Y1DZ| 564-26-103 |REPLACE CAMPUS STEAM AND CONDENSATE LINES | DESIGN-BUILD | FAYETTEVILLE, AR | 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 Veterans’ Health Care System of the Ozarks (VHSO) in Fayetteville, AR, is soliciting proposals for a Design-Build project to Replace Campus Steam and Condensate Lines. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The estimated magnitude is between $10M and $20M. Phase I proposals are due by May 1, 2026.
Opportunity Overview
This opportunity, project number 564-26-103, requires a contractor to furnish all labor, materials, and expertise for the design and construction of new underground steam and condensate lines to and from Buildings 10, 1, 3, 4, and 21 on the Fayetteville VA Campus. The existing condensate system is non-functional, and steam lines show deterioration. The project includes demolition, site development, utility relocation/connections, and third-party commissioning. All work must adhere to VA Design Guides, IBC, NFPA, OSHA, and be performed without disrupting medical center operations.
Contract Details
- Contract Type: Firm-Fixed Price, Design-Build.
- Magnitude: $10,000,000.00 to $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.
- Proposal Acceptance: A 120-day proposal acceptance period is required.
- Bonds: A bid bond must be submitted with the proposal. Performance and Payment bonds will be required from the awarded contractor.
Eligibility & Submission
This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be registered and certified as an SDVOSB in the SBA VetCert database (veterans.certify.sba.gov), registered in SAM (www.sam.gov), and have completed online Representations and Certifications. The NAICS code 236220 must be registered in VetCert. The acquisition will follow a two-phase design-build selection process. Phase I proposals are due by the date specified in Block 13A of SF 1442 (overall response date is May 1, 2026). Phase II proposals will be requested from a maximum of four selected Phase I offerors.
Evaluation Criteria
Award will be based on a "Best Value" tradeoff.
- Phase I Evaluation Factors (descending order of importance): Technical Approach, Technical Qualifications (Key Design Personnel & Experience, Key Construction Personnel & Experience), Past Performance.
- Phase II Evaluation Factors (Non-Price combined approximately equal to price): Technical Design Concept, Administrative (Draft Project Schedule and Narrative), Price.
Key Requirements & Forms
Offerors must provide specific documentation:
- Exhibit A (Performance Relevancy Survey): Details on up to three relevant projects completed within the last five years.
- Exhibit B (Subcontractor Information and Consent Form): Required for subcontractors/teaming partners to release past performance information.
- Exhibit C (Contractor Evaluation Form Contractor Safety): Includes OSHA 300 forms, DART Rate, and Insurance Experience Modification Rate (EMR).
- Exhibit D (Surety Form): To be completed by the surety.
- DOL Wage Determination: Bidders must adhere to prevailing wage rates for Washington County, AR.
- Safety: A competent, 30-hour OSHA certified superintendent is required full-time. Hot Work and Confined Space Entry Permits are mandatory.
Important Dates & Contact
- RFI Due Date: April 16, 2026, 2:00 PM CDT. Inquiries must be submitted using Exhibit E.
- Proposal Due Date: May 1, 2026 (overall response date).
- Contact: Madeline Allison (madeline.allison@va.gov, 7133502906). A site visit will be held for Phase II only.