J045--Improve Water Pressure American Samoa | VA261-17-J-1328
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 Network 21 Contracting Office is issuing a Request for Proposal (RFP) for the Improve Water Pressure American Samoa requirement. This presolicitation seeks a Service-Disabled Veteran Owned Small Business (SDVOSB) to furnish and install a complete domestic water booster pump system at the VA Pacific Islands Healthcare System's American Samoa Community Based Outpatient Clinic (CBOC), located at the Fiatele Teo Building in Pago Pago, AS. The primary objective is to address insufficient domestic water pressure throughout the facility. The solicitation is anticipated to be posted on May 4, 2026, with proposals due by June 3, 2026, at 10:00 AM Pacific Time.
Scope of Work
The project requires the provision and installation of a complete, turnkey duplex booster pump system equipped with Variable Frequency Drives (VFDs) and automatic lead/lag sequencing. Installation will occur in Room 120, including a housekeeping pad, vibration isolation, and anchoring. The scope also involves modifying existing 2-1/2” domestic water service piping, providing electrical power and wiring, and integrating the system into the Building Automation System (BAS) via BACnet for monitoring key parameters like pressure, pump status, and alarms. Existing Pressure Regulating Valves must be replaced. The system must maintain a minimum of 40 PSI flowing pressure and exceed 60 PSI discharge pressure at a peak demand of approximately 80 GPM. All work must comply with VA Technical Information Library (TIL) standards, including the VA Plumbing Design Manual PG-18-10, applicable VA Master Construction Specifications, NEC, NFPA, OSHA, and all relevant local, state, and federal regulations.
Contract Details & Timeline
This procurement is a Presolicitation for an RFP conducted under FAR Part 15, designated as a Service-Disabled Veteran Owned Small Business (SDVOSB) Set Aside. The North American Industry Classification System (NAICS) Code is 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a size standard of $19M. The anticipated period of performance is 120 days. Work hours are restricted to Friday 5 PM to Sunday, with no work permitted during VA facility operating hours (Monday-Friday, 7 AM - 5 PM) or on holidays, to ensure continuous water availability. The solicitation is expected to be posted on May 4, 2026, and proposals are anticipated to close on June 3, 2026, at 10:00 AM Pacific Time. The original notice was published on April 20, 2026.
Site Visit & Inquiries
A site visit will be scheduled, and its date will be posted with the official Request for Proposal. All contractual and technical questions must be submitted in writing via email to charee.harris@va.gov. Telephone inquiries will not be accepted. Offerors are solely responsible for continually monitoring the SAM.gov website for any postponements or amendments to this solicitation.