small business participation in federal procurement.
    The Department of Veterans Affairs' VHA Master Specifications outline the general requirements and specifics for construction projects, particularly the repainting of the water tower at the St. Cloud VA Medical Center. Key sections include safety protocols, site preparation, and project management guidelines. Contractors are mandated to adhere to stringent safety practices, including awareness of hazardous materials, submission of Safety Data Sheets, and compliance with OSHA regulations. The project emphasizes maintaining the operational integrity of the health care facility during construction, necessitating careful planning around service interruptions and utility management. The contractor must provide a comprehensive testing and commissioning plan, along with training and operational manuals for VA staff upon project completion. Overall, these specifications reflect the VA's commitment to safety, compliance, and efficient project execution in enhancing its facilities while minimizing disruption to healthcare services.
    The Minnesota General Decision Number MN20250099, dated February 7, 2025, pertains to wage determinations for building construction projects in Stearns County. It outlines requirements under the Davis-Bacon Act, particularly regarding minimum wage rates under Executive Orders 14026 and 13658. Contracts initiated or extended after January 30, 2022, necessitate payment of at least $17.75 per hour, while older contracts not renewed post-2022 require $13.30 per hour. The document specifies prevailing wage classifications and associated rates for various construction roles, including roles such as boilermaker, electrician, and plumber, along with their fringe benefits. It also outlines processes for appeals regarding wage determinations. The file aims to ensure compliance with labor standards for federally funded construction projects while providing detailed guidelines for contractors and subcontractors regarding wage requirements, worker protections, and classifications necessary for different types of construction work. Overall, the document is vital for maintaining fair labor practices and safeguarding worker rights in federal construction projects within Minnesota.
    This government document outlines the requirements for bidders and offerors to submit their safety and environmental records as part of the pre-award process for federal contracts. It mandates that bidders certify they have no more than three serious safety violations or specific environmental violations under OSHA or EPA within the last three years. Additionally, bidders must provide their Experience Modification Rate (EMR), which should be equal to or less than 1.0, documented on insurance company letterhead or obtained from the National Council on Compensation Insurance for self-insured contractors. The evaluation process includes assessing this information alongside government databases to establish a bidder's "Determination of Responsibility." Non-compliance with these requirements may result in a determination of "Non-Responsibility," rendering the bidder ineligible for award. The requirements apply to all subcontractors involved in the project, ensuring extensive scrutiny of safety records across all tiers of involvement.
    The document comprises a series of unanswered solicitation questions related to a government project, indicating the interaction between interested parties and government officials during the Request for Proposals (RFP) process. While specific questions are not provided, it signifies an essential component of the RFP framework—transparency and clarification. These inquiries likely pertain to the project's scope of work, requirements, timelines, and submission guidelines, which are crucial for potential bidders to accurately prepare their proposals. This document underscores the importance of clear communication in the procurement process, ensuring that all participants have a shared understanding of the project needs. The structure suggests a systematic approach to addressing bidder inquiries, in line with standard practices for federal grants and RFPs at state and local levels. Overall, the document reflects the government's commitment to facilitating an open bidding environment to attract quality proposals and ensure project success.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y1LB--656-24-205, Road Repair 2024 36C263-26-AP-1047
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for the Roads Repair 2024 project at the St. Cloud VA Medical Center in Minnesota, specifically under Project Number 656-24-205. This procurement 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) database. The project entails the reconstruction of parking lot P111 (56,567 SQ. FT) and adjacent roadways (8050 SQ. FT), including the removal and replacement of asphalt and re-compaction of the base gravel course, with an estimated construction value between $1,000,000 and $2,000,000. The Invitation for Bid (IFB) is expected to be issued around March 9, 2025, with an award anticipated within 90 days of the bid opening. Interested bidders should contact Contracting Specialist Arielle Lifto at arielle.lifto@va.gov or 651-293-3031 for further information.
    Y1AA--656-20-130 Repair Building 50 Basement Kitchen 656-26-2-3204-0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 23, is issuing a presolicitation notice for the project titled "Repair Building 50 Basement Kitchen" at the Saint Cloud VA Health Care System in Minnesota. This project, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves comprehensive remodeling of the existing Dish room and Tray Service Line, addressing critical failures in Architectural, Mechanical, Electrical, Plumbing (MEP), and Heating Ventilating and Air Conditioning (HVAC) systems. The scope includes replacing deteriorating finishes and implementing construction in two phases, impacting approximately 6,000 square feet of space, while ensuring minimal disruption to ongoing operations. The Invitation for Bid (IFB) is expected to be released around November 14, 2025, with a construction budget estimated between $2,000,000 and $5,000,000. Interested bidders must be registered and certified in the Veteran Small Business Certification database and can direct inquiries to Contract Specialist Daniel Dobler at daniel.dobler@va.gov or by phone at 651-293-3015.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    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.
    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--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    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.