Z2NA--FY26 Replace Supply and Return Fuel Lines-Building 54
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) is seeking a Service-Disabled Veteran-Owned Small Business (SDVOSB) to replace corroded supply and return fuel lines in Building 54 at the James A. Haley Veterans’ Hospital (JAHVH) in Tampa, FL. This is a combined synopsis/solicitation for a Firm-Fixed Price purchase order. The project aims to prevent catastrophic fuel leaks and ensure continued hospital operations. Quotes are due by January 26, 2026, at 12:00 PM EST.
Scope of Work
The contractor will provide all labor, supervision, equipment, and tools to replace corroded piping, actuators, and ball valves in Generator Bay 8 of Building 54. This includes draining existing lines, removing old fuel lines, adapting and threading new lines, and installing approximately 40 feet each of 2-inch black iron pipe for supply and return fuel lines. New lines must be painted, and four actuators with ball valves (two 1 1/4" and two 3-inch) will be replaced. The contractor must inspect and confirm correct operation of all actuators, ball valves, sensors, and probes, ensuring accurate display on PLC control screens. Daily clean-up and debris removal are required, along with daily progress reports.
Contract Details
- Contract Type: Firm-Fixed Price purchase order.
- Period of Performance: February 6, 2026, to May 5, 2026 (Base Period of 180 days from Kickoff/NTP, with options for month-by-month extensions up to 12 months).
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be verified on the SBA VetCert page at the time of offer receipt and registered in SAM.gov.
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a size standard of $19.0 Million.
- Product/Service Code: Z2NA (Repair or Alteration of Fuel Supply Facilities).
- Place of Performance: James A. Haley Veterans Hospital (JAHVH), 13000 Bruce B. Down Blvd., Tampa, FL 33612-4745.
Evaluation Criteria
Award will be based on a comparative evaluation using Simplified Acquisition Procedures (FAR 13), selecting the quote most advantageous to the Government. Evaluation factors include:
- Price: Reasonableness.
- Technical Approach: Company background statement, evidence of Insurance Liability, documentation of specialized equipment and personnel, copies of current licenses/certifications, completed Limitation of Subcontracting (LoS) Certification (VAAR 852.219-75), and a completed New Vendor Form (Attachment 2).
- Past Performance: Experience with similar commercial contracts (demand/scope), three recent and relevant references (within the last three years), letters of recommendation, and examples of similar work (photos preferred). The Government may use CPARS and other sources.
Submission Requirements & Key Dates
- Site Visit: Highly encouraged on January 21, 2026, at 11:00 AM EST at JAHVH. RSVP to katrina.tavares@va.gov by December 20, 2024, 2:00 PM EST.
- Vendor Questions Due: Email to katrina.tavares@va.gov by January 23, 2026, 11:00 AM EST.
- Answers Posted: On SAM.gov by January 23, 2026, 5:00 PM EST.
- Quotes Due: Email to katrina.tavares@va.gov by January 26, 2026, 12:00 PM EST.
- Quotes must be on an all-or-none basis, valid for 90 days, and include the completed LoS Certification and New Vendor Form. Offerors must also include a statement accepting the solicitation's terms and conditions.
Special Requirements
Contractor must comply with ICRA and life safety protocols. Work may be required after hours, on weekends, or Federal Holidays at no additional cost. Supplemental insurance requirements include Workers' Compensation, Employer's Liability ($100k), General Liability ($500k per occurrence), and Automobile Liability ($200k/$500k/$20k). Electronic submission of payment requests is mandatory.