Z1DA--619A4-23-106 Correct the Mechanical/Fixtures & Piping for Buildings 2, 4 & 4A (VA-26-00016382)
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), specifically the 247-NETWORK CONTRACT OFFICE 7, has issued a Solicitation for construction services to Correct the Mechanical/Fixtures & Piping for Buildings 2, 4 & 4A at the Central Alabama Veterans Health Care System in Tuskegee, AL. This project involves critical infrastructure upgrades to domestic water and fire protection systems. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by April 17, 2026, at 1300 CST.
Scope of Work
The project requires the installation of dual parallel piping for domestic water and fire protection, along with backflow preventer assemblies (BFPAs), for Buildings 2, 4, and 4A. This includes reconfiguring existing domestic water systems in Buildings 4 and 4A and replacing 4-inch water main piping. The contractor must provide all labor, supervision, transportation, materials, and incidentals. Work must comply with VA specifications, Design Guides, Infection Control guidelines, and applicable codes (NFPA/Life Safety Code). Architectural and engineering drawings detail the scope, including potential hazardous materials abatement (asbestos, lead-based paint).
Contract Details
- Contract Type: Firm-Fixed-Price Construction.
- Estimated Magnitude: Between $250,000 and $500,000.
- Period of Performance: 90 calendar days from Notice to Proceed.
- NAICS Code: 236220 (Commercial and Institutional Building Construction), with a Small Business Standard of $45 Million.
Submission & Evaluation
Proposals are due April 17, 2026, at 1300 CST, and must be submitted electronically to the specified email addresses. The subject line must include "Company Name, RFP number, Project Title." Evaluation will prioritize Past Performance (significantly more important than price) and Price. Past performance will be assessed for relevancy and recency (within the last 5 years). An Experience Modification Rate (EMR) greater than 1.0 may disqualify the offeror. A mandatory site visit is scheduled for March 24, 2026, at 1300 CST. Requests for Information (RFIs) are due by April 1, 2026. An offer guarantee (20% of proposal price, not to exceed $3,000,000) is required.
Eligibility & Set-Aside
This acquisition is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be 51% or more owned and controlled by veterans, certified in certifications.sba.gov, and registered in SAM.gov. Compliance with VETS 4212 reporting and VAAR Clause 852.219-75 (limiting subcontracting to non-SDVOSBs/VOSBs to 85% for general construction) is mandatory.
Key Attachments
Bidders must complete and submit the Experience Modification Rate Form, Past Performance Questionnaire (PPQ), and Itemized Cost Breakdown. Compliance with Wage Determinations and mandatory electronic invoicing via Tungsten Network is also required.