Z1DA--DB Construction | Project # 459-25-002 CFA Fuel Tank Replacement
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.
Pre-Solicitation No. 36C26126R0012
Project No. 459-25-002
Title: CFA Fuel Tank Replacement
This Pre-solicitation No. 36C26126R0012 is in conjunction with sources sought notice number 36C26126R0012 posted in SAM.gov Contract Opportunity on 11/18/2025.
All information in this pre-solicitation announcement is preliminary, as well as subject to modification, and is no way binding on the Government.
Department of Veterans Affairs, Network Contracting Office (NCO 21) will be issuing a request for proposal to procure Design-build construction to replace the CFA Fuel Tank.
A request for proposal will be issued as a total Small Business set-aside.
The applicable North American Industry Classification System (NAICS) code is 236220-Commercial and Institutional Building Construction, and the Small Business Size Standard is $45M. PSC code is Z1DZ, Maintenance of Other Hospital Buildings
Pursuant to FAR 36.204(d) Disclosure of the magnitude of construction projects is between $250,000 and $500,000.
Proposals will only be requested and accepted from Vendors that are verified and registered in the System for Award Management (SAM) and be verified in the Small Business Administration s (SBA) Veteran Small Business Certification (VetCert) as a Service- Disabled Veteran Owned Small Business (SDVOSB) from the Network Contracting Office (NCO) 21.
Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See https://www.sam.gov/SAM/pages/public/index.jsf). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses shall have their ownership and control verified by the Department of Veterans Affairs (VA) and be listed in the Small Business Administration (SBA) Veteran Small Business Certification (VetCert) Veteran Small Business Certification (sba.gov). **In addition to or in place of (VetCert), VA may also use the SBA Dynamic Small Business Search (DSBS) as another official source for SDVOSB verifications.
General Description of the work includes, but not limited to, the following:
This project shall provide comprehensive Design Build services to replace the existing generator diesel fuel storage tank and associated system components at Veterans Affairs Pacific Islands Healthcare Systems (VAPIHCS) CFA Building 110. The existing 200kW Emergency Generator provides power to critical circuits in the event of a natural disaster or power outage. During tank annular testing, a leak into the secondary wall of the fuel storage tank was identified. The existing equipment is over 25 years old, replacement of equipment is required.
The Design Build (DB) contractor must furnish: Design: all design Architect Engineer (A.E) services, equipment, materials, supplies, investigations and project supervision, and construction period services associated with this contract. Design must meet Veterans Affairs Design Guides and Design Criteria and Veterans Affairs Master Specifications at the technical information library TIL (www.cfm.va.gov/TIL). Design must follow all current applicable codes, including:
International Building Code (I.B.C)
National Fire Protection Association (N.F.P.A)
Occupational Safety and Health Administration (O.S.H.A)
Veterans Affairs Plumbing Design Manual.
Veterans Affairs Health Directive 1061 design standard for protection against Health Care Associated (H.C.A) Legionella Disease (L.D)
Contractor shall provide all the equipment, labor, materials, tools and supplies required for construction of the project in accordance with the drawings and specifications including Davis Bacon Wage Rate.
The Design Build contractor will be responsible for providing a complete set of construction specifications along with design drawings and engineering calculations for this project.
Schedule for Design Build & Construction Time:
ACTION
CALENDAR DAYS
Kick-Off Meeting and Preliminary Site Review
10
Notice to Proceed
35% Design Submittal & Meeting
28
Kick Off Meeting
35% Veteran Affairs Comments
14
35% Design Submittal & Meeting
65% Design Submittal and Meeting
35
35% VA Comments
*Start Site Preparation for Trailer after 65% turn in
65% Veterans Affairs Comments
21
65% Design Submittal & Meeting
100% Design Submittal & Meeting
35
65% Veteran Affairs Comments
100% Veteran Affairs comments
14
100% Design Submittal & Meeting
100% Final Documents Submittal
14
100% Veterans Affairs comments
Mobilization
7
For the Design phase
178
For the Construction Phase
180
VA Acceptance of 100% Final Documents
De-mobilization
7
Project Construction Completed and Operational
TOTAL CONSECTUTIVE DAYS
365