Z1DA--550-26-120 Emergent South Water Tower Repairs
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.
Presolicitation Notice
Presolicitation Notice
Page 3 of 3
Pre-Solicitation Notice
Pre-Solicitation Notice
Page 1 of 3
DESCRIPTION
Solicitation No: 36C25226B0002
Project: Emergent Repairs South Water Tower CON
Project Number: 550-26-120
Location: Veterans Affairs Illiana Healthcare System (VAIHCS), Illinois
This Pre-Solicitation Notice is NOT a request for submittals of any kind. The information provided is for planning purposes only and does not constitute a request for bid. This construction project will be set-aside for Service-Disabled-Veteran-Owned-Small-Businesses (SDVOSB).
Contractor must provide all tools, materials, components, labor, and supervision for upgrading 550-26-120 Emergent repairs South Water Tower. Provide other trades as required to accommodate this work. All services related to the Statement of Work (SOW) shall comply with all applicable federal, state, and local codes and regulations, and VA Codes, Standards and Executive Orders including but not limited to Veterans Affairs Illiana Healthcare System (VAIHCS) Construction Safety Policy, VA Infection Control Policy, Veterans Affairs Illiana Healthcare System (VAIHCS) site-specific requirements and Standard Operation Procedures and all work will be provided with one-year parts and labor warranty from date of acceptance by the VA. Work is to be completed within 135 calendar days of receipt of a Notice to Proceed.
In accordance with Public Law 109-461, and pursuant to 38 USC 8127(d), competition is restricted to SDVOSB firms. The solicitation, which will be posted on https://sam.gov will include all drawings, plans and specifications related to this requirement and be issued on/about November 7, 2025 with bids due on/about December 10, 2025. The bidder is responsible to monitor and download any amendments from https://sam.gov which may be issued for this solicitation. There will be a pre-bid site visit held for this project, and all prospective bidders are encouraged to attend. Details of the pre-bid site visit will be included in the solicitation package.
In accordance with VAAR 819.7003 (b), at the time of submission of bids, and prior to award of any contracts, the bidder must represent to the CO that it is a (1) SDVOSB eligible under VAAR Subpart 819.70; (2) Small business concern under the NAICS code assigned to this acquisition; and (3) SDVOSB listed as verified in SBA database at: https://search.certifications.sba.gov/
The project magnitude range is between $250,000 and $500,000. The North American Industry Classification System (NAICS) for this procurement is 237110 (Water and Sewer Line and Related Structures); size standard $45 million applies.
In order to receive a contract, you shall be registered and current in SAM.gov. If you are not registered with System for Award Management (SAM) you may register online at https://sam.gov.