36C26326Q0451, PN: N/A CON Inpatient Floor Valve Relocation {OM}

SOL #: 36C26326Q0451Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NETWORK CONTRACT OFFICE 23 (36C263)
Saint Paul, MN, 55101, United States

Place of Performance

Omaha, NE

NAICS

Plumbing (238220)

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
Mar 26, 2026
2
Last Updated
Apr 20, 2026
3
Submission Deadline
May 1, 2026, 3:00 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 23, is soliciting proposals for Inpatient Floor Valve Relocation at the VAMC Omaha, NE. This project involves the installation and relocation of hot water (HW) and chilled water (CHW) control valves and coil kits for improved maintenance access. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due May 1, 2026, at 10:00 AM CT.

Scope of Work

The contractor will provide all materials, labor, equipment, and supervision to:

  • Coordinate shutdown of HW and CHW systems.
  • Disconnect existing HW and CHW piping from two fan coil units.
  • Install two new HW control valves and two new CHW control valves.
  • Install two new HW coil kits and two new CHW coil kits.
  • Relocate control valves and coil kits to the hallway for improved maintenance access.
  • Open HW & CHW lines and verify system operation.
  • Provide new insulation and ensure new components match existing.
  • Connect back to the Building Management System (BMS).
  • Comply with extensive safety and regulatory requirements, including OSHA, USACE EM 385-1-1, PCRA, and ICRA. A "Competent Person" with OSHA 30 certification and qualified journeyman/master electricians and HVAC technicians are required on-site.

Contract Details

  • Contract Type: Firm Fixed-Price Lump Sum.
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • NAICS Code: 238220 (Electrical Contractors and Other Wiring Installation Contractors) with a $19.0 Million size standard.
  • Magnitude of Construction: Less than $25,000.
  • Period of Performance: 30 calendar days after Notice to Proceed (NTP).
  • Bonding: Not required as the project magnitude is under $35,000.
  • Subcontracting: General Construction limitations apply (max 85% to non-SDVOSB/VOSB firms, excluding materials). A certificate of compliance is required.
  • Wage Rates: Davis-Bacon Act prevailing wage rates (NE20260057) for Douglas County, NE, apply.

Key Dates & Submission

  • Technical Questions Due: April 17, 2026, 10:00 AM CT.
  • Proposal Due: May 1, 2026, 10:00 AM CT.
  • Submission Method: Electronic via email to tommy.opal@va.gov and michael.warrick@va.gov.
  • Evaluation: Award will be based on price only.

Additional Notes

A site visit was held on April 10, 2026, and information, including Q&A, has been posted via amendment. Offerors must be registered in SAM and verified as an SDVOSB in the SBA database.

People

Points of Contact

Tommy L OpalPRIMARY
Michael B. WarrickSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Apr 20, 2026
Version 2
Solicitation
Posted: Apr 3, 2026
View
Version 1
Solicitation
Posted: Mar 26, 2026
View
36C26326Q0451, PN: N/A CON Inpatient Floor Valve Relocation {OM} | GovScope