J047--Replace Backflow Preventer 610A4-26-501
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 250-NETWORK CONTRACT OFFICE 10 (36C250), is soliciting proposals for the replacement and relocation of a backflow preventer at the VA Northern Indiana Health Care System in Fort Wayne, IN. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by March 27, 2026, at 2:00 PM ET.
Scope of Work
This Firm-Fixed-Price contract requires the contractor to provide all labor, materials, equipment, and supervision to:
- Replace and relocate a 4-inch backflow preventer, including disposal of the existing unit.
- Replace two isolation valves attached to the backflow preventer.
- Run new piping from the existing water main to the new backflow preventer at ground level.
- Replace one 6-inch gate isolation valve.
- Test the new system using a certified backflow tester and submit all required paperwork to the Contracting Officer's Representative (COR).
- Coordinate all system shutdowns with the COR at least two weeks in advance.
- Adhere to all applicable federal, state, and municipal laws, codes, regulations, and VHA Master Specifications.
- Provide a site-specific safety plan, proposed performance schedule, estimate, and submittals prior to installation. The VA will provide the new backflow preventer and two isolation valves. Prep work can occur during normal business hours (7:00 am - 4:00 pm, M-F), but the actual outage and tie-in must be performed outside of these hours.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: 90 calendar days after Notice to Proceed (NTP).
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a size standard of $19.5 Million.
- Proposal Due: March 27, 2026, 2:00 PM ET.
- Published: February 24, 2026.
Submission & Evaluation
Offerors must submit proposals electronically to tiffany.rausch@va.gov by the deadline; no physical quotes will be accepted. Evaluation will consider price and other factors, with technical capability and past performance being significant. Offerors must acknowledge receipt of any amendments and complete VAAR 852.219-75, "VA NOTICE OF LIMITATIONS ON SUBCONTRACTING—CERTIFICATE OF COMPLIANCE," returning it with their quote. This form outlines subcontracting limits (e.g., no more than 50% of contract value to non-SDVOSBs/VOSBs for services).
Key Attachments
- Attachment V - Specifications 2: Comprehensive plumbing specifications (Division 22) detailing general requirements, definitions, submittals, quality assurance, and execution guidelines.
- Attachment IV - Specifications 1: Detailed piping diagram for the backflow preventer, showing configuration, components, and dimensions.
- Attachment III - Drawings: Basement floor plan of Building 1, indicating the existing backflow preventer location.
- Attachment II - Wage Determination: U.S. Department of Labor wage rates and fringe benefits for Allen, Wells, Whitley counties, IN, crucial for labor cost estimation.
- Attachment I - VAAR 852.219-75: Mandatory certification regarding subcontracting limitations for SDVOSBs/VOSBs.
Contact Information
For questions, contact Tiffany A Rausch, Contract Specialist, at Tiffany.Rausch@va.gov or 317-988-1521.