Public tender

Architect-Engineering Services for Hot Water System Replacement at VA Healthcare Campus

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE…

Source ID: deb5a0c7754a458f9ed4dad40b6d5d34

Scope overview

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.

The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project No.

630A4-22-432, Project Name Install Instantaneous Hot Water Heaters at the New York Harbor Healthcare System, St. Albans Campus 179-00 Linden Blvd, Queens, NY 11424-1468.

Work Statement Project Title: Instantaneous Hot Water Heater SA Project No.: 630A4-22-432 Scope of Work Provide all necessary Architect/Engineer services to complete construction documents and specifications for the Install Instantaneous Hot Water Heater project at the New York Harbor Healthcare System- St Albans Campus. Provide a basis of design and design for Hot Water System Bldg. 89, 92, 93.

Full description

Domestic Water storage tanks, domestic water booster pumps and related equipment. Additionally Address FCA deficiency. The A/E shall perform a thorough study of the existing domestic hot water system in Building 89 in order to determine the best type, size and capacity of new hot water heater to be installed.

The A/E shall review the different hot water heater options and systems available and provide a narrative of the positives and negatives for each system. The A/E shall provide a life cycle cost analysis to determine the most cost-effective hot water heating system for the facility.

The A/E shall perform a thorough study of the existing domestic hot water system in Building 92/93 in order to determine the best type, size and capacity of new hot water heater to be installed. The A/E shall review the different hot water heater options and systems available and provide a narrative of the positives and negatives for each system.

The A/E shall provide a life cycle cost analysis to determine the most cost-effective hot water heating system for the facility. The A/E shall provide all necessary technical services to prepare construction documents to remove and replace the domestic hot water tanks in the basement of Building 89.

The A/E shall provide all necessary technical services to prepare construction documents to remove and replace the domestic hot water tanks in the basement of Building 92/93. The project design includes removing the existing domestic hot water tanks in the basement of Building 89 and installing a new domestic hot water heating system.

The project design includes removing the existing domestic hot water tanks in the basement of Building 92/93 and installing a new domestic hot water heating system. The design includes modifying the existing piping, valves, pumps, mechanical & electrical connections, concrete pads, controls panel and building management system as required for the installation of the new domestic hot water heating system and controls.

The project design includes installing new electrical, mechanical, structural, associated piping, shut off valves, strainers, check valves, variable speed drives, supply and return pumps, controls and insulation for the domestic hot water system The new domestic hot water heating systems in Building 89 and Building 92/93 shall be tied into the existing Building Management head end control system in Building 89 Engineering Service.

The project design includes designing a conduit pathway to get the new controls to the building 89 Engineering Office BMS head end computer. The project design should include upgrading the existing BMS controls system to the latest software version. The project design shall include developing a sequence of operations for the new domestic hot water systems in Building 89 and Building 92/93.

The project includes hot water temperature monitoring sensors and systems to be connected to the BMS system. The project design shall include installing new water meters in the domestic hot water systems to calculate flow rate and facility water consumption in gallons and report it to the existing BMS system.

The project design includes developing a phasing plan for construction when replacing the existing domestic hot water tanks in Building 89 and Building 92/93. The project design includes any temporary systems required during the hot water heater replacement.

The Architect/Engineer shall retain the services of a certified industrial hygienist to survey the existing domestic hot water tanks and piping in Building 89 and Building 92/93 and determine the quantities of asbestos containing material required to be removed. The A/E shall be responsible for developing construction documents and specifications detailing the asbestos abatement required for the project.

The architect/engineer shall provide all necessary labor and material to conduct asbestos air monitoring during the asbestos abatement phase of the project. The architect/engineer shall provide a certified industrial hygienist to perform asbestos air monitoring during the asbestos abatement phase of the project.

The contractor shall provide third-party licensed industrial hygiene services for asbestos air monitoring and clearance during all asbestos-containing material (ACM) abatement activities associated with the domestic hot water project. For IGCE purposes, assume 5 workdays of ACM abatement requiring full-time on-site industrial hygienist presence (40 hours total).

Each abatement day shall include a minimum of 3 personal air samples, 2 area samples inside containment, and 2 perimeter samples, or as otherwise required by applicable federal, state, and VA regulations, whichever is more stringent. The contractor shall also perform clearance air sampling for each regulated work area, with a basis of 5 clearance samples per regulated area.

All samples shall be analyzed by an accredited laboratory, and written reports shall be submitted to the VA documenting sampling locations, results, and compliance with clearance criteria prior to re-occupancy. All work shall conform to VA criteria and regulation. The project design shall comply with VA Plumbing design Manual, VA HVAC Design Standards & Criteria, ASHRAE 90.1 and all applicable NFPA codes.

The A/E shall provide all A/E services necessary for preparation of complete construction documents and construction period services. Work includes verification of existing As-Built drawings, preparation of contract drawings & specifications, and detailed cost estimate.

The A/E shall provide complete contract drawings & specifications including demolition, architectural, plumbing, fire protection, structural and mechanical & electrical drawings for construction. The A/E shall provide construction period services to include submittal review; shall also provide response to RFI, site/visits/inspections and prepare As-Built drawings from contractor mark-up.

The Architect/Engineer shall provide calculations comparing the energy consumption of the existing domestic hot water heating systems to the new proposed domestic hot water heating systems and determine the energy and cost savings for the medical center of the new domestic hot water heating systems compared to the existing domestic hot water heating systems.

All energy saving calculations and Life Cycle Cost Analysis shall be included as part of the design package for all phases. The A/E shall be required to provide 30%, 60%, 90% and 100% design drawings and specifications for review. The A/E shall follow the submission instructions outlined in VA Program Guide PG 18-15 Volume C.

The A/E shall be responsible for development of the construction phasing plan, infection control risk assessment plan and the interim life safety measures plan. The Architect/Engineer is responsible for completing the VA Privacy and Information Security Awareness training.

The A/E shall provide a share point or FTP site that the VA does not have restricted access to for drawing transfer, submittal submission and review during the project.

The project includes cleaning the pump house tank and re-lining the tank for Building 176 Domestic Hot Water System Study The contractor shall perform a comprehensive field study and documentation of the existing domestic hot water (DHW) generation and distribution system serving the facility.

At a minimum, this study shall include: Inventory & Verification:Â Field-verify all DHW generation equipment (heaters, storage tanks, heat exchangers, pumps, mixing and tempering valves, strainers, isolation valves, PRVs, expansion tanks, etc.), including nameplate data, capacities, fuel type, year of manufacture (if available), and apparent condition.

Piping & Zoning Documentation:Â Trace and document main DHW supply, return/recirculation, and cold-water make-up piping, including major branches, loops, isolation valves, and critical loads (e.g., inpatient units, ORs, ICU, CLC, SPD, kitchen, and any other sensitive areas). Identify single points of failure and locations that cannot be isolated without widespread outage.

Temperature & Flow Measurements:Â Measure and log representative hot water supply and return temperatures, point-of-use temperatures at selected fixtures in critical areas, and available flow/pressure at key locations under typical operating conditions.

Controls & BAS Integration:Â Document all existing temperature sensors, aqua stats, control valves, circulator controls, mixing valve controls, and any existing BAS/BMS points, alarms, and trends associated with the DHW system. Note current operating setpoints and sequences to the extent they can be determined.

Condition & Deficiency Assessment:Â Identify observed deficiencies, code or guideline concerns (e.g., Legionella risk, inadequate return circulation, dead legs, missing balancing/temperature control, scalding risk), and operational issues reported by VA staff (e.g., long wait times for hot water, temperature swings, nuisance alarms).

Phasing & Temporary Service Considerations:Â Identify logical tie-in points, isolation locations, and constraints that will affect phasing and temporary hot water provisions during construction, with particular attention to maintaining continuous DHW service to patient care areas.

Required Deliverables The contractor shall submit the following as the formal output of the DHW System Study: DHW System Assessment Report (PDF) Executive summary of existing system configuration and performance. Narrative description of major equipment, piping layout, and zones served. Summary tables of equipment inventory and condition. Summary of temperature/flow measurement results and any observed issues.

List of deficiencies and risks prioritized by severity (e.g., life safety, infection control, operational reliability, energy performance). Recommendations to be considered in the final design and phasing plan. Updated Diagrams/Risers Schematic DHW generation diagram showing all major components, valves, and controls.

Domestic hot water supply and return/recirculation riser diagrams indicating major branches, zones, and critical loads. CAD and PDF formats, based on VA-provided background drawings, where available. Field Data Appendices Temperature/flow/pressure readings with locations, times, and operating conditions. Photos of key equipment, label plates, and notable deficiencies (labeled and referenced in the report).

Deficiency & Risk Log (Excel) Line-item list of each deficiency or concern with unique ID, location, description, category (e.g., Legionella risk, scalding risk, code issue, reliability, maintainability), and recommended disposition (e.g., repair, replace, monitor).

Phasing & Temporary Service Constraints Memo One- to two-page memo summarizing recommended tie-in locations, areas requiring special coordination or off-hours work, and any sections of the system where temporary hot water or special infection control measures will be required during construction. The domestic hot water for this project will be generated using steam supplied from the hospital s central steam plant.

The new instantaneous hot water system shall utilize steam-to-water heat exchangers designed to operate reliably with the existing steam distribution pressures and condensate return infrastructure. This approach ensures high efficiency, system redundancy, and consistency with the facility s current utility strategy while minimizing electrical demand and maintaining compatibility with existing plant operations.

All study deliverables shall be submitted to the VA for review and approval and shall be used to inform final design, sequencing, and commissioning of the new instantaneous hot water system.

Privacy Training: VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information All contractor employees and subcontractors participating under this contract are required to complete the VA's Privacy training requirement - VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information Contractors must provide certifications of completion to the COR during each year of the contract. Training expires 365 days after the training is taken. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s).

The COR for the contract is responsible for ensuring the contractor takes the training and to follow up with the annual requirements. See Attachment A VA Privacy Training for Personnel without Access to VA Computer The C&A requirement does not apply, and a Security Accreditation Package is not required.

24.Project Management Platform Requirement Construction contractors and A/E design firms, selected by award to perform work at VISN 2 VA facilities, are required to utilize VISN 2 Autodesk Build Construction management platform, also called Autodesk Construction Cloud (ACC).

Access to the platform and training portal will be provided by VISN 2 through project Contracting Officer Representative (COR) at no cost for the duration of the project.

Autodesk Build is the management and collaborative environment that VISN 2 uses for all its Non-Recurring Maintenance (NRM), Minor Program projects, Feasibility Studies, Commissioning and Retro-Commissioning contracts. There is no user, license, or subscription fee to the contractor for using this cloud-based platform.

Contractor shall accomplish and complete the following tasks upon award of contract: Request access to ACC platform and Productivity NOW eLearning Site to project VA COR NLT 14 days from contract award. Only staff that shall utilize the platform to be granted access. Examples: Project manager, sub-contractors POC, Site manager, Safety officer, etc. The access request shall be in writing and include a list of staff.

The list shall include the following information: Full Name Company Name Email Address Role/Position on the project (i.e., Project manager, site super) Upon granting access, staff shall complete required ACC training through Productivity NOW platform within 12 Calendar days. Upon successful completion of training, contractor shall submit certificates of completion to COR NLT 2 business days.

Access to Productivity NOW eLearning will expire after 12 Calendar days after online access is granted. Contractor shall complete ACC training within that period. Additional Staff and Subcontractors can be added at any time with a request submission to the project COR as described above.

The contractor shall only use the ACC platform for contract required submissions, official project correspondence to be acknowledged, reviewed, and actioned by the responsible party. No additional time shall be added to the contract, nor an increase in contract amount provided for the contractor s failure to utilize the ACC platform as the project s official communication and collaboration system.

Any correspondence out of platform shall not be the governing authority contradicting direction and will be at the contractor s expense. Official project correspondence and collaboration include but not limited to: RFIs, submittals, schedules, shutdown requests, actionable tasks, reports, testing, safety inspections, photos, and site surveys.

Contractor must inform the COR of any staff changes NLT 2 business days from the change. Staff changes pertain to staff who were granted access to the ACC platform. Contractor shall request termination of access, replacement of personnel and/or any other action that might impact the contractor s ability to maintain required utilization of the platform.

Contractor submission requirements cannot be accepted for work to begin without meeting all ACC Platform requirements outlined herein, including completing required ACC platform training. Justification: The scope of work is required to correct the deficiencies listed in the Facility Condition Report.

630004, (2) steam to domestic hot water heat exchangers and associated piping and valves are in poor condition and need replacement. Steam piping at the heater showed degradation and failures are likely. 292786.00 217805 * Re-line domestic water storage tanks in 8th floor mechanical rooms that are corroding on the inside of the tanks.

* Non-destructive testing of the tank thickness is required, and tank controls should be replaced. Results should be compared to any previous testing results to verify if increased degradation is observed due to addition of chlorine systems. * Replace (2) 8"" domestic water valves and (2) 6"" fire water valves that are not holding.

301,425.00 362167* (2) 15-HP domestic water booster pumps are in poor condition * (1) pump installed in 2013 was reported to be non-operational by maintenance staff * (1) pump installed in 1949 was observed to be operational but is in poor condition. * Two 5-HP sewage ejector pumps located in basement mechanical room F-34 are in poor condition and should be replaced.

217848 * Two 5-HP sewage ejector pumps located in basement mechanical room F-34 are in poor condition and should be replaced. * 63068 Two steam fired storage type hot water heaters with two steam fired instantaneous type water heaters and associated circulator pumps located in the basement serve buildings 92 and 93. Equipment is in poor condition. If building is to be re-occupied, equipment should be replaced.

Time frame: A/E Design Services: 365 Days This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $25.5 Million. Magnitude of Construction is between $2,000,000.00 and $5,000,000.00. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside.

The anticipated award date of the proposed A-E Contract is on or before (April 30, 2026). Potential contractors must be registered in SAM (www.sam.gov ) and are visible/verified/certified as SDVOSB in Veterans Small Business Certification (https://veterans.certify.sba.gov/ ) at time of submission of their qualifications in order to be considered for an award.

In order to assure compliance with VAAR clauses, 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (NOV 2022) and 852.219-73 VA Notice to Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses (NOV 2022), all firms submitting a SF 330 for this notice are required to indicate what percentage of the cost of contract performance will be expended on the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other consultant/subcontractor or otherwise used small or large business entity(s).

Any consultant/subcontractor or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e., SDVOSB, VOSB, 8(a), small, large, etc.).

Failure to provide this information will deem the firm s SF 330 submittal as non-responsive and preclude further evaluation All A/E firms are advised that in accordance with VAAR 836.606-71 the total cost of the production and delivery of designs, plans, drawings and specifications shall not exceed six (6) percent of the estimate cost of construction. Other A-E fees are not included in the six (6) percent.

Additionally, FAR Clause 52.236-22 (c) - Design Within Funding Limitation, will be applicable to this procurement action. SCOPE OF SERVICE REQUIRED PROJECT NO. 630A4-22-432 X. LOCATION NEW YORK HARBOR HEALTHCARE SYSTEM ST. ALBANS CAMPUS. COST RANGE Estimated Construction Cost Range: Between $2,000,000 and $5,000,000.

TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. DESIGN COMPLETION PERIOD: The Department of Veterans Affairs requires design and contract support services. The A/E shall deliver 100% bid documents in 365 calendar days from the Notice to Proceed (NTP). SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below.

AE EVALUATION CRITERIA Professional qualifications necessary for satisfactory performance of required services. The firm shall demonstrate their understanding of the project and the description of services to be performed in accordance with the SOW and all Attachments.

Firms will be evaluated on the ability to demonstrate their understanding of the project scope, complexities of the project, and general plan for completing the project. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.

The firm shall provide up to five relevant projects performed by the team that are similar in scope of this project, with a detailed description of each project. The firm should provide the capabilities and project experience of the key personnel who would be working on this project to better qualify the firm to perform the specific task(s).

Firms will be evaluated on past relevant projects of similar scope and complexity completed and the capabilities and project experience of the key personnel that comprise the firm s team, including any subcontractors Capacity to accomplish the work in the required time. Provide a listing of current Task Orders, the Period of Performance for those Task Orders, and the impact these projects have on this project.

Firms will be evaluated based on their current workload and ability to meet the schedule for the project. The complexity of the current projects being performed by the firm will also be taken into consideration, in relation to this project. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.

The firm shall provide past performance on previous orders, including quality, timeliness, and cost control. This can also include any past performance on projects of a similar nature to this project. Past performance evaluations may also be conducted using information obtained from Contractor Performance Assessment Reporting System (CPARS) and any other sources deemed appropriate by the CO.

Firms will be evaluated on their ability to perform the task order successfully. This factor considers the quality of the firm s past performance in carrying out the work of a similar nature with respect to the scope of work for this project.

Firms Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. The firm is in the general geographical area of the project and knowledge of the locality of the project.

Firms will be evaluated on their location in proximity to the project location and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project.

To be rated ACCEPTABLE for this evaluation factor, the A/E firm must be within 450 miles from the prime contractor s main office or official satellite office to the New York Harbor Healthcare System, St. Albans Campus 179-00 Linden Blvd, Queens, NY 11424-1468.

This distance is determined according to http://maps.google.com/ This factor evaluates the distance the AE firm's design office or official satellite office(s) from the location of work (VA Medical Center). Please provide the address (es) and distance of your closest office to the address listed in iv. above.

The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors.

Reputation and standing of the firm The firm will be evaluated on the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.

Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services Record of significant claims.

The firm shall provide any record of significant claims against the firm because of improper or incomplete architectural and engineering services . PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified and eligible firms.

Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications.

LIMITATIONS 852.219-73 VA NOTICE TO TOTAL SET-ASIDE FOR VERIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (NOV 2022) (a) Definition.

for the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVOSB : (1) Means a small business concern - (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR802.101, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR part 74 and is listed in VA's Vendor Information Pages (VIP) database at https://www.vetbiz.va.gov/vip/; and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR parts 121 and 125, provided that any reference therein to a service-disabled veteran-owned small business concern or SDVO SBC, is to be construed to apply to a VA verified and VIP-listed SDVOSB, unless otherwise stated in this clause.

(2) The term Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (3) The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632).

(4) The term small business concern owned and controlled by Veterans with service-connected disabilities has the meaning given the term small business concern owned and controlled by service-disabled veterans under section 3(q)(2) of the Small Business Act (15 U.S.C. 632(q)(2)), except that for a VA contract the firm must be listed in the VIP database (see paragraph (a)(1)(iv) of this clause). (b) General.

(1) Offers are solicited only from VIP-listed SDVOSBs. Offers received from entities that are not VIP-listed SDVOSBs at the time of offer shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed SDVOSB who is eligible at the time of submission of offer(s) and at the time of award.

(3) The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as an SDVOSB, including set-asides, sole source awards, and evaluation preferences. (c) Representation. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible to receive award of a resulting contract.

By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. (d) Agreement.

When awarded a contract action, including orders under multiple-award contracts, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and part 125, including the non-manufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406(b) and 13 CFR 125.6.

Unless otherwise stated in this clause, a requirement in 13 CFR parts 121 and 125 that applies to an SDVO SBC, is to be construed to also apply to a VIP-listed SDVOSB. For the purpose of limitations on subcontracting, only VIP-listed SDVOSBs (including independent contractors) shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor).

An otherwise eligible firm further agrees to comply with the required certification requirements in this solicitation (see 852.219-75 or 852.219-76 as applicable). These requirements are summarized as follows: (1) Services.

In the case of a contract for services (except construction), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not VIP-listed SDVOSBs (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases).

When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract (2) Supplies/products.

(i) In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not VIP-listed SDVOSBs.

When a contract includes both supply and services, the 50 percent limitation shall apply only to the supply portion of the contract. (ii) In the case of a contract for supplies from a non-manufacturer, the SDVOSB prime contractor will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted.

Refer to 13 CRF 125.6(a)(2)(ii) for guidance pertaining to multiple item procurements. (3) General construction. In the case of a contract for general construction, the SDVOSB prime contractor will not pay more than 85% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not VIP-listed SDVOSBs. (4) Special trade construction contractors.

In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, may be paid to firms that are not VIP-listed SDVOSBs. (5) Subcontracting. An SDVOSB must meet the NAICS size standard assigned by the prime contractor and be listed in VIP to count as similarly situated.

Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted.

When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contract with the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6. (e) Required limitations on subcontracting compliance measurement period.

An SDVOSB shall comply with the limitations on subcontracting as follows: _X_By the end of the base term of the contract or order, and then by the end of each subsequent option period; or __By the end of the performance period for each order issued under the contract. (f) Joint ventures.

A joint venture may be considered eligible as an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any requirement therein that applies to an SDVO SBC is to be construed to apply to a VIP-listed SDVOSB.

A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (g) Precedence.

The VA Veterans First Contracting Program, as defined in VAAR 802.101, subpart 819.70, and this clause takes precedence over any inconsistencies between the requirements of the SBA Program for SDVO SBCs, and the VA Veterans First Contracting Program. (h) Misrepresentation. Pursuant to 38 U.S.C.

8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company's SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406-2 Causes for Debarment).

SUBMISSION REQUIREMENTS: Unless paper offers are specifically authorized in an individual solicitation, all responses to solicitations must be submitted electronically as described below. Responses submitted in a paper form are unacceptable. Failure to comply with this requirement may jeopardize the possibility of receiving an award due to noncompliance with the submission requirements.

EMAIL SUBMISSION REQUIREMENTS Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) to Vladimir.Stoyanov_@va.gov no later than 11:00 AM, Eastern Standard Time (EST) on January 23, 2026.. Submittals received after the date and time identified will not be considered.

The submittal will be date and time stamped by the Microsoft Email system and will be the official record of receipt for the submission. All SF 330 submissions shall be clearly indicated in subject line, displaying the solicitation number and project number and title (abbreviated and shortened is okay). Submission is to be no more than a total of fifty (50) pages; size of emails is not to exceed 10 megabytes (MB).

If more than one email is sent, please number emails in subject line as 1 of 2, 2 of 2 etc.

All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: Cover Page with Solicitation Number, Project Number and Title Table of Contents Copy of valid state registration for each lead designer Copy of current https://veterans.certify.sba.gov/ SDVOSB/VOSB certification DUNS Number Cage Code Tax ID number Email address and Phone number (including the area code) of the Primary Point of Contact.

Statusopen
CategoryFacilities & Maintenance
CountryUnited States
Publish dateDec 23, 2025
Submission deadlineFeb 3, 2026
Estimated value
Notice typetender_notice
Sourceus-sam-opportunities
BuyerVETERANS AFFAIRS, DEPARTMENT OF.VETERANS AFFAIRS, DEPARTMENT OF.242-NETWORK CONTRACT OFFICE 02 (36C242)
Buyer websitehttps://sam.gov/
CityQueens

Buyer & contacts

Contacts available
4 fields shown publicly. Subscribe to unlock workspace tools (export, alerts, and buyer history).
Unlock details
Contact name
Vladimir StoynovUnlock export & alerts
Email
vladimir.stoyanov@va.govUnlock export & alerts
Phone
(718) 741-4350Unlock export & alerts
Organization
VETERANS AFFAIRS, DEPARTMENT OF.VETERANS AFFAIRS, DEPARTMENT OF.242-NETWORK CONTRACT OFFICE 02 (36C242)Unlock export & alerts

Documents

Documents available
1 file(s) listed publicly. Subscribe to unlock workspace tooling (OCR, search, and one-click packs).
Unlock downloads
  • 36C24226R0046.docx

    Attachment

    DownloadUnlock OCR

Tags & Signals

architect-engineering serviceshot water system replacementVA healthcare facilityconstruction documentsbuilding management system integrationasbestos assessmentlife cycle cost analysismechanical design

Similar tenders

United StatesOtheropen

Office Supplies Contract for Prince William County Public Schools

This procurement contract covers office supplies and related materials for Prince William County Public Schools. The agreement is established through the Strategic Cooperative purchasing program to provide essential supplies for educational operations. The contract focuses on non-technology items required for daily administrative and classroom functions.

Published: Feb 9, 2026Deadline: Jan 18, 2028ID: us-richmond-contracts-26000011097
$2 Million
Saudi ArabiaPublic Competitionopen

Water Network Replacement Project in Sultanah District

This tender involves excavation works, material supply, and installation for water network replacement in Sultanah district. The project covers replacement of water pipelines from Street 11 to Street 27. The scope includes all necessary civil works and installation of new water infrastructure.

Published: Jan 13, 2026Deadline: Feb 13, 2026ID: SA-ETIMAD-1038843
MalaysiaOtheropen

Grass Cutting Maintenance Works at Nanga Merit Irrigation Scheme in Kapit Division

The proposed maintenance works involve grass cutting services at the Nanga Merit Irrigation Scheme located in Kapit Division, Sarawak. This tender focuses on vegetation management to ensure proper functioning of irrigation infrastructure. The project aims to maintain clear pathways and operational efficiency within the agricultural water management system.

Deadline: Feb 13, 2026ID: MY-DID-SARAWAK-4a7eff355237e4
Start your pilot

Unlock the full IndexBox Tenders workspace

Get hourly updates across 100k+ opportunities, AI recommendations, and one-click autopilot workflows. Zero obligation.

Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.