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), has issued Solicitation 36C24926R0013 for the replacement of site underground chilled water piping at the James H. Quillen VAMC in Mountain Home, TN. This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside with an estimated construction value between $10,000,000.00 and $20,000,000.00. Proposals are due by March 6, 2026, at 2:00 PM ET.
Scope of Work
This project, identified as Project # 621-22-108, involves comprehensive construction services including:
- Replacement of all site underground chilled water piping.
- General construction, site investigations, site preparation, trenching, and demolition of existing piping.
- Installation of new piping for both VA and ETSU loops.
- Site restoration. The work will be completed in multiple phases to minimize facility impact. The Base Bid has a performance period of 548 calendar days after Notice to Proceed. Two alternates are specified:
- Alternate A: Eliminates a vault on Dogwood Avenue and caps distribution branches for future connection to Building 204 (518 days).
- Alternate B: Eliminates distribution to the East Tennessee State University loop (Buildings 4, 119, 178) (456 days).
Contract Details
- Contract Type: Firm-Fixed-Price.
- Magnitude: $10,000,000.00 to $20,000,000.00.
- Period of Performance: 548 calendar days for the Base Bid, with reduced durations for alternates.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a small business size standard of $45M.
Eligibility & Set-Aside
This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. Offerors must:
- Be registered and CVE verified in SBA VetCert (https://veterans.certify.sba.gov) and listed in the SBA Dynamic Small Business Search (DSBS) at the time of offer and award.
- Have an active SAM registration.
- Submit a Bid Bond (20% of bid price, not to exceed $3 Million).
- Provide Performance and Payment Bonds for awards over $35,000 and $150,000 respectively.
- Demonstrate compliance with the 25% self-performance requirement using the provided "Attachment 4 Calc. of Self Performed Work.xlsx".
Submission & Evaluation
- Proposal Due Date: March 6, 2026, at 2:00 PM ET.
- Submission Method: One electronic copy of the entire proposal via email to Robert.glenn2@va.gov.
- Evaluation Process: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors: Hospital/Healthcare Construction Management (Relevant Experience, Key Personnel), Technical Management Approach (Project & Construction Quality Control, Change Order Management), Past Performance, and Price. Proposals must be technically acceptable.
- Site Visit: A site visit is scheduled for Friday, February 13, 2026, at 8 AM ET at Building 208 Energy Center.
- Questions (RFIs): Must be submitted via email to Robert.glenn2@va.gov by February 24, 2026, 2:00 PM ET, using the provided "Attachment 8 Request For Information Form.docx".
- Proposal Limits: Technical proposal max 50 pages, Price proposal max 25 pages.
- Past Performance: Assessors must submit the "Attachment 6 Past Performance Questionnaire.docx" directly to Robert.glenn2@va.gov by March 2, 2026, 2:00 PM EDT.
- Safety Records: Bidders must complete and submit "Attachment 7 Contractor EMR Certification Form.docx" including OSHA 300 forms and EMR data.
Key Attachments
- Specifications (Attachment 1): Detailed technical requirements for construction, safety, and environmental controls.
- Drawings (Attachment 2): Comprehensive plans for site, civil, structural, architectural, mechanical, and electrical systems.
- Pricing Schedule (Attachment 3): Mandatory template for detailed cost breakdowns (labor, material, equipment).
- Wage Determination (Attachment 9): Prevailing wage rates for Washington County, TN.