Federal Bid

Last Updated on 10 Jun 2025 at 6 PM
Solicitation
Pershing Indiana

Z1NE--657A4-22-309, Fire Main and Water Storage

Solicitation ID 36C25525R0099
Posted Date 10 Jun 2025 at 6 PM
Archive Date 12 Aug 2025 at 4 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office 255-Network Contract Office 15 (36c255)
Agency Department Of Veterans Affairs
Location Pershing Indiana United states 63901
TITLE OF PROJECT: 657A4-22-309 Replace Fire Main and Water Storage Solicitation 36C25525R0099 Scope of work: The General Description: The Department of the Veterans Affairs John J. Pershing VAMC, 1500 N Westwood Blvd Poplar Bluff, MO 63901 is seeking to award a single contract to a Service Disabled Veteran Owned Small Business (SDVOSB) for the following tasks; shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish equipment, testing, labor and materials and perform work for the Replace Fire Main and Water Storage project at the John J Pershing VAMC facility as required by drawings and specifications. This project is to address the degraded campus wide fire water main and potable water storage system, to assure the facility's readiness with a 96-hour standby water supply. The existing fire main is beyond its useful life and is frequently and easily damaged. The facility's existing water storage system is not in a functional condition, is a below grade storage tank, and is not suitable for potable water. This project will include a complete replacement of all existing campus fire water lines, hydrants, and valves, to be compliant with all applicable codes and standards. This project will also include the removal of the existing water storage tank and the installation of a water tower, of adequate size to meet the requirements of our facility. END OF SCOPE OF WORK Contractor shall review any as-built drawings, specifications, and field verifications in conjunction with the performance of this project. Contractor will submit field drawings and materials as required by the specifications for the project. All project work shall be installed in accordance with all applicable standards available at time of installation to include published commercial specifications as well as standards and preferences expressed in this document. All installation details shall be fully coordinated with VA CO and on-site Contracting Officer s Representative (COR). Period of Performance for all work is 520 calendar days. The facility location is the John J. Pershing VA Medical Center, 1500 N. Westwood Blvd., Poplar Bluff, Missouri 6390. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, this procurement is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The estimated cost magnitude is between $10,000,000 - $20,000,000. The North American Industry Classification Code (NAICS) for this procurement is 236220 - Commercial and Institutional Building Construction with a small business size standard of $45.0 million. The duration of the project is estimated to be 520 calendar days after receipt of notice to proceed for the base bid. This completion period includes final inspection and clean-up. Award will be made utilizing the Best Value Lowest Price Technically Acceptable Source Selection Process in accordance with Federal Acquisition Regulation (FAR) 15.101-2. Proposal submission instructions and project specific instructions will be included in the solicitation package. The government plans to award without discussions but reserves the right to hold discussions if necessary. The offeror is responsible to monitor and download any amendments from the System of Award Management (SAM) Business Opportunities (https://sam.gov/) website, which may be issued to this pre-solicitation. In accordance with VAAR 852.219-75(a)(1)(ii), in the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in VAAR 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in VAAR 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. In accordance with FAR 52.204-7, registration in SAM is required and in accordance with FAR 2.101, prospective contractors must be registered in SAM under the applicable NAICS code. Additionally, in accordance with the Veterans Affairs Acquisition Regulation (VAAR) 819.7003, only businesses verified under the applicable NAICS and listed in the small business administration (SBA) registry https://veterans.certify.sba.gov, shall be considered. Firms may obtain SAM information at https://www.sam.gov and VIP information at Veteran Small Business Certification at https://veterans.certify.sba.gov. The solicitation package and drawings should be available for download on or around June 20, 2025. The date and time for organized site visit will be scheduled, and the information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. END OF NOTICE
Bid Protests Not Available

Similar Past Bids

Pershing Indiana 10 Jun 2025 at 6 PM
Pershing Indiana 20 May 2025 at 2 PM
Pershing Indiana 15 Apr 2024 at 1 PM
Perry point Maryland 24 Mar 2020 at 6 PM
Augusta Maine 25 Mar 2024 at 1 PM