Z1DA--667-26-111 CON Abate Central Chase & Replace Fire Main
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 Overton Brooks VA Medical Center (OBVAMC) in Shreveport, LA, is preparing to solicit for a Firm-Fixed Price construction contract titled "Abate Central Chase & Replace Fire Main" (Project No. 667-26-111). This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The solicitation documents are anticipated to be available on or about April 10, 2026.
Scope of Work
The project involves the comprehensive removal of friable asbestos-containing material (ACM) from the central pipe chase and the replacement of the primary fire main risers in Building 1 of the main hospital. Key tasks include:
- Removal and disposal of all ACM in the central pipe chase.
- Replacement of the existing 6" Fire Sprinkler Standpipe system from the 1st to the 12th floor.
- Installation of new control valves, fire cabinet enclosures, and fire-rated chase access doors.
- Sealing of chase penetrations and re-insulation of piping.
- The work requires a multi-phase process, limited to two floors at a time, working from top down, to prevent asbestos exposure and allow for sampling and abatement. New fire main risers must be installed before existing ones are removed.
- This project encompasses general construction, demolition, architectural, mechanical, electrical, plumbing, medical gas, radiation protection, fire protection, and telecommunication work. Strict adherence to infection control risk assessment (ICRA) and dust control measures, including maintaining negative air pressure, is required.
Contract Details
- Contract Type: Firm-Fixed Price Construction.
- Period of Performance: 200 calendar days from the Notice to Proceed.
- Estimated Value: Between $1,000,000.00 and $5,000,000.00.
- NAICS Code: 236220 (Small Business Size Standard: $45 million).
- Bonds: A bid bond is required with the proposal. Performance and Payment bonds will be required from the awarded contractor.
Eligibility & Set-Aside
This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be registered with SBA VetCert (veterans.certify.sba.gov) and the System for Award Management (SAM.gov), with completed online Representations and Certifications, prior to the solicitation due date. A minimum of 15% of the contract performance cost for personnel must be spent on the concern's employees or other eligible SDVOSB concerns.
Submission & Key Dates
- Solicitation Release: Anticipated on or about April 10, 2026, available electronically on SAM.gov.
- Solicitation Format: Request for Proposals (RFP).
- Proposal Acceptance: A 30-day proposal acceptance period will be required after the solicitation is published.
- Action: Interested parties are strongly encouraged to register for notifications and frequently check SAM.gov for the solicitation and any amendments.
- Mandatory Site Visit: A mandatory Pre-Bid Site visit is required for contractors to verify existing conditions.
Important Notes
This is a Pre-Solicitation Notice. Questions will only be accepted after the official solicitation has been published. Work may occur in occupied areas, requiring coordination with the Contracting Officer's Representative (COR) for scheduling, especially for noisy or odor-causing activities and utility outages. Electronic submittals, including samples of finishes, are required.