F108--Restoration & Remediation Emergency Flood Response Services
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 VA Boston Healthcare System (VISN 1), is soliciting proposals for Emergency Flood Response Services under a Blanket Purchase Agreement (BPA). This opportunity, designated as a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to secure remediation services for flooded building structures, components, systems, and contents across VA facilities in New England (Connecticut, Massachusetts, Maine, New Hampshire, Rhode Island, and Vermont). Offers are due by May 12, 2026, at 1:00 PM ET.
Scope of Work
The required services include:
- Initial on-site assessment within 4 hours of request (24/7/365).
- Mobilization of personnel, equipment, and materials.
- Pumping and extracting standing water.
- Removing unsalvageable materials.
- Drying salvageable materials.
- Cleaning and disinfecting water-impacted areas.
Contractors must have at least 3 years of experience and possess relevant certifications (e.g., IICRC, ACAC). Adherence to Federal and State OSHA, EPA, public health laws, VA Directives, and HIPAA is mandatory.
Contract Details
- Type: Blanket Purchase Agreement (BPA)
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB)
- Estimated Ceiling: $7,000,000.00
- Individual Order Limit: Up to $100,000.00 per order
- Product Service Code: F108 - Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support
- Place of Performance: Various VA VISN 1 facilities across New England.
Submission & Evaluation
- Offers Due: May 12, 2026, 1:00 PM ET
- Evaluation Factors: Technical or Quality, Past Performance, and Price. The Government reserves the right to select a quotation other than the lowest price.
- Required Documents: Bidders must complete and submit a Past Performance Worksheet and a Limitations on Subcontracting (LOS) certification form.
- Wage Determinations: Multiple U.S. Department of Labor Wage Determinations are applicable, establishing minimum wage rates and fringe benefits for various occupations in the specified New England counties. Bidders must factor these into their proposals for compliance.
Eligibility
Offerors must be certified and listed in the SBA certification database as an SDVOSB. Specific limitations on subcontracting apply, requiring the prime and similarly situated subcontractors to perform at least 50% of the contract value for services.
Contact Information
For inquiries, contact Issa J Shawki, Contract Specialist, at Issa.Shawki@va.gov.