Z1DA--619A4-23-106 Correct the Mechanical/Fixtures & Piping for Buildings 2, 4 & 4A (VA-26-00016382)
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 Network Contract Office 7 (36C247), has issued a Solicitation for construction services to correct mechanical/fixtures and piping for Buildings 2, 4, and 4A at the Central Alabama Veterans Health Care System (East Campus) in Tuskegee, AL. This project, identified as VA-26-00016382 (Project No. 619A4-23-106), is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by April 17, 2026, at 1300 CST.
Scope of Work
The contractor will be responsible for installing dual parallel piping for domestic water and fire protection, and backflow preventer assemblies (BFPAs) for Buildings 2, 4, and 4A. This includes installing reduced principle BFPAs for Building 2, reconfiguring existing BFPAs for Buildings 4 and 4A, replacing existing water main piping, and creating new tie-in points. All work must adhere to VA specifications, Design Guides, Infection Control guidelines, and applicable codes (NFPA/Life Safety Code). The contractor must provide all labor, supervision, transportation, materials, and incidentals. Work affecting facility operations, such as shutdowns, must be performed after hours or on weekends, with 15-day advance approval for water shut-offs. Phased completion is possible.
Contract Details
This is a Firm-Fixed-Price construction contract with an estimated magnitude between $250,000 and $500,000. The period of performance is 90 calendar days from the date of contract award or notice to proceed. The NAICS Code is 236220 (Commercial and Institutional Building Construction) with a Small Business Standard of $45 Million. The project is fully funded and expected to be awarded within the current fiscal year.
Eligibility & Submission
This acquisition is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be 51% or more owned and controlled by veterans, registered in SAM.gov and certifications.sba.gov, and comply with VETS 4212 reporting. Proposals must be submitted electronically by April 17, 2026, at 1300 CST to the specified email addresses, with a subject line including "Company Name, RFP number, Project Title." A file size limit of 10 MB applies. An offer guarantee (20% of proposal price, not to exceed $3,000,000) is required.
Evaluation Factors
Proposals will be evaluated based on Past Performance (significantly more important than price) and Price. Past performance will be assessed for relevancy (similar scope, magnitude, complexity) and recency (within the last 5 years). An Experience Modification Rate (EMR) greater than 1.0 may disqualify the bidder.
Key Requirements & Clarifications
Offerors must complete and submit several attachments, including an Experience Modification Rate Form (Attachment 1), SBA Vet SB Cert Program Class Dev (Attachment 2) detailing subcontracting limitations (e.g., not more than 85% to non-SDVOSBs for general construction), a Past Performance Questionnaire (Attachment 3), and an Itemized Cost Breakdown (Attachment 4). Mandatory electronic invoicing via Tungsten Network is required (Attachment 6). Clarifications from RFI answers (Attachment 10) confirm that no commissioning is required, and the Superintendent can concurrently serve as the Quality Control Manager and Safety and Health Officer (both full-time on-site roles). Contractors are responsible for obtaining permits outside the VA and must account for potential water line freezing costs.