PRESOL | Y1DZ | 36C25626R0044_1 | 564-26-103 | REPLACE CAMPUS STEAM AND CONDENSATE LINES | DESIGN-BUILD | FAYETTEVILLE, ARK.
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 Veterans’ Health Care System of the Ozarks (VHSO) in Fayetteville, AR, is planning a Design-Build project to replace campus steam and condensate lines (Project 564-26-103). This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The project involves replacing underground steam and condensate distribution lines to and from five key buildings (B-1, B-3, B-4, B-10, B-21) while maintaining system functionality. A Firm-Fixed Price construction contract is anticipated, with an estimated magnitude between $10,000,000 and $20,000,000. The solicitation is expected to be released as an RFP around April 1, 2026.
Scope of Work
The contractor shall furnish all labor, material, tools, equipment, and supervision for the Design-Build effort. Key tasks include:
- Replacement and Demolition: Replace all underground steam and condensate distribution lines to and from Buildings 1, 3, 4, 10, and 21. Demolish all abandoned lines and associated equipment.
- Design-Build Services: Provide all Architect and Engineering (DB AE) services, materials, supplies, equipment, investigations, project supervision, and construction period services.
- Site Work: Includes new sidewalk access, pathways, site curb work, temporary ramps, asphalt, and landscaping.
- Utility Management: Relocation and/or temporary connections for various utilities, with shutdowns coordinated outside regular hours/weekends.
- Third-Party Commissioning: Contractor to provide and pay for third-party commissioning of the new system.
Contract & Timeline
- Contract Type: Firm-Fixed Price, Design-Build
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14). At least 15% of personnel costs must be for SDVOSB employees.
- Magnitude: Between $10,000,000.00 and $20,000,000.00
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45 million small business size standard.
- Period of Performance: 765 calendar days from Notice to Proceed.
- Solicitation Release: On or about April 1, 2026.
- Proposal Acceptance: 120-day period required.
Special Requirements
- Bonds: Bid bond required with proposal; Performance and Payment bonds required from the awardee.
- Registrations: Offerors must be registered with SBA VetCert (sba.gov), SAM (sam.gov), and have completed online Representations and Certifications. Registration with the assigned NAICS code in VetCert is mandatory.
- Design Standards: Design must meet VA Design Guides, VA Master Specifications (www.cfm.va.gov/TIL), and comply with IBC, NFPA, and OSHA codes.
- Site Visits: A preliminary/pre-proposal site visit is required and must be coordinated.
- Phasing & Traffic: A phased plan is required to maintain system functionality and two-directional traffic. Minimize parking and traffic impacts.
- Active Facility: Consideration for the active hospital environment, including patient and staff areas, safety, and security protocols (no access to VA personnel, PHI, PII, or VA network).
Contact Information
- Primary Contact: Madeline Allison (madeline.allison@va.gov, 713-350-2906). Questions will only be accepted after solicitation publication.