Z1DA--619-26-1-5381-0002, Correct FCA Assessment Findings on Failing PLUMBING Conditions for Building 1 (VA-26-00027345)

SOL #: 36C24726R0039Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
247-NETWORK CONTRACT OFFICE 7 (36C247)
AUGUSTA, GA, 30904, United States

Place of Performance

Montgomery

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Maintenance Of Hospitals And Infirmaries (Z1DA)

Set Aside

Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs) (VSA)

Timeline

1
Posted
Mar 23, 2026
2
Last Updated
May 8, 2026
3
Submission Deadline
May 21, 2026, 6:00 PM

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 247-NETWORK CONTRACT OFFICE 7, is soliciting proposals for construction services to correct failing plumbing conditions in Building 1 at the Central Alabama Veterans Health Care System in Montgomery, AL. This project aims to mitigate waterborne pathogen risks, such as Legionella, through comprehensive plumbing system upgrades. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by May 21, 2026, at 1:00 PM CDT.

Scope of Work

The project involves extensive upgrades to the domestic hot and cold water systems. Key requirements include:

  • Removal of dead-leg piping and re-insulation.
  • Upgrades to domestic hot water (DHW) systems, including adjusting water heater temperatures to 140°F, installing master mixing valves, extending DHW return piping, and installing point-of-use thermostatic mixing valves.
  • Installation of a new chilled domestic water (DCW) system with a chiller plant, heat exchanger, and an insulated DCW recirculation loop.
  • Implementation of continuous water quality monitoring (pH, chlorine, temperature) and chlorination injection stations per floor.
  • Integration of controls, electrical, structural, and architectural work.
  • Comprehensive testing, commissioning, and training for facility operations staff. The work will be performed in Building 1 at 215 Perry Hill Road, Montgomery AL 36083, and is phased over three years (36 months) to minimize disruption to patient care, with outages scheduled during off-hours or weekends.

Contract Details

  • Contract Type: Firm-Fixed-Price Construction Contract.
  • Period of Performance: 1095 days (3 years) after issuance of Notice to Proceed.
  • Estimated Cost: Over $10,000,000.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction); Small Business Standard: $45 Million.

Eligibility & Submission

This acquisition is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be registered in SAM.gov and verified as an SDVOSB in the SBA MySBA system (veterans.certify.sba.gov) at the time of proposal submission and award.

  • Evaluation: Best Value Trade-off, considering Technical Approach, Price, and Past Performance.
  • Proposals Due: May 21, 2026, 1:00 PM CDT.
  • Requests for Information (RFIs) Due: April 29, 2026, 1:00 PM CDT.
  • Submission: Proposals must be submitted via email to Pamela.Moffitt@va.gov in four volumes: Technical, Price, Past Performance, and General Information.
  • Required Documents: Signed SF 1442, acknowledgment of all amendments, Bid Guarantee (20% of bid price or $3,000,000, whichever is less), Experience Modification Rate Form, and Past Performance Questionnaire. Compliance with VAAR 852.219-75 (Limitations on Subcontracting) is mandatory, requiring that for general construction, not more than 85% of the contract amount be paid to non-SDVOSB/VOSB firms.

Key Clarifications & Notes

Responses to RFIs clarify that mechanical system testing is required, Pro Press plumbing joints are not allowed, and the Superintendent can serve as the Commissioning Manager, QC Manager, and Safety and Health Officer. Work in patient areas must be performed after business hours or on weekends. Detailed Infection Control Risk Assessment (ICRA) requirements are in place, including HEPA carts for high-risk areas. The contractor is responsible for various permits (e.g., hot work, confined space). A second site visit was held on April 24, 2026.

People

Points of Contact

Pamela R MoffittContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Solicitation
Posted: May 8, 2026
View
Version 6Viewing
Solicitation
Posted: May 7, 2026
Version 5
Solicitation
Posted: Apr 16, 2026
View
Version 4
Solicitation
Posted: Apr 15, 2026
View
Version 3
Solicitation
Posted: Apr 3, 2026
View
Version 2
Solicitation
Posted: Apr 2, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 23, 2026
View
Z1DA--619-26-1-5381-0002, Correct FCA Assessment Findings on Failing PLUMBING Conditions for Building 1 (VA-26-00027345) | GovScope