J041--621-22-108 - Replace Site Underground Chilled Water Piping - Pre-Solicitation
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 Network Contracting Office 9 (36C249), is soliciting proposals for Project # 621-22-108: Replace Site Underground Chilled Water Piping at the James H. Quillen VAMC in Johnson City, TN. This 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside opportunity has an estimated construction value between $10,000,000.00 and $20,000,000.00. Proposals are due by March 12, 2026, at 10:00 AM ET.
Scope of Work
This project involves the comprehensive replacement of site underground chilled water piping, including general construction, alterations, and selective demolition. The scope encompasses site investigations, preparation, trenching, demolition of existing piping, installation of new piping for both VA and ETSU loops, and site restoration. The work is to be completed in multiple phases to minimize facility impact. The Base Bid has a performance period of 548 calendar days after Notice to Proceed. Alternate A (518 days) eliminates a vault and caps distribution branches, while Alternate B (456 days) eliminates distribution to the East Tennessee State University loop (Buildings 4, 119, 178). Detailed demolition and new work plans for Buildings 4 and 119 are provided in revised drawings.
Contract Details
- Contract Type: Firm-Fixed-Price
- Magnitude: $10,000,000.00 to $20,000,000.00
- NAICS Code: 236220 (Commercial and Institutional Building Construction), with a $45M small business size standard.
- Product Service Code: J041 (Maintenance, Repair And Rebuilding Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment)
- Place of Performance: James H. Quillen VAMC, Johnson City, TN 37604
Submission & Evaluation
- Proposal Due Date: March 12, 2026, at 10:00 AM ET.
- Submission Method: One electronic copy of the entire proposal must be submitted via email to Robert.Glenn2@va.gov.
- Evaluation Process: Lowest Price Technically Acceptable (LPTA) source selection.
- Evaluation Factors: Hospital/Healthcare Construction Management (Relevant Experience, Key Personnel), Technical Management Approach (Project & Construction Quality Control, Change Order Management), Past Performance, and Price.
- Page Limits: Technical proposal is limited to 50 pages (CPARS, EMR responses, SAM/DSBS registrations are excluded from this limit). Price proposal is limited to 25 pages (Pricing Schedule counts as 20 pages; bid guarantee documents are excluded). Attachments 4, 5, and 7, along with Vets 4212, SBA verification, and Representations/Certifications, should be submitted as separate files.
- Bonds: A Bid Bond (20% of bid price or $3 Million, whichever is less) is required. Performance and Payment Bonds will be required for awards over $35,000 and $150,000, respectively.
Eligibility & Set-Aside
- Set-Aside: 100% Service-Disabled Veteran Owned Small Business (SDVOSB).
- Registrations: Contractors must be registered and CVE verified in SBA VetCert (https://veterans.certify.sba.gov) and have an active SAM registration. They must also be listed and viewable in the SBA Dynamic Small Business Search (DSBS) at the time of offer and award.
- Experience Requirements: Prime contractors must provide two (2) completed projects demonstrating experience in underground site utility work within the past five (5) years, each with a contract value of at least $10,000,000.00. For this SDVOSB set-aside, only the prime contractor's experience will be accepted, not key subcontractors'.
- Wage Determination: Bidders must adhere to the prevailing wage rates and fringe benefits outlined in General Decision Number TN20260191 for Washington County, Tennessee.
Key Clarifications
Recent amendments and RFI responses have clarified submission requirements, including specific document placement (e.g., EMR, SAM/DSBS, CPARS, Attachments 4, 5, 7 as separate files) and their impact on page limits. The bid date has been extended multiple times, with the final deadline now March 12, 2026. Site utility work experience for other federal facilities may be considered if comparable.