36C26326Q0451, PN: N/A CON Inpatient Floor Valve Relocation {OM}
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), through its NETWORK CONTRACT OFFICE 23 (36C263), is soliciting proposals for Inpatient Floor Valve Relocation at the VA Medical Center in Omaha, NE. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for construction firms. The project involves the relocation and installation of new control valves and coil kits for Hot Water (HW) and Chilled Water (CHW) systems to improve maintenance access. Proposals are due May 1, 2026, at 10:00 AM CDT.
Scope of Work
The contractor will provide all materials, labor, equipment, and supervision for the "VAMC Omaha – VA Medical Center Inpatient Floor Valve Relocation" project. Key tasks include:
- Coordinating system shutdowns with Facilities.
- Disconnecting existing HW and CHW piping from fan coil units.
- Providing and installing new HW and CHW control valves and coil kits.
- Relocating these components to the hallway for improved maintenance access.
- Verifying system operation and providing new insulation.
- Ensuring new components match existing ones and obtaining VA approval.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: 30 calendar days, commencing upon Notice to Proceed.
- Magnitude of Construction: Less than $25,000.
- NAICS Code: 238220 (Commercial and Institutional Building Construction) with a $19.0 Million small business size standard.
- Bonding: Bid and payment bonds are required if the quote exceeds $35,000. Given the estimated magnitude, bonding is likely not required.
Eligibility & Set-Aside
This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be:
- A verified SDVOSB in the SBA's Small Business Search database.
- A small business concern under NAICS 238220.
- Registered in the System for Award Management (SAM). Subcontracting limitations apply, requiring general construction contractors to pay no more than 85% of the amount to non-SDVOSB/VOSB firms (excluding material costs).
Key Dates & Submission
- Solicitation Published: April 3, 2026.
- Site Visit: April 10, 2026, at 10:00 AM CT (report to Engineering Office, Omaha VAMC basement).
- Technical Questions Due: April 17, 2026, at 10:00 AM CT. Submit in writing to tommy.opal@va.gov and michael.warrick@va.gov.
- Proposals Due: May 1, 2026, at 10:00 AM CDT. Submit electronically to tommy.opal@va.gov and michael.warrick@va.gov.
Evaluation
Award will be based on price only.
Special Requirements
Work must be performed during normal business hours (7:00 AM – 4:30 PM, Monday – Friday). The contractor must provide a "Competent Person" (OSHA CP) on-site with OSHA 30 certification and 3+ years of experience. Qualified and licensed personnel are required for electrical and HVAC work. Compliance with various safety regulations (USACE EM 385-1-1, OSHA, NFPA), Job Hazard Analysis (JHA), Preconstruction Risk Assessment (PCRA), and Infection Control Risk Assessment (ICRA) is mandatory. Wage Determination NE20260057 applies.