Z2DA--OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
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 19 (36C259), is soliciting proposals for the Replace Exterior Utility Lines Project (623-24-101) at the Jack C. Montgomery VA Medical Center in Muskogee, OK. This project involves replacing existing exterior water lines and sewer systems to create separate fire protection and domestic water loops, improving safety and maintenance. The estimated project magnitude is between $2,000,000 and $5,000,000. Proposals are due by January 29, 2026, at 12:00 AM CST.
Scope of Work
This project requires the replacement of all exterior site water lines and sewer systems, including the creation of separate fire protection and domestic exterior water loops to prevent Legionella contamination and enhance maintenance access. Key deliverables include:
- Installation of new fire hydrants, valves, and backflow preventers.
- Removal and decommissioning of replaced lines, with necessary abatement.
- Phased installation to minimize disruption to medical center operations, including infection control and utility interruptions.
- Use of ductile iron for new lines and restoration of grass, concrete, or pavement.
- Provision of engineering/technical support, manuals, and one year of maintenance/inspection service.
- Adherence to ADA, OSHA, NFPA, and VA security management program requirements.
- Compliance with detailed construction drawings (Att 1) and specifications (Att 5, Att 10).
Contract Details
- Contract Type: Firm-Fixed-Price.
- Performance Period: 940 calendar days from Notice to Proceed.
- Estimated Value: $2,000,000 - $5,000,000.
- NAICS Code: 237110 (Water and Sewer Line and Related Structures Construction) with a size standard of $45M.
- Set-Aside: 100% set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. Offerors must be VISIBLE and VERIFIED by the SBA prior to proposal receipt.
Submission & Evaluation
Proposals must be submitted via email to the Contract Specialist, Jesus A. Villegas, at jesus.villegas@va.gov by January 29, 2026, at 12:00 AM CST. Key submission requirements include a bid guarantee, pricing proposal, LOS certification (Att 4), and past performance information (Att 3). Evaluation factors prioritize Past Performance (significantly more important than price) and Price. A digital bid bond of 20% (not to exceed $3,000,000) is required. Offerors must be registered in SAM.
Key Attachments & Clarifications
This solicitation has undergone multiple amendments. The latest amendment (0004) extended the proposal due date and posted several new attachments, including:
- Att 5 12424 Details-REV12.18.2025: Detailed construction specifications for utility replacement.
- Att 6 Site Visit and Att 7 Site Visit Attendance: Documentation from the pre-bid site visit.
- Att 8 Geotechnical Subsurface Investigation: Report on subsurface conditions and stability.
- Att 9 EOVAHCS ICRA Utility Line replacement: Infection Control Risk Assessment template.
- Att 10 DIVISION 01 – GENERAL REQUIREMENTS: Outlines quality control, safety, and environmental protocols. Responses to RFI questions have also been posted.
Important Considerations
Bidders must review the Geotechnical Subsurface Investigation (Att 8) to understand site conditions and potential challenges. Compliance with the VHA Infection Control Risk Assessment (Att 9) is mandatory. The Past Performance Questionnaire (Att 3) outlines the criteria for evaluating past projects, and the Limitation On Subcontracting Certification (Att 4) is a mandatory submission for SDVOSBs. Special Standard of Responsibility requires an EMR equal to or less than 1.0, or a written explanation, and affirmation of no more than three serious OSHA/EPA violations in the past 3 years.