Amendment 0001 | Y1NZ--598-23-107 Med Gas Deficiencies
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 Central Arkansas Veterans Healthcare System (CAVHS), is soliciting proposals for Medical Gas Deficiencies Project #598-23-107. This project involves comprehensive construction to correct medical gas system issues at the John L. McClellan Memorial Veterans Hospital (JLM) in Little Rock, AR, and the Eugene J. Towbin VA Healthcare Center (EJT) in North Little Rock, AR. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by February 3, 2026, at 4:00 PM Central Time.
Scope of Work
The project addresses findings from a Medical Gas Analysis report, including leak repairs, installation of required fittings, new wiring, and controls. Specific tasks include:
- Installation of new underground communication lines.
- Replacement of main oxygen shutoff and check valves, with additional shutoff valves for temporary oxygen connections.
- Patching, repairing, and refinishing locations for campus area alarms and shutoff valves.
- Electrical work, including new branch circuits and power for a new med gas master alarm.
- Work must be performed without affecting medical center operations, with specific after-hours requirements for surgery and SICU departments.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) under FAR 15 procedures.
- Period of Performance: 240 calendar days after issuance of the Notice to Proceed.
- Magnitude of Construction: Between $2,000,000 and $5,000,000.
- Bonds: A bid guarantee (20% of bid price or $3,000,000, whichever is less) is required. Performance and Payment Bonds (100% of award amount) are required upon award.
- NAICS Code: 236220 – Commercial and Institutional Building Construction, with a Small Business Size Standard of $45M.
Eligibility & Submission
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Eligibility: Offerors must be verified as an SDVOSB in the Small Business Administration's Veteran Small Business Certification (VetCert) database and registered in SAM.gov.
- Safety Requirements: Bidders must submit a Pre-Award Contractor Evaluation Form (EMR Form) including OSHA 300 data and EMR for the past three years. An EMR greater than 1.0 or specific OSHA violations (e.g., four serious, one repeat, or one willful within 3 years) will result in disqualification.
- Proposal Due: February 3, 2026, at 4:00 PM Central Time.
- Submission Method: Electronically via email to Julius.Jones@va.gov.
- Amendments: Offerors are responsible for obtaining and acknowledging all amendments posted on SAM.gov.
Evaluation
Award will be made to an eligible and certified SDVOSB that represents the best value to the Government. Evaluation will follow a Past Performance-Price Tradeoff, where Past Performance is more important than Price.
Important Notes
- Site Visits: A site visit was conducted on December 10, 2025.
- RFIs: Government responses to RFIs have been provided, clarifying requirements and extending the bid due date.
- Project Management: Requires project management for all trades, including low voltage electrical, control panel programming, plumbing, and underground civil work.
- Asbestos: An asbestos survey for JLM Hospital has been conducted and provided. Bidders must account for potential asbestos-containing materials.
- Staffing: Full-time QA/QC and Site Safety and Health Officer (SSHO) personnel are required.
- Staging: Staging areas are available at EJT (North Lot 10) and JLM (grounds building).
- TB Test: Required for all on-site personnel.