561A4-22-108 Repair Underground Stormwater Sewage System

SOL #: 36C24226B0031Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
242-NETWORK CONTRACT OFFICE 02 (36C242)
ALBANY, NY, 12208, United States

Place of Performance

Lyons, NJ

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

Construction Of Water Supply Facilities (Y1NE)

Set Aside

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

Timeline

1
Posted
Jan 12, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 11, 2026, 2:45 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 02, has issued a Firm-Fixed-Price Solicitation (IFB 36C24226B0031) for the Repair and Upgrade of the Underground Stormwater and Sanitary Sewage System at the VA NJ Health Care System, Lyons Campus, Lyons, NJ. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Bids are due electronically by March 11, 2026, at 10:45 AM EST.

Project Scope

This project, identified as 561A4-22-108, involves the comprehensive removal and replacement of the existing stormwater and sanitary sewer systems. Key tasks include the demolition of outdated infrastructure, installation of new precast storm and sanitary manholes, and relining of sewer pipes. Specifically, Cured-In-Place Pipe (CIPP) lining is required, designed per ASTM F1216 or F1743 for a 50-year service life, with acceptable resin systems for sanitary sewers including polyester, vinyl ester, or epoxy. The scope extends upstream to include Pipe D-A-191. Post-installation CCTV inspection is required. The contractor must restore all disturbed site features to original or better condition and comply with VA specifications, drawings, and all applicable Federal, State, and Local codes. The Autodesk Build Construction management platform will be used for all project correspondence and submissions.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Magnitude of Construction: $1,000,000.00 - $5,000,000.00
  • Period of Performance: 244 Calendar Days from Notice to Proceed
  • NAICS Code: 237110 (Construction Of Water Supply Facilities), with a size standard of $45 million.

Key Dates & Submission Requirements

  • Questions Due: February 17, 2026, by 12:00 PM EST
  • Pre-bid Site Visit: February 3, 2026, at 11:00 AM EST (at Building 10, 2nd floor conference room)
  • Bids Due: March 11, 2026, at 10:45 AM EST
  • Bid Opening: March 11, 2026, at 11:00 AM EST (online via Microsoft Teams)
  • Submission Method: Electronically via email to Dayna.Dickson-Miller@va.gov.
  • Mandatory Submissions: Offerors must acknowledge all solicitation amendments, submit a VETS4212 Report, a FAR 52.225-2 Buy American Act Certificate, and a VAAR 852.219-75 Limitations on Subcontracting Certificate. Bid bonds and Payment/Performance Bonds are required for bids/contracts exceeding $150,000. Signing page two of the solicitation signifies acceptance of all listed provisions.

Eligibility

This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Contractors must be registered in SAM.gov and verified/certified as an SDVOSB in the Small Business Search at the time of bid submission and prior to award. For general construction, contractors must not pay more than 85% of the contract amount to firms not certified as SDVOSBs or VOSBs.

Amendments

Four amendments have been issued: P0001 provided the site visit sign-in sheet; P0002 clarified solicitation provisions; P0003 answered RFIs regarding CIPP specifications, work limits, and laydown areas; and P0004 addressed soil conditions and provided the NRCS Soil Report. All amendments confirm the bid due date.

People

Points of Contact

Dayna Dickson-MillerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Solicitation
Posted: Mar 11, 2026
View
Version 8
Solicitation
Posted: Mar 10, 2026
View
Version 7
Solicitation
Posted: Mar 5, 2026
View
Version 6Viewing
Solicitation
Posted: Feb 24, 2026
Version 5
Solicitation
Posted: Feb 18, 2026
View
Version 4
Solicitation
Posted: Feb 10, 2026
View
Version 3
Solicitation
Posted: Feb 3, 2026
View
Version 2
Solicitation
Posted: Jan 23, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 12, 2026
View