Y1NZ--542-18-104 Replace Steam and Condensate System Oval 1 Construction Project NCO 4 Construction East
ID: 36C24425R0060Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the "Replace Steam and Condensate System Oval 1 Construction Project" at the Coatesville VA Medical Center in Pennsylvania. This project, set aside exclusively for small businesses, involves the partial removal and replacement of the underground steam distribution system serving multiple buildings while ensuring that the facilities remain operational throughout the construction period. The work is critical for maintaining the facility's infrastructure, with a contract value estimated between $20 million and $50 million, and a completion timeline of 550 calendar days following the Notice to Proceed. Interested contractors must register in the System for Award Management (SAM) and submit proposals by August 15, 2025, with further details available on SAM.gov.

    Point(s) of Contact
    Elizabeth WilsonContracting Officer
    (610) 383-0202
    Elizabeth.Wilson6@va.gov
    Files
    Title
    Posted
    This document is Amendment 0002 to Solicitation 36C24425R0060, issued by the Department of Veterans Affairs, Network Contracting Office 4, for the "Replace Steam and Condensate Mains System Oval 1 and Outlying Buildings" project. The amendment provides crucial updates for potential offerors, including the scheduling of a second site visit on July 22, 2025, at 10:00 AM (Building 70). It also extends the deadline for contractor questions to July 25, 2025, with VA responses expected around August 1, 2025, via SAM.gov. The proposal due date has been updated to August 15, 2025, at 10:00 AM. This amendment serves to inform all bidders of these changes, ensuring they have the latest information for their submissions.
    This amendment (0002) to Solicitation 36C24425R0060, issued by the Department of Veterans Affairs, addresses the "Replace Steam and Condensate Mains System Oval 1 and Outlying Buildings" project. The amendment provides crucial updates and clarifications, including a revised Evaluation Factor for the Construction Approach, VA responses to 127 contractor questions, sign-in sheets from site visits, and updated Excel sheets for division pricing and deduct alternates. Key clarifications include requirements for temporary heat and hot water during steam outages, photographic documentation of progress, contractor responsibility for weather delays, the need for a PE to perform stress analysis, specific drone requirements for post-completion inspections, and detailed instructions for utility shutdowns, road closures, and environmental permits. The document also confirms a five-year warranty for the pre-insulated piping system and specifies the use of Heavy and Highway wage rate determination. Precast manholes are not permitted, and the contractor is responsible for all excavation, backfilling, and any unforeseen obstructions or tree removal costs.
    The project identified as 542-18-104, managed by the Department of Veterans Affairs, aims to replace the steam and condensate system serving Oval 1 at the Coatesville VA Medical Center in Pennsylvania. This initiative is exclusively set aside for small businesses. The contract will be awarded through Best Value Trade-Off procedures, emphasizing the importance of maintaining operational steam supply during the project while ensuring safety compliance. The contractor will install new underground piping for several buildings in Oval 1, requiring mandatory safety training for all personnel involved. Bidders must be registered in the System for Award Management (SAM) and meet certain performance and bonding requirements, with an estimated project cost ranging between $20 million and $50 million. The solicitation documents will be available for download around June 30, 2025, and a pre-proposal site visit will be organized prior to the proposal submission deadline. Contractors must adhere to federal, state, and local regulations throughout the project, which is expected to be completed within 550 days of the Notice to Proceed, subject to the availability of fiscal year 2025 funds.
    The document outlines an amendment to the solicitation for the project "Replace Steam and Condensate Mains System Oval 1 and Outlying Buildings" under the solicitation number 36C24425R0060, administered by the Department of Veterans Affairs. The amendment announces key updates: a second site visit for contractors is scheduled on July 22, 2025, at 10:00 AM at Building 70; questions from contractors must be submitted via email by July 25, 2025; and the VA will respond to these inquiries by approximately August 1, 2025, through an amendment posted on SAM.gov. Proposals from contractors are due by 10:00 AM on August 15, 2025. The document aims to ensure clarity regarding the solicitation timeline and contractor engagement, emphasizing the importance of timely communication and adherence to submission deadlines. Overall, this amendment reflects the VA's commitment to managing the procurement process effectively, ensuring all parties are adequately informed of important developments.
    The document relates to Amendment 0002 for solicitation 36C24425R0060 concerning the replacement of the steam and condensate mains system at the VA Medical Center in Coatesville, PA. This amendment was issued to clarify evaluation criteria, respond to contractor inquiries, and provide necessary project documentation, including site visit sign-in sheets and attachment maps. Key points include updated construction approach evaluation factors emphasizing operational continuity, quality control, and potential project pitfalls. The document also addresses various contractor questions regarding project scope, timelines, materials, and responsibilities, emphasizing the importance of adhering to operational requirements during construction and maintaining existing utilities. Moreover, it mandates that contractors provide photographic documentation of progress, meet specific performance and testing standards, and outlines expectations regarding unforeseen conditions, utility handling, and environmental compliance. This amendment reflects the VA's dedication to ensuring an efficient and compliant construction process while maintaining service continuity for the facility.
    The Department of Veterans Affairs, Network Contracting Office 4, has issued an amendment to Solicitation No. 36C24425R0060, for the "Replace Steam and Condensate Mains Oval 1 & Outlying Buildings" project (Project 542-18-104). This amendment, identified as 0003 with an effective date of December 10, 2025, formally cancels the entire solicitation. Offers were previously due by June 30, 2025. This cancellation is an administrative action signed by Contracting Officer Elizabeth Wilson. All other terms and conditions of the original document remain unchanged despite the cancellation of the solicitation itself.
    The document outlines a bid form for the "Steam & Condensate Mains Oval 1" project, detailing costs associated with steam and condensate piping, related infrastructure, and overheads. It includes line items for materials, labor, and total costs for various project components such as trenching, utility locating, electrical ducts, roadway repair, and manholes. The bid form also specifies "Bid Deduct II" and "Bid Deduct III" sections, which propose reductions in scope for steam piping, condensate piping, pipe bedding, roadway repair, manholes, grounds improvements, and commissioning. Financial calculations for direct overhead and profit are meticulously broken down into tiered percentages based on cost thresholds. The document also provides a more detailed breakdown of general conditions, site work, structural elements, and mechanical components, including specific tasks like erosion control, site demolition, concrete work, and abatement testing. The total prime contractor cost is calculated, demonstrating a comprehensive financial overview for the project and its potential deductions.
    The Coatesville Veterans Affairs Medical Center mandates Green Environmental Management Systems (GEMS) training for contractors to ensure compliance with environmental regulations and promote sustainable practices. Based on ISO 14001 and Executive Order 13148, the GEMS Program aims to minimize environmental impact, prevent pollution, and encourage resource efficiency through operational controls and staff training. Key environmental aspects in construction include hazardous chemical management, abatement activities (asbestos, lead), storm water protection, and extensive recycling of construction debris (e.g., soil, concrete, wood, metals, plastics). Contractors must properly dispose of waste, prioritize reuse, and meticulously log all recycled/reused materials for tracking and reporting in compliance with federal acts like RCRA and the Federal Pollution Prevention Act. This comprehensive approach ensures environmental responsibility throughout all construction projects.
    The Department of Veterans Affairs Medical Center in Coatesville, Pennsylvania, has issued comprehensive Construction Safety Standards, updated in August 2022, to ensure the safety and health of personnel working at the healthcare facility. These standards synthesize regulations from OSHA (29 CFR 1910 and 1926), National Fire Protection Association Codes (99, 101), and VA Safety Policies. The Medical Center's Safety Officer, representing the Chief Engineer, enforces these regulations through inspections, with flagrant violations potentially leading to activity shutdowns. Contractors are also subject to inspection by the U.S. Department of Labor, OSHA. Key requirements cover a wide array of construction activities, including abrasive grinding, accident reporting, air tools, concrete work, cranes, electrical safety, excavation, fire protection, hazardous material handling, personal protective equipment, scaffolding, and welding. Specific guidelines address emergency procedures for fire and cardiac arrest, confined space entry, and lockout/tagout protocols. Attachments include a cutting and welding permit and a checklist of necessary precautions. A critical pre-construction requirement for contractors is providing certification that their employees are "TB FREE." The document emphasizes adherence to manufacturer specifications, ANSI standards, and continuous employee training on safety recognition and avoidance.
    The Department of Veterans Affairs (VA) is soliciting bids for Project No. 542-18-104, "Replace Steam & Condensate System Oval 1 and Outlying Buildings" at the Coatesville, PA VA Medical Center. This project, dated January 14, 2022, involves the partial removal and replacement of underground medium pressure steam and condensate piping in Oval 1 (buildings 1-9) and outlying buildings (10, 11, 12, 15, 16, 17, and 69). The scope includes demolition, installation of new pre-insulated piping, eleven new concrete steam manholes, modifications to two existing manholes, a new pipe bridge, and site restoration. The project requires minimizing steam system shutdowns, managing potential asbestos-containing materials (ACMs), coordinating with the Chester County Conservation District for erosion control, and providing comprehensive documentation including as-built drawings and photographic records. The bid document also outlines several bid alternate items for specific sections of the steam and condensate system replacement. General requirements cover safety, security, site operations, utility management, testing, and training, emphasizing strict adherence to VA standards and regulations.
    This document outlines the comprehensive requirements for traditional asbestos abatement at the Coatesville VA Medical Center in Coatesville, Pennsylvania, as part of the “Replace Steam and Condensate System Oval 1” project. It details the scope of work, including the removal and encapsulation of various asbestos-containing materials (ACM) like pipe insulation and contaminated soil, with estimated quantities provided for informational purposes. The document specifies pre-abatement, abatement, and post-abatement tasks, emphasizing adherence to all applicable federal, state, and local regulations, with the most stringent requirements always applying. It defines key terms, outlines contractor responsibilities, and lists critical safety protocols, including stop-work conditions, emergency action plans, and stringent worker protection measures such as mandatory respiratory protection and decontamination procedures. The document also describes the required personnel and waste/equipment decontamination facilities, highlighting the meticulous planning and execution necessary for this hazardous material abatement project.
    The Quality Assurance Surveillance Plan (QASP) for the Coatesville VAMC project 542-18-104 outlines the systematic methods for monitoring contractor performance in replacing steam and condensate lines. This plan ensures the contractor meets performance standards and quality levels specified in the Statement of Work (SOW) and their Quality Control Plan (QCP). It emphasizes a performance-based approach, focusing on outcomes rather than processes, with the contractor responsible for quality control through a three-phase model (preparatory, initial, and follow-up). The QASP defines roles for the Contracting Officer (CO), Contracting Officer's Representative (COR), and other technical staff, detailing surveillance techniques like inspections, random monitoring, and customer feedback. Acceptable quality levels are derived from construction specifications. The document also describes the performance management feedback loop, documentation requirements, and processes for analyzing assessments, determining performance, and resolving issues to ensure the government pays only for services received.
    The document outlines the bid details for the "Steam & Condensate Mains Oval 1" project, including project identification and contractor participation. It provides a comprehensive list of necessary materials and labor related to steam and condensate piping systems, trenching, utility locating, and construction improvements, detailing quantities and total costs. Key segments include direct costs, overhead calculations based on project costs, and profits derived from different cost tiers. The overall bid indicates a total prime contractor cost of $64,836.89 after accounting for all elements such as materials, labor, overhead, and profit margins. This documentation serves to collect competitive bids for the project, which is vital within the framework of government RFPs. It emphasizes fiscal responsibility and detailed cost management essential for compliance with federal and state regulations, ultimately aimed at ensuring successful project execution and transparency in contractor selection.
    The Coatesville Veterans Affairs Medical Center's GEMS Program focuses on implementing an Environmental Management System (EMS) as mandated by federal regulations. The program, aligned with ISO 14001 standards, aims to mitigate environmental impacts and enhance operational efficiency within the medical center. It emphasizes compliance with environmental regulations and pollution prevention, requiring contractors involved in significant environmental aspects to undergo GEMS training. Key elements of the GEMS Program include training during pre-construction meetings, adherence to guidelines for hazardous chemical use and waste management, and mandates for recycling construction materials. Contractors must track and report recycled materials to the GEMS Program Manager, reinforcing the importance of pollution prevention as outlined by the Federal Pollution Prevention Act and the Resource Conservation and Recovery Act (RCRA). The document further specifies procedures for the reuse and recycling of construction materials, ensuring they meet safety and regulatory standards before reuse. This structured approach exemplifies the VA's commitment to environmental stewardship in construction projects, prioritizing sustainability and compliance with federal, state, and local laws. Ultimately, the GEMS Program serves as a crucial framework for environmental management, guiding contractors in reducing their ecological footprint during project execution.
    The Construction Safety Standards document issued by the Department of Veterans Affairs Medical Center outlines critical safety and health regulations that must be observed for all construction activities at the facility in Coatesville, Pennsylvania. It emphasizes compliance with OSHA standards, National Fire Protection Association Codes, and internal VA safety policies. The document contains detailed guidelines on various topics, including the use of hand and power tools, accident reporting, personal protective equipment, scaffolding, fire protection, and hazardous material handling. Contractors are required to maintain regular inspections, provide adequate training, and ensure employees are familiar with safety protocols. The document also highlights the responsibility of the Medical Center’s Safety Officer to enforce these standards and conduct inspections of contractor work. Ensuring a safe working environment is paramount, with strict protocols in place for activities like welding and cutting that involve fire hazards. Overall, these standards reflect the VA's commitment to safeguarding the health and safety of workers and patients during construction activities at medical facilities.
    The document outlines the specifications for the replacement of the steam and condensate system at the Coatesville, PA VA Medical Center (Project No. 542-18-104). The main goal is to replace existing underground and interior piping serving multiple buildings while minimizing disruption to hospital operations. The work must occur primarily between April and November, limiting steam shutdown to eight-hour intervals, and includes testing for asbestos-containing materials before demolition. Key responsibilities of the contractor involve not only the installation of new pre-insulated piping and manholes but also the safe abandonment of old systems with specific provisions for environmental protection. The contractor must submit a rigorous project schedule and secure various approvals related to site operations, utilities, and safety compliance. Overall, this initiative underscores the VA's commitment to improving facility infrastructure while ensuring safety and minimal service interruption, highlighting careful planning, adherence to regulations, and communication with all stakeholders involved in the project.
    The Coatesville VA Medical Center in Pennsylvania plans to undertake a comprehensive asbestos abatement project as part of the replacement of its steam and condensate system. The project involves the removal, encapsulation, cleanup, and safe disposal of asbestos-containing materials (ACM), including various types of pipe insulation and contaminated soil, observing federal, state, and local regulations. The contract outlines specific tasks such as pre-abatement preparations, air monitoring, and decontamination procedures to ensure worker safety and environmental compliance. It emphasizes collaboration with VA representatives, maintenance of decontamination facilities, and adherence to rigorous health and safety protocols during all phases of work. The contractor is also responsible for training personnel, providing personal protective equipment, and complying with a multitude of regulations to mitigate risks associated with asbestos exposure. This initiative reflects the VA's commitment to preserving a safe environment for both workers and patients while upgrading essential systems.
    The document details the architectural and mechanical plans for a project under the U.S. Department of Veterans Affairs, identified by project number 542-18-104. It encompasses several structures, outlining the necessary site plans, building sections, and mechanical systems for renovations or new constructions. Key aspects include essential structural drawings (e.g., site plans, foundation details, and enlarged plans) and specific mechanical piping profiles needed for efficient operation within the facilities. The plans meticulously illustrate room layouts, including mechanical rooms, storage, and various office spaces while adhering to safety regulations and engineering standards. The document serves as a comprehensive guide for contractors and engineers tasked with implementing these upgrades or installations, emphasizing the necessity of using authorized plans stamped by a professional engineer. The detailed nature highlights the project's complexity while ensuring the adherence to federal and local guidelines throughout the renovation process. Overall, it supports the modernization of the Veterans Affairs facilities by outlining critical infrastructure upgrades tailored to enhance operational efficiency and regulatory compliance.
    The Quality Assurance Surveillance Plan (QASP) is designed for the Coatesville VAMC project 542-18-104, which involves replacing steam and condensate systems. Its purpose is to outline methods for monitoring contractor performance, ensuring adherence to established quality standards as described in the performance work statement (SOW). The plan delineates roles, responsibilities, and performance metrics necessary for quality control and assurance. Key strategies include a three-phase performance management approach: preparatory, initial, and follow-up phases, which emphasize outcome-oriented assessments rather than compliance-focused evaluations. The contractor is accountable for quality management through its own quality control (QC) program, while the government ensures oversight through the designated contracting officers and representatives. Performance monitoring relies on various techniques like inspections, random evaluations, and customer feedback to measure satisfaction and service effectiveness. Finally, the plan includes mechanisms for documentation and reporting of quality assurance assessments, ensuring that any service deficiencies lead to corrective actions, ultimately determining contractor payments based on performance metrics. This QASP aligns with federal compliance and funding provisions, enhancing the VA’s accountability and efficiency in managing government contracts while safeguarding service quality and taxpayer interests.
    The document outlines a bid form for the "Steam & Condensate Mains Oval 1" project (Project Number: 542-18-104), detailing the costs for various work items, including direct costs, direct overhead, profit, and taxes. The project involves extensive mechanical work such as steam and condensate piping, fittings, valves, trenching, utility locating, electrical ducts, pipe bedding, roadway repair, manholes, grounds improvements, mechanical room PRV, and commissioning. The bid form also includes several bid deducts (Deduct II, III, IV, and V), which specify reductions in scope for different elements of the project, such as general conditions, site removals, structural concrete and steel, and mechanical components. The total prime contractor cost is calculated, with an example showing a subtotal of $55,555 for direct costs, leading to a total prime contractor cost of $64,836.89 after accounting for overhead and profit.
    The document outlines the request for proposals (RFP) for the Steam & Condensate Mains project, identified as Project Number 542-18-104. It specifies detailed equipment, material, and labor requirements for the installation and maintenance of steam and condensate piping within Oval 1. The bid form is structured to collect cost estimates encompassing various aspects such as general conditions, site work, structural concrete, and mechanical components. The financial breakdown includes costs for materials, labor, overhead, profit margins, and potential deductions for various components. The plan emphasizes a systematic approach to determine direct costs, overhead percentages based on project budget tiers, and profit calculations linked to the total contractor cost. Furthermore, it outlines necessary insurance and tax obligations tied to the project. Overall, this RFP caters primarily to contractors by inviting accurate financial disclosures to facilitate the procurement process for essential infrastructure improvements, aligning with government funding protocols. Its structured format is indicative of a meticulous bidding process aimed at ensuring accountability and transparency in public contracting.
    The document "Laydown Area T-21" likely pertains to a designated physical space within a government project, such as those related to federal RFPs, federal grants, or state and local RFPs. While the brief text provides minimal details, "Laydown Area" typically refers to an area used for temporary storage, staging of materials, equipment, and possibly administrative functions during construction or project execution. The "T-21" designation could indicate a specific identification number, location, or phase within a larger project plan. This information would be crucial for logistical planning, site management, and resource allocation within the scope of a government-funded initiative, ensuring organized operations and efficient project delivery.
    The document pertains to the establishment of a Laydown Area (T-21) as part of a federal infrastructure project. This area is designated for storing materials and equipment needed for construction activities, ensuring efficient workflow and safety on-site. Specific considerations include logistical planning for access, environmental impact assessments, and compliance with federal and state regulations. The intention behind creating Laydown Area T-21 is to promote organized operations, minimize site congestion, and enhance productivity during project execution. Emphasis is placed on proper layout design and the management of materials to mitigate any potential hazards related to storage and handling. This initiative reflects the commitment to effective project execution while adhering to safety and regulatory standards throughout the duration of construction activities.
    The document provides an overview of a designated "Stockpile Area" marked as "OVAL 1" and lists a sequence of numerical identifiers from 1 to 6. These identifiers likely represent specific elements or locations within the stockpile area, which is pertinent for inventory management, planning, or operational purposes in the context of government procurement and resource allocation. The reference to an "OVAL" area could imply a structured or strategic space for resources, potentially related to federal grant initiatives or local RFPs aimed at enhancing infrastructure or emergency preparedness. This layout points to an organized system that caters to federal directives, ensuring that resources are effectively managed within designated sectors, which may facilitate grant applications or funding proposals focused on stockpile management. The succinct nature of the document indicates a preliminary stage of information gathering or an outline for further detailed planning, essential for future proposals or operational efficiency within government contexts.
    The document,
    The document outlines a project involving the Steam Trench associated with Building 17. The primary objective appears to be the evaluation and potential remediation of the steam trench infrastructure. Key aspects include the assessment of the current condition of the steam trench, identification of maintenance needs, and planning for upgrades or repairs. It is likely intended for stakeholders involved in federal grants and state or local RFPs seeking to improve the facility's operational efficiency and safety standards. The summary emphasizes the importance of systematically addressing the infrastructure, ensuring compliance with applicable regulations and standards, and potentially enhancing the functionality of Building 17. Overall, the document serves as an important reference for planning necessary interventions to maintain and improve critical utility systems within the facility.
    The Department of Veterans Affairs (VA) is soliciting proposals for the "REPLACE STEAM AND CONDENSATE SYSTEM OVAL 1 AND OUTLYING BUILDINGS" project (Solicitation Number 36C24425R0060) at the Coatesville VA Medical Center, Pennsylvania. This project, set aside for small businesses with a magnitude of $20M-$50M, involves the partial removal and replacement of the underground medium pressure steam and condensate piping system in Oval 1 and several outlying buildings. Key requirements include maintaining full facility operations, managing potential asbestos-containing materials, providing temporary steam services, and coordinating with local utilities and conservation districts. The contractor must furnish all labor, materials, and equipment, adhering to a 550-calendar-day performance period after receiving notice to proceed. Proposals are due by August 15, 2025, at 10:00 AM EST and require a 20% bid guarantee, with performance and payment bonds mandated after award. The evaluation will follow a "Best Value" tradeoff process, prioritizing technical capability and past performance equally, and together significantly more important than price. The solicitation outlines specific submission requirements for technical proposals (team and construction approach) and past performance, as well as pricing sheets and deduct alternates for potential scope reductions.
    The Department of Veterans Affairs is soliciting proposals for the replacement of the underground steam supply and condensate return systems at the Coatesville VA Medical Center, Project # 542-18-104. This construction project aims to overhaul the steam and condensate systems in Oval 1 and certain outlying buildings, enhancing safety and efficiency. Contractors are required to provide all necessary labor, materials, tools, and comply with various regulations, including OSHA safety standards. The project's estimated construction cost ranges from $20 million to $50 million, and it is set aside exclusively for small businesses. Proposals must be submitted by August 15, 2025, with a mandatory performance period of 550 days post-award. The project includes detailed stipulations regarding site preparations, demolition, safety protocols, temporary steam services, and environmental considerations, such as asbestos management. Contractors must ensure minimal disruption to facility operations during construction. The bidding process follows a “Best Value Trade-Off” approach, evaluating proposals based on technical capabilities, past performance, and pricing. Offerors must demonstrate relevant experience and submit a comprehensive pricing breakdown to be considered. The solicitation underscores the VA’s commitment to modernizing its facility systems while maintaining operational continuity and compliance with rigorous standards.
    This document, likely part of a government RFP for landscaping and tree management, details tree pruning, planting, and protection procedures. It outlines specific cuts for hardwood and evergreen branches, emphasizing the importance of the branch collar. The plan categorizes trees for removal, pruning/fertilization, and fertilization only, with a comprehensive list of tree identification numbers for each action. It also specifies tree protection measures, including fencing and root pruning techniques. Detailed planting instructions for shrubs, trees, perennials, groundcovers, and bulbs are provided, along with mulching specifications. The document highlights the Pennsylvania One Call System requirement for excavation and includes details for installing 40 new trees (10 shade, 30 flowering) and an adjustable basketball goal. This comprehensive guide ensures proper tree care, planting, and site management in accordance with established standards and regulations.
    Carter van Dyke Associates has developed a comprehensive Tree Management Plan for the Coatesville Tree & Sidewalk project. This plan outlines procedures for tree removal, pruning, and fertilization, detailing the specific trees involved. Key elements include instructions for proper pruning techniques, protection measures for existing trees, and a summary of trees designated for removal or care. Emphasis is placed on maintaining tree health during construction through protective fencing and pre-construction root pruning. The plan also includes detailed landscaping specifications, from planting soil and mulch to shrub planting and lawn restoration guidelines. Importantly, contractors are required to plant an additional 40 trees with a mix of shade and flowering varieties, ensuring local biodiversity is supported. Overall, this plan demonstrates a commitment to sustainable urban forest management and ecological consideration in the construction context, aligning with state and federal guidelines relevant to urban landscaping and RFP processes.
    Similar Opportunities
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    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--St. Cloud VAHCS Replacement/Addition Steam Mains Presolicitation Notice
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the replacement and addition of steam mains at the St. Cloud VA Health Care System in Minnesota, under Project Number 656-21-114. This opportunity 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) program. The project involves the complete removal and replacement of existing steam line vaults and the installation of new steam piping infrastructure, with a construction magnitude estimated between $5,000,000 and $10,000,000. The Invitation for Bid (IFB) solicitation is expected to be issued on or about December 29, 2025, with a performance period of 640 calendar days from the Notice to Proceed. Interested bidders should direct inquiries to Contracting Specialist Jeffrey Brown at Jeffrey.Brown8@va.gov or by phone at 651-293-3009.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    Replace Steam Trench Cap
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the steam trench cap at the Amarillo VA Medical Center in Texas. The contractor will be responsible for providing all necessary labor, equipment, tools, materials, and supervision to remove the old trench cap and install a new one, adhering to the detailed specifications outlined in the Statement of Work. This project is critical for maintaining the infrastructure of the medical facility, ensuring continued operational efficiency and safety. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or call 915-282-1732 for further details. The procurement process includes stringent requirements for site operations, material management, and compliance with VA security protocols, with a focus on minimizing disruption to existing medical services.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov for further information.
    [AMENDED] Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a design-build project to replace chillers in Buildings 1, 2, and 104 at the Lebanon VA Medical Center in Pennsylvania. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with various federal regulations, including the Federal Acquisition Regulation (FAR) and the Davis-Bacon Act, with a construction magnitude estimated between $1 million and $5 million. The selected contractor will be responsible for all aspects of the project, including design, construction, and compliance with VA guidelines, with a performance period of 270 calendar days from the Notice to Proceed. Proposals for Phase 1 are due by January 5, 2026, at 4:00 PM EST, and interested parties should direct inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov or Elijah J McIntosh at elijah.mcintosh@va.gov.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.