Z1DA--619A4-23-106 Correct the Mechanical/Fixtures & Piping for Buildings 2, 4 & 4A (VA-26-00016382)

SOL #: 36C24726R0070Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
247-NETWORK CONTRACT OFFICE 7 (36C247)
AUGUSTA, GA, 30904, United States

Place of Performance

Tuskegee, AL

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Maintenance Of Hospitals And Infirmaries (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 19, 2026
2
Last Updated
Mar 25, 2026
3
Submission Deadline
Apr 17, 2026, 6:00 PM

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), Network Contract Office 7, is soliciting proposals for mechanical, fixtures, and piping corrections for Buildings 2, 4, and 4A at the Central Alabama Veterans Health Care System in Tuskegee, AL. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside with an estimated value between $250,000 and $500,000. Proposals are due April 17, 2026, by 1:00 PM CST.

Scope of Work

The project, identified as Project No. 619A4-23-106, involves the installation of dual parallel piping for domestic water and fire protection, along with backflow preventer assemblies (BFPA) for Buildings 2, 4, and 4A. Key tasks include:

  • Installing new BFPA for Building 2 and reconfiguring existing BFPA for Buildings 4 and 4A.
  • Replacing existing water main piping and creating new tie-in points.
  • Adhering to VA specifications, Design Guides, Infection Control guidelines, and applicable codes (NFPA/Life Safety Code).
  • Providing all necessary labor, supervision, transportation, materials, and incidentals.
  • The scope also includes demolition, hazardous materials abatement, and detailed technical requirements outlined in the specifications and drawings.

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)
  • Product Service Code (PSC): Z1DA (Maintenance Of Hospitals And Infirmaries)

Eligibility & Evaluation

This acquisition is a 100% SDVOSB Set-Aside. Offerors must be certified in certifications.sba.gov, registered in SAM.gov, and comply with VETS 4212 reporting. Proposals will be evaluated using a Trade-Off Source Selection process, with Past Performance significantly more important than Price. Past performance will be assessed for relevancy (similar scope, magnitude, complexity) and recency (within the last 5 years). An Experience Modification Rate (EMR) greater than 1.0 may lead to disqualification. An offer guarantee (20% of proposal price, not to exceed $3,000,000) is required.

Submission & Key Dates

  • Proposals Due: April 17, 2026, by 1:00 PM CST.
  • Submission Method: Electronic only, to the email addresses specified in the solicitation. Subject line must include "Company Name, RFP number, Project Title." Proposal file size limit is 10 MB; multiple documents should be sent as separate emails.
  • Requests for Information (RFIs) Due: April 1, 2026.
  • Mandatory Site Visit: A mandatory site visit was held on March 24, 2026, at 1:00 PM CST. The attendance sheet is available as Attachment 9.

Required Attachments & Compliance

Bidders must complete and submit several attachments, including the Experience Modification Rate Form, Past Performance Questionnaire (PPQ), and Itemized Cost Breakdown. Compliance with VA Notice 852.219-75 regarding subcontracting limitations (e.g., not more than 85% to non-SDVOSB/VOSB for general construction) is mandatory. Bidders must also adhere to prevailing wage determinations (AL20260078) and utilize the Tungsten Network for electronic invoicing.

People

Points of Contact

Christopher L Harper (Contractor)Contract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Mar 25, 2026
Version 3
Solicitation
Posted: Mar 17, 2026
View
Version 2
Pre-Solicitation
Posted: Feb 19, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 19, 2026
View
Z1DA--619A4-23-106 Correct the Mechanical/Fixtures & Piping for Buildings 2, 4 & 4A (VA-26-00016382) | GovScope