Z1DA--Project No. 583-26-502 - Repair Exterior Isolation Valves.
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), Network Contracting Office 10, is soliciting proposals for Project No. 583-26-502: Repair Exterior Isolation Valves at the Richard L. Roudebush VA Medical Center and the VA Cold Spring Road facility in Indianapolis, IN. This is a Firm-Fixed-Price contract with an estimated magnitude of less than $350K. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offers are due by April 22, 2026, at 10:00 AM EDT.
Scope of Work
The project involves the repair and replacement of exterior isolation valves, fire hydrants, and associated system components. Key tasks include adding new isolation valves for specific fire hydrants, replacing an isolation valve in the water softener room, and performing necessary excavation, demolition, backfilling, and restoration of affected areas (asphalt, concrete, green spaces). The contractor will also be responsible for testing new components, cleaning affected water system sections, and ensuring compliance with OSHA, NFPA, VA, and manufacturer standards. A Site-Specific Safety Plan and Confined Space Entry Plan (if applicable) are required, along with a minimum one-year warranty on all parts, material, labor, and workmanship. The period of performance is 90 calendar days from the receipt of the Notice to Proceed.
Eligibility & Set-Aside
This is an SDVOSB set-aside. Offerors must be certified SDVOSBs and listed in the SBA certification database at the time of submission and award. Joint ventures are eligible if they meet specific requirements under 13 CFR part 128. Compliance with the nonmanufacturer rule and limitations on subcontracting, as outlined in VAAR 852.219-75 (General Construction: not more than 85% of the contract amount to non-SDVOSB/VOSB firms), is mandatory. The NAICS code is 236220 with a $45.0M small business size standard.
Submission & Evaluation
Proposals are due via email to luke.turner@va.gov by April 22, 2026, at 10:00 AM EDT. Required submission documents include a completed SF1442 Offer, acknowledgment of all amendments, a completed bid schedule, an SF24 Bid Bond (20% of bid price, not to exceed $3,000,000), the VAAR 852.219-75 Certificate of Compliance, and FAR 52.219-28 Post-Award Small Business Program Rerepresentation (if applicable). Performance and Payment Bonds are required for awards over $35,000 and $150,000 respectively. Contractors must be registered in SAM.gov.
Key Clarifications
A site visit was held on March 25, 2026; attendance was not mandatory for bid responsiveness. Responses to RFIs have clarified that the same individual can serve as Superintendent, SSHO, and QCM if qualified, and a subcontractor employee can be the Project Superintendent. Working hours are standard but can be extended with COR communication. The contractor can determine phasing and sequencing, subject to VA approval. Two laydown spaces and F-lot parking are provided. Utility drawings will be provided, and hydro-excavation is required for safe removal of hydrants and valves. Water system testing procedures are detailed in specifications. All contractor personnel are subject to background investigations, must wear VA badges, and require annual influenza shots.