VA Construction Project for Water System Upgrades at Alabama Campus
THIS CONSTRUCTION SERVICES PRESOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL (RFP). CONTRACTORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. Set-Aside Information: This acquisition is a 100% Set Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Prospective…
Source ID: fcb9ac9aa6fc46998fdf4dcc7f8b0e2b
Scope overview
THIS CONSTRUCTION SERVICES PRESOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL (RFP). CONTRACTORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. Set-Aside Information: This acquisition is a 100% Set Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs).
Prospective Contractors are cautioned that a proposal submitted in response to this solicitation must meet the criteria identified in VAAR Clause 852.219-73, VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) (DEVIATION).
Prospective Contractors must comply with VAAR Clause 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION).
 In the case of a contract for special trade contractors, 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 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 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 is excluded and not considered to be subcontracted.
For an SDVOSB to be considered as a prospective contractor, the firm must be certified and listed in the SBA certification database (search.certifications.sba.gov) and registered in the System for Award Management (SAM) database (sam.gov) at time of submission of their qualification.
A joint venture may be considered eligible as an SDVOSB if the joint venture complies with the requirements in 13 CFR 128.402 and the managing joint venture partner makes the representations under 852.219-73(c).
A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph 852.219-73(d) of the clause will be performed by the aggregate of the joint venture participants. Failure of a prospective SDVOSB to meet these certification requirements by the SBA shall result in elimination from consideration.
The firm must also report to VETS-4212 Federal Contractor Reporting in accordance with FAR 52.222-37, Employment Reports on Veterans at dol.gov/agencies/vets/programs/vets4212 if applicable. Contract Information: A Firm Fixed Price Construction contract is contemplated for: Project No.
& Title: 619A4-23-106 | Correct Mechanical/Fixtures/Piping for Bldg 2, 4, 4a Work Location: Central Alabama VA (East Campus) Tuskeegee, AL. Magnitude of Construction: Between $250,000 and $500,000. Estimated/target Completion Period: 90 calendar days after issuance of Notice to Proceed. The NAICS for this acquisition is 236220, Commercial and Institutional Building Construction, with a size standard of $45 million.
The Product Service Code (PSC) is Z1DA, Maintenance of hospitals and infirmaries. .
Definitization of equitable adjustments for any potential change orders will be handled in accordance with (IAW) federal regulations and policies as outlined in the Federal Acquisition Regulation (FAR), Department of Veterans Affairs Acquisition Regulation (VAAR), Veterans Affairs Acquisition Manual (VAAM), and any other applicable Veterans Affairs (VA) guidelines and policies.
Applicable provisions and clauses will be included in the solicitation and subsequent contract. Data regarding VA timelines on definitizations within the past 3 fiscal years is currently unavailable.
Project Information: This project will install dual parallel piping for domestic water and fire protection for buildings 2, 4, and 4A as well as installation of backflow preventers for Central Alabama Veterans Health Care Systems. The contractor shall provide all labor, supervision, transportation, materials, and incidentals to deliver all aspects of the project.
The existing domestic water system for building 2 will require the installation of a reduced principle backflow preventer assembly (BFPA) per typical Department of Veteran s Affairs standard detail SD221100-01.
Since the existing system does not currently have a BFPA, it will need to be located as close to the water main s entry into the building, and after the split to building 3, but before the first branch into the upper floors. The existing domestic water system for building 4/4A will require the installation of the same reduced principle backflow preventer assembly (BFPA) as indicated in the paragraph above.
Since there is currently a BFPA installed and serving both buildings 4 and 4A, the system will need to be reconfigured to install one BFPA for each building. The water main will need to split before the first BFPA to route one line to building 4 and one line to building 4A.
The BFPA for building 4 will be located in relatively the same location in the sub-basement Building 4A Service Room SB-1 and will need to be reconfigured to match the detail specifications. Piping will be wall mounted. The BFPA for building 4A will be located along the east wall of the same service room indicated above, next to an open pit in the floor.
There is abandoned piping in the area, but the location of the new assembly will not conflict with any of the existing pipe. The BFPA for 4A will be floor mounted. The water main size serving buildings 4 and 4A will be 4 diameter and will need to be insulated. All water main piping will need to be replaced, and a new tie-in point to the new system created. Site Visits: A pre-proposal site visit will be held.
Date and time will be announced in the solicitation. Selection Criteria: This requirement will be procured using the Trade-Off Source Selection process providing the best value to the Government. Submission Criteria: Solicitation 36C24726R0070 (including relevant documents, specifications, and drawings) will likely be posted on or about 03/9/2026 to sam.gov under Contract Opportunities.
Once it is posted, all responsible sources may submit a proposal, which will be considered by the agency if they meet the requirements as listed in the solicitation. Any amendments to the solicitation will be posted solely to this website. It will be the responsibility of the offeror to verify the number of amendments issued.
Buyer & contacts
Documents
Tags & Signals
Similar tenders
Government Procurement Tender Announcement from Panama
A public procurement tender has been announced by a government department in Panama. The tender is currently active and open for participation. The purchasing unit responsible for this procurement process is the Department of Purchases.
Early Childhood Education Services for Comprehensive Infant Care
This tender seeks providers to deliver early childhood education services within the framework of comprehensive infant care. Services must align with technical manuals, operational guides, and ICBF-established guidelines for early childhood attention. The initiative supports the national policy for integral development of children from birth onward.
Independent Contractor Services for Administrative Support in Educational Institutions
The ITM University Institution seeks independent contractors to provide administrative support services for educational institutions. This procurement is part of the implementation of Interadministrative Contract No. 4600103668 of 2025 between Medellín's Special District of Science, Technology and Innovation, the Education Secretariat, and ITM. The services require contractors to work independently without employment relationship, assuming their own risks and responsibilities.
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.