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), Network Contract Office 01 (NCO 1), intends to award a Firm-Fixed Price Blanket Purchase Agreement (BPA) for Restoration & Remediation Emergency Flood Response Services for the VA New England Healthcare System (VISN 1). This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The solicitation, 36C24126Q0467, is available for download, and offers are due by May 12, 2026, at 9 AM EST.
Scope of Work
The contractor will provide emergency flood response services to mitigate flooded building structures, components, systems, and contents across various VISN 1 facilities in Massachusetts, Connecticut, New Hampshire, Rhode Island, Maine, and Vermont. Services include:
- Initial on-site assessment within 4 hours of request (24/7/365).
- Mobilization of personnel and equipment.
- Pumping and extracting water.
- Removing unsalvageable materials.
- Drying salvageable materials.
- Cleaning and disinfecting affected areas. Contractors must provide a verbal report within 1 hour of assessment, followed by a written Emergency Flood Response Plan and cost estimate.
Contract Details
- Contract Type: Firm-Fixed Price Blanket Purchase Agreement (BPA).
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be certified and listed in the SBA database.
- NAICS Code: 562910 (Hazardous Waste Collection / Remediation Services).
- PSC: F108 (Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support).
- Estimated Ceiling: $7,000,000.00 for the BPA, with individual BPA Orders up to $100,000.00.
- Period of Performance: Task orders will be issued off the BPA.
- Compliance: Adherence to OSHA, EPA, public health laws, VA requirements, Infection Prevention and Control (ICRA), Life Safety Code (NFPA 101), and HIPAA. Daily waste removal is required.
Contractor Requirements & Submission
- Qualifications: Minimum 3 years of experience with VAMCs/government/private hospitals. Personnel must have professional knowledge of water damage restoration (ANSI/IICRC S500) and relevant certifications (IICRC, ACAC), plus specific OSHA training.
- Subcontracting: Specific limitations on subcontracting apply (50% for services); offerors must complete the provided LOS certification form.
- Past Performance: Bidders must complete and submit the "Past Performance Worksheet.xlsx" to document relevant experience.
- Wage Determinations: Multiple U.S. Department of Labor Wage Determinations are incorporated, covering various counties in Connecticut, Massachusetts, New Hampshire, Rhode Island, Maine, and Vermont. Bidders must ensure proposed labor costs comply with these minimum wage and fringe benefit rates.
- Registration: All prospective offerors must be registered in the System for Award Management (SAM) prior to award.
Evaluation Factors
Proposals will be evaluated based on Technical/Quality, Past Performance, and Price. The Government reserves the right to select a quotation other than the lowest price that provides additional benefit.
Key Dates & Contact
- Solicitation Available: April 30, 2026.
- Offers Due: May 12, 2026, at 9 AM EST.
- Contact: Issa Shawki, Contracting Officer, issa.shawki@va.gov, 774-826-3192.