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), specifically 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 relocating hot water and chilled water control valves and coil kits for improved maintenance access. Technical inquiries are due by April 14, 2026, 10:00 AM CT, and quotations are due by April 14, 2026, 3:00 PM CT.
Scope of Work
The contractor will provide all materials, labor, equipment, and supervision to accomplish the relocation of inpatient floor valves. Key tasks include coordinating system shutdowns, disconnecting existing piping, installing new HW and CHW control valves and coil kits, relocating these components to the hallway, verifying system operation, and providing new insulation. All work must comply with various safety and construction regulations (e.g., OSHA, USACE EM 385-1-1), and require a "Competent Person" on-site with OSHA 30 certification. Deliverables include inspection and testing documentation.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: 30 calendar days after 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; not required if under $35,000.
- Place of Performance: Omaha, NE.
Set-Aside & Eligibility
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 under NAICS 238220, and represent their SDVOSB status to the Contracting Officer. Limitations on subcontracting apply, requiring the prime SDVOSB to perform at least 85% of the construction work (excluding material costs).
Submission & Evaluation
- Inquiries: Submit in writing to tommy.opal@va.gov and michael.warrick@va.gov by April 14, 2026, 10:00 AM CT. Telephone inquiries are not accepted.
- Quotations: Submit electronically via email to tommy.opal@va.gov and michael.warrick@va.gov by April 14, 2026, 3:00 PM CT.
- Evaluation: Award will be based on price only.
- Site Visit: Not organized, but offerors can request one by contacting the contracting specialist by April 8, 2026, 3:00 PM CT.
Special Requirements
Offerors must adhere to specific submittal procedures, including a submittal register, detailed preparation guidelines, and electronic submission in PDF format. Prevailing wage rates for Douglas County, Nebraska (GDN NE20260057) apply, and contractors must comply with the Davis-Bacon Act. Registration in SAM is mandatory.