Search Contract Opportunities

FY25: NRM (PROJ: 673-21-144) BB Install Main Water Well and Tower   3

ID: 36C24825R0069 • Type: Presolicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. The Department of Veterans Affairs (VA), Network Contracting Office 8 (NCO 8) and the James A. Haley VAMC, Tampa, FL intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for Project Number: 673-21-144, Install Main Water Well and Tower. This project will require the contractor to provide all tools, materials, equipment, labor, and supervision necessary in accordance with the construction documents to complete infrastructure upgrades to improve the overall water system reliability and performance for the entire James A. Haley campus. Work will include demolishing the aged water tower and water well and building a new water tower and water well. The current water system does not have adequate water pressure and must be increased. The new water system will correct inadequate water flow, as well as increase reliability and performance of the water tower and water well that services the entire campus. The duration of the period of performance should not exceed 550 calendar days from the issuance of the Notice to Proceed (NTP). The applicable NAICS Code under this acquisition is 237110 Water and Sewer Line and Related Structures Construction with a $45 Million small business size standard. In accordance with VAAR 836.204(f), the magnitude of construction cost range is between $10,000,000.00 and $20,000,000.00. A bid bond will be required for this project and the awardee will be required to have the capability of obtaining payment and performance bonds. Solicitation Number 36C26325R0069 for this effort is tentatively scheduled to be posted to SAM.gov Contract Opportunities (https://sam.gov/opportunities) on or about April 1, 2025; however, the solicitation posting date may be delayed. The solicitation will contain all necessary specifications, drawings, and other information necessary to provide a proposal on the project. Amendments to the solicitation will be posted to the referenced web site and the solicitation. All parties must obtain the solicitation, construction documents, and amendments to the solicitation through SAM.gov Contract Opportunities web site. Hard copies will not be mailed or made available. No questions will be addressed until after the closing date for questions/clarifications/inquiries as listed in the solicitation. The date, time, and location of the Pre-Bid Site-Visit will be announced upon solicitation issuance. The solicitation will be issued in accordance with Public Law 109-461, the Veterans Benefits, Healthcare Information and Technology Act of 2006, Sections 502 and 503, as a set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. In accordance with VAAR 819.7003(b), at the time of submission of offers and prior to award of any contract, the offeror must represent to the Contracting Officer that it is a (1) SDVOSB eligible under VAAR 819.70; (2) small business concern under the NAICS code assigned to this acquisition; and (3) certified SDVOSB listed in the Small Business administration (SBA) certification database at https://veterans.certify.sba.gov/. Also, in accordance with VAAR 819.7004, the Government will not consider offers for award from offerors that do not provide the Limitation of Subcontracting formal certification with their proposal, and all such responses will be deemed ineligible for evaluation and award. In addition to being SDVOSB certified, all respondents must be registered in System for Award Management (SAM) database (http://www.sam.gov) and complete the Online Representations and Certifications Application, and if applicable Vets-4212 Report at (https://www.dol.gov/agencies/vets/programs/vets4212) prior to award.
Background
The Department of Veterans Affairs (VA), Network Contracting Office 8 (NCO 8), and the James A. Haley Veterans Medical Center in Tampa, FL, are issuing a Request for Proposal (RFP) to award a single, firm fixed-price contract for Project Number: 673-21-144, which involves the installation of a main water well and tower.

The goal of this project is to improve the overall reliability and performance of the water system serving the entire James A. Haley campus, addressing current inadequacies in water pressure and flow.

Work Details
The contractor will be responsible for providing all tools, materials, equipment, labor, and supervision necessary to complete infrastructure upgrades as per the construction documents.

Key tasks include:
- Demolishing the existing aged water tower (150,000 gallons) and well;
- Constructing a new elevated water tower with a capacity of 1,000,000 gallons;
- Installing a new well;
- Ensuring that the new system increases water pressure and flow reliability;
- Implementing a chlorination system for disinfection;
- Connecting the new systems to the campus's Advanced Metering Infrastructure (AMI).

The existing water tank and associated facilities will be demolished only after the new systems are operational to avoid service interruption.

Period of Performance
The period of performance for this contract should not exceed 550 calendar days from the issuance of the Notice to Proceed (NTP).

Place of Performance
James A. Haley Veterans Medical Center, Building #1 – Main Hospital, 13000 Bruce B. Downs Blvd., Tampa, FL 33612.

Overview

Response Deadline
April 11, 2025, 4:00 p.m. EDT Past Due
Posted
March 13, 2025, 1:41 p.m. EDT
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
James A. Haley VAMC Tampa, FL 33612 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
$10,000,000 (value based on agency estimated range)
Odds of Award
85%
On 3/13/25 VISN 8: Sunshine Healthcare Network issued Presolicitation 36C24825R0069 for FY25: NRM (PROJ: 673-21-144) BB Install Main Water Well and Tower due 4/11/25. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 237110 (SBA Size Standard $45 Million) and PSC Y1JZ.
Primary Contact
Title
Contract Specialist
Name
Cynda Rosa   Profile
Phone
(813) 972-2000

Additional Contacts in Documents

Title Name Email Phone
None Kenneth Caryer Profile kenneth.caryer@va.gov None

Documents

Posted documents for Presolicitation 36C24825R0069

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation 36C24825R0069

Award Notifications

Agency published notification of awards for Presolicitation 36C24825R0069

Contract Awards

Prime contracts awarded through Presolicitation 36C24825R0069

Incumbent or Similar Awards

Contracts Similar to Presolicitation 36C24825R0069

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 36C24825R0069

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 36C24825R0069

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 248-NETWORK CONTRACT OFFICE 8 (36C248)
FPDS Organization Code
3600-00248
Source Organization Code
100167097
Last Updated
July 19, 2025
Last Updated By
Cynda.Rosa@va.gov
Archive Date
July 19, 2025