Z1DA--658-26-123 REPLACE FIRE PUMP CONTROLLER
ID: 36C24626Q0229Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

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 seeking a contractor to provide construction services for the replacement of a fire pump controller at the Salem VA Medical Center in Virginia. This project, identified as 658-26-123, falls under the NAICS code 238220, which pertains to Plumbing, Heating, and Air-Conditioning Contractors, and is categorized under the Product Service Code Z1DA for Maintenance of Hospitals and Infirmaries. The solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with only one award anticipated, and is expected to be released around December 19, 2025. Interested parties must register on www.sam.gov and maintain an active System for Award Management (SAM) registration to respond, with a response deadline set for January 9, 2026, at 5:30 PM Eastern Time. For further inquiries, contact Contracting Officer Daniel Spaulding at daniel.spaulding@va.gov or by phone at 757-722-9961 x87144.

    Point(s) of Contact
    Daniel SpauldingContracting Officer
    757-722-9961 x87144
    daniel.spaulding@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Salem VA Medical Center in Salem, Virginia, has issued a presolicitation notice for project 658-26-123, to replace a fire pump controller. This construction service requirement falls under NAICS code 238220 (Plumbing, Heating, and Air-Conditioning Contractors) and Product Service Code Z1DA (Maintenance of Hospitals and Infirmaries). The solicitation is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with only one award anticipated. The solicitation is expected to be available around December 19, 2025, on www.sam.gov Contract Opportunities. Interested parties must register on this website and have an active System for Award Management (SAM) registration to respond to the solicitation. The response deadline is January 9, 2026, at 5:30 PM Eastern Time.
    The Department of Veterans Affairs is soliciting quotes from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Project 658-26-123, involving the replacement of a fire pump controller and jockey pump in Building 143 at the Salem VA Medical Center. This Request for Quotes (RFQ) falls under FAR Part 12 procedures and is 100% set-aside for SDVOSBs. The project requires adherence to NFPA 20, NFPA 101, and VA safety standards. Key tasks include removing existing equipment, installing new fire pump and jockey pump controllers and associated components, and performing an acceptance test. Technical specifications mandate digital readouts, a USB port, surge arrestors, and remote monitoring for the fire pump controller, and a jockey pump rated for a minimum of 60 GPM. A site visit is scheduled for December 29, 2025, and all questions are due by December 30, 2025. Quotes are due by January 9, 2026, 05:30 PM EST. Evaluation criteria include technical factors (equipment specifications, corporate experience, work plan, safety record, Buy American Act compliance), past performance (via CPARS), and price. The Buy American Act applies to this solicitation.
    This government file, Section 01 45 00, outlines comprehensive quality control (QC) requirements for contractors in federal, state, and local RFP projects. It mandates an effective QC program encompassing plans, procedures, and organization to ensure compliance with contract specifications. Key elements include the submission and acceptance of a QC plan, the appointment of a qualified QC Manager, and the implementation of a "Three Phases of Control" system for all definable features of work: Preparatory, Initial, and Follow-Up. The document details requirements for submittals, testing by accredited laboratories, and various certifications. It also specifies procedures for completion inspections (Punch-Out, Pre-Final, and Final Acceptance) and extensive documentation, including daily reports and as-built drawings. Non-compliance can lead to stop-work orders and financial penalties, emphasizing the critical role of the QC program in project execution and quality assurance.
    The VA Healthcare System, Salem VAMC, outlines general requirements for projects, including replacing a fire pump controller and repainting railings and an ADA ramp. Key aspects cover comprehensive safety and security protocols, such as site access, badge requirements, photography restrictions, and the handling of sensitive information. Contractors must adhere to strict guidelines for operations, storage, and utility usage, with a focus on minimizing disruption to the Medical Center's 24/7 operations. Environmental protection, restoration of disturbed areas, and maintaining as-built drawings are also mandatory. A detailed warranty management plan, including response times for various defect priorities, and the proper tagging of warranted items, is crucial. Contractors are responsible for temporary facilities, utility connections, and maintaining a safety sign, ensuring compliance with all VA and federal regulations.
    This government file, Section 01 35 26, outlines comprehensive safety requirements for federal, state, and local government projects, including RFPs and grants. It details mandatory safety protocols, definitions, and regulatory compliance, primarily referencing OSHA standards. Key components include the Accident Prevention Plan (APP), Activity Hazard Analyses (AHAs), and the roles of Site Safety and Health Officers (SSHO) and Competent Persons (CPs). The document specifies training requirements, inspection procedures, accident reporting, and personal protective equipment (PPE). It also addresses critical safety areas such as infection control in healthcare facilities, fire safety, electrical work, fall protection, scaffolds, excavations, and ladder use. The overarching purpose is to ensure a safe work environment, minimize hazards, and maintain strict adherence to safety regulations throughout government-funded construction and alteration projects.
    This Department of Veterans Affairs document outlines requirements for temporary environmental controls at the Salem, VA, Medical Center. It specifies measures for controlling environmental pollution and damage to air, water, and land resources, including managing visual aesthetics, noise, solid waste, radiant energy, and radioactive materials. The contractor must develop and submit an Environmental Protection Plan within 20 days of meeting with the Contracting Officer’s Representative (COR), detailing personnel responsibilities, training programs, applicable laws, protection methods for various resources, and waste disposal procedures. The plan must also include an Erosion Control Plan approved by the U.S. Soil Conservation Service and the Department of Veterans Affairs. Key areas of protection include land (preserving trees, shrubs, topsoil, and landforms), water (preventing pollution of surface and groundwaters, controlling wastewater, and managing stream crossings), fish and wildlife, and air (minimizing particulates, hydrocarbons, carbon monoxide, and odors). Noise reduction measures are also mandated, with specific decibel limits and timeframes for noisy activities. The contractor is responsible for restoring any damaged property and ensuring a clean construction area upon project completion.
    This document outlines the construction waste management requirements for the Department of Veterans Affairs Salem, VA Medical Center, emphasizing minimizing landfill disposal and maximizing salvage, recycling, and reuse of non-hazardous construction and demolition waste. Contractors must develop and implement a Waste Management Plan, aiming for a minimum 30% waste diversion rate. The plan details procedures for waste minimization, material handling (on-site separation, storage, off-site transportation), and identification of recycling and disposal facilities. Specific waste categories, including soil, concrete, wood, metal, cardboard, and gypsum board, must be diverted from landfills. The contractor is responsible for all demolition, removal, and legal disposal, ensuring compliance with local, state, and federal regulations. The document also defines key terminology related to waste management and outlines requirements for submittals, record-keeping, collection, and reporting on waste diversion and disposal to the COR (Contracting Officer's Representative).
    The document outlines a comprehensive project for enhancing various systems within a federal government facility, focusing on mechanical, electrical, and plumbing infrastructure. Key elements include upgrading fire suppression, HVAC, and power systems to meet current safety and efficiency standards. The project emphasizes adherence to regulatory requirements and integrates new technologies for improved operational performance. Detailed plans are required for system installations, modifications, and replacements, ensuring coordination across different trades. The initiative also addresses maintenance accessibility and long-term sustainability of the upgraded systems. Compliance with environmental and safety protocols, including hazardous material handling and waste management, is paramount throughout the project life cycle.
    The Salem VA Medical Center provides a comprehensive site view detailing the locations of various departments and services across its main campus buildings. The document categorizes services into several building groups: Buildings 1, 2, 2A, 4, 5, and 143; Buildings 7, 8, 9, 10, 11, 12, 144, 168, and 170; and Buildings 74, 75, 76, and 77. Services range from acute psychiatry and behavioral health in the 7-170 complex, to agent cashier and emergency department services in the 1-143 complex. Other facilities include an audio/speech clinic, barber shop, various medical specialty clinics (cardiology, oncology, eye, ENT), mental health services, physical therapy, and patient support programs like Caregiver Support and Homeless Program. Amenities such as a cafe, canteen, credit union, fitness center, and U.S. Post Office are also listed. The document specifies the floor level for many services, offering a clear organizational structure for the medical center's operations and accessibility.
    Lifecycle
    Similar Opportunities
    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.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    J043--Replacement and Installation of a new Grundfos CR32-7 Boiler Feed Pump at the West Los Angeles VA Medical Center, Greater Los Angeles VA Healthcare System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Greater Los Angeles VA Healthcare System, is soliciting bids for the replacement and installation of a new Grundfos CR32-7 boiler feed pump at the West Los Angeles VA Medical Center. The contractor will be responsible for providing all necessary supplies, equipment, labor, and personnel to ensure the new pump is fully operational with the facility's existing boiler systems, as the replacement is critical for maintaining operational consistency and efficiency. This procurement is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a firm fixed price contract expected to be awarded based on the lowest-priced, reasonable offer from a responsible quoter with specialized experience in similar projects. Quotes are due by January 7th, 2026, at 02:00 PM PST, and interested parties should contact Contract Specialist Loan Dho at loan.dho@va.gov for further information.
    Z1DA--RENOVATE SHELL SPACE (658-22-104)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for Project 658-22-104, which involves the renovation of shell space at the Veterans Affairs Medical Center in Salem, Virginia. The project aims to transform existing shell space into seventeen new cubicle workstations for employees displaced due to ongoing construction activities, requiring modifications to fire alarm, sprinkler, electrical, telecommunication, and HVAC systems, as well as the installation of new interior finishes. The construction period is set for 120 calendar days from the receipt of the Notice to Proceed, and the opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Chanel Johnson at chanel.johnson@va.gov or by phone at 757-315-3934 for further details.
    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.
    Kitchen Hood Fire Sup System 12-Yr Maintenance & Hydro Testing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a contract to provide 12-year maintenance and hydrostatic testing of kitchen hood fire suppression systems at the VA Southern Oregon Rehabilitation Center and Clinics in White City, Oregon. This procurement is specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 561210, which encompasses Facilities Support Services, and requires compliance with NFPA 17A (2024) and Oregon fire code. The contractor will be responsible for performing services after hours, providing all necessary tools and certified personnel, and submitting detailed documentation of services within 7 to 10 days of completion. Interested parties should contact Craig L. Brown at Craig.Brown7@va.gov or by phone at 360-696-4061, with the contract period beginning January 20, 2026, and ending January 19, 2027.
    Z1DA--Replace Parking Garage Sprinkler System 583-24-525
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the parking garage sprinkler system at the Richard L. Roudebush VA Medical Center in Indianapolis, IN, under Solicitation Number 36C25026B0017. The project involves the demolition and replacement of overhead dry fire sprinkler piping, dry standpipe piping, and associated components, with a focus on adhering to VA design standards and NFPA codes while minimizing disruption to the medical center's operations. This procurement is particularly significant as it is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran-owned enterprises. Interested contractors must submit their bids via email by January 6, 2026, at 10:00 AM EST, and are encouraged to contact Contract Specialist Brian D. Rosciszewski at Brian.Rosciszewski@va.gov for further information.
    Y1DA--528A6-24-612 Connect PIVs to Fire Alarm System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Project No. 528A6-24-612, which involves connecting Post Indicator Valves (PIVs) to the fire alarm system and upgrading fire zones in Building 78 at the Bath VA Medical Center in New York. The project requires the installation, testing, and commissioning of PIV supervision and protection, along with the addition of voice alarms and the expansion of fire zones from one to eleven, all while adhering to NFPA standards and VA regulations. This initiative is crucial for enhancing the safety and operational efficiency of the facility, which serves as a nursing home for veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by December 22, 2025, with a project budget estimated between $250,000 and $500,000, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further details.
    Medical Gas Repairs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for medical gas repair services at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The contractor will be responsible for providing all necessary labor, equipment, materials, and supervision to repair and install replacement parts for medical gas systems, specifically focusing on the installation of zone valves for oxygen, medical air, and vacuum in designated areas of the emergency department. This work is critical to maintaining the safety and functionality of medical gas systems, which are essential for patient care in healthcare facilities. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by December 1, 2025, at 2:00 PM EST, following a mandatory site visit scheduled for November 24, 2025. For further inquiries, contact Jacob A. Tackett at Jacob.Tackett@va.gov or by phone at 706-469-0691.
    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.