The Department of Veterans Affairs (VA) is seeking a qualified Architect-Engineering (A/E) firm for Project 528A5-22-507, focused on designing a force main connection to the county sewer at the Canandaigua VA Medical Center in New York. This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside, with an estimated construction cost between $1 million and $5 million. The selected firm will provide comprehensive design services, including schematics, construction documents, technical specifications, and construction period services, with a 375-day design completion period. Key selection criteria include professional qualifications, specialized experience in healthcare facility design and wastewater treatment, capacity, past performance, geographical proximity, commitment to using small business subcontractors, and experience in construction period services. Submissions are due by December 19, 2025, 11 AM EST, via email, with specific documentation requirements.
The Department of Veterans Affairs is issuing a presolicitation notice for A/E design services to connect the Canandaigua VAMC's force main sewer to the Ontario County sewer system. This project involves designing a new lift station, connecting VA gravity mains, decommissioning the existing wastewater treatment plant according to DEC codes, and outlining the new system for county maintenance. The design must include electrical requirements for the lift station and backup generator, detail the abandoning of old lines, and incorporate a phasing plan to ensure continuous wastewater treatment during the transition. The project also requires an asbestos and lead survey, adherence to VA specifications (VA Handbook 7610), and an estimated construction cost within a $3.5 million budget. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside procurement, under NAICS Code 238220, has an anticipated award date of December 2025 and a magnitude between $250,000 and $500,000. Solicitation materials will be available on sam.gov around November 2025.
The Department of Veterans Affairs (VA) is seeking Architect-Engineer (A/E) services for Project #528A5-22-507, "DESIGN CONNECT FORCE MAIN TO COUNTY SEWER CANANDAIGUA VAMC." This is a Sources Sought Notice, not a Request for Proposal, and the government will not reimburse costs for responses. The project involves designing a connection from a force main to the county sewer at the Canandaigua VAMC, with an estimated construction cost between $1,000,000 and $5,000,000. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requiring interested firms to submit an SF 330 by December 19, 2025, at 12:00 PM Eastern Time. Selection criteria include professional qualifications, specialized experience in healthcare and wastewater design, capacity, past performance, geographical proximity (within 450 miles of Canandaigua, NY), commitment to using SDVOSB subcontractors, experience in construction period services, and a record of claims. Firms must be registered in SAM and verified as SDVOSB in SBA’s database. The anticipated award date for the firm fixed-price contract is on or before January 31, 2026. The total cost for designs, plans, drawings, and specifications cannot exceed 6% of the estimated construction cost.
This document contains a Request for Information (RFI) for Project No. 528A5-22-507, titled "Design Connect Force Main to County Sewer." Submitted on December 9, 2025, by Contract Specialist Idalia Algarin, the RFI addresses two key inquiries. The first RFI requests a referenced design manual, to which the VA responded by directing the requester to an attached file. The second RFI seeks clarification on the location of "Oliver Street" in Canandaigua, NY, as a Google Map search did not yield results, and asks for the county sewer tie-in point. The VA's response directs the requester to an attached file showing proposed locations for the lift station and connection point, emphasizing the A/E team's responsibility to verify these locations during a site visit. This RFI process is a standard part of government procurement, ensuring clarity and providing necessary information to potential contractors during the pre-proposal phase of a project.
The Ontario County Department of Public Works' June 2025 Pump Station Design Manual establishes standards for new pump stations owned and operated by the County's Bureau of Wastewater Management. This manual aims to ensure continuous sewer service, protect public health, reduce system failures, and minimize operational costs. It covers pump station capacity, equipment selection, piping, electrical and instrumentation systems, and other appurtenances. The manual outlines design standards, application submittal requirements, project procedures including 30%, 60%, and 90% design deliverables, and construction document approval. It also details agency coordination, codes, permits, property acquisition, environmental reviews, and utility coordination. Key technical criteria address wastewater characteristics, allowable pump station types (submersible duplex, duplex wet well/dry well, and triplex wet well/dry well with superstructure), design flow rates, hydraulic analysis, pump selection, wet well sizing, downstream capacity, and civil/mechanical requirements like site development, odor control, and security.
The document outlines a Past Performance Questionnaire for Architect-Engineer (A-E) firms responding to a Department of Veterans Affairs (VA) Request for SF 330. The purpose is to evaluate an A-E firm's past project performance, specifically for "Project No. 528A5-22-507 for the Design to Connect force main to County Sewer" and "Project No. 528A5-23-501 for the Design Install Natural Gas". The questionnaire, to be completed by identified references, covers general project information, A-E firm responsibilities, evaluator details, and a performance rating section. Performance factors include design services, follow-on construction support, LEED, BIM, and overall management and technical quality. Ratings range from Exceptional to Unsatisfactory, with narrative explanations required for lower scores. The completed questionnaire is due by December 19, 2025, and must be submitted directly to the Contracting Officer, Idalia Algarin, via email or mail. The collected information is considered sensitive and will not be released to the A-E firm being evaluated.
The Department of Veterans Affairs is seeking an Architect-Engineering (A/E) firm for Project 58A5-22-507 to design the connection of a force main to the county sewer at the Canandaigua VA Medical Center. This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside procurement with an estimated construction cost between $1,000,000 and $5,000,000. The selected firm will provide comprehensive design services, including schematics, construction documents, technical specifications, and construction period services, with a design completion period of 375 calendar days. Key evaluation criteria include professional qualifications, specialized experience in healthcare wastewater treatment design, capacity, past performance, geographical proximity, commitment to using small business subcontractors, experience in construction period services, personnel qualifications, and claims history. Submissions must be electronic SF 330s, not exceeding 50 pages, sent by December 19, 2025.
The government file outlines a Scope of Work for AE design services to connect the Canandaigua VA Medical Center's force main sewer to the Ontario County sewer system, bypassing and decommissioning the existing wastewater treatment plant (WWTP). The project, with an estimated construction cost of $3.7 million, includes designing a new lift station, connecting VA gravity mains, and ensuring the WWTP remains operational during the transition. The A/E scope of services covers investigative design, construction documents, cost estimates, and construction period services, adhering to VA and applicable codes. Deliverables are phased from conceptual to final design, with specific timelines and requirements for drawings, specifications, and cost estimates. The project also mandates the use of the Autodesk Build Construction Management Platform for communication and collaboration, requiring contractor training and adherence to platform protocols.