Opportunity
SAM #36C26326Q0451
VA Solicitation: Inpatient Floor Valve and Coil Kit Relocation at Omaha VA Medical Center
Buyer
VA Health Administration Center 23 (VHA NCO 23)
Posted
March 26, 2026
Respond By
April 14, 2026
Identifier
36C26326Q0451
NAICS
238220
This opportunity involves a Department of Veterans Affairs (VA) project for the relocation of inpatient floor hot water and chilled water control valves and coil kits at the Omaha VA Medical Center. - Government Buyer: - Department of Veterans Affairs (VA) - Network Contracting Office 23 (NCO 23), Saint Paul, MN and Omaha, NE offices - Place of performance: Omaha VA Medical Center, Omaha, NE - OEMs and Vendors: - No specific OEMs or vendors are named; products must match existing systems - Products/Services Requested: - Construction services for relocating inpatient floor hot water (HW) and chilled water (CHW) control valves and coil kits - 2 new HW control valves (to match existing) - 2 new CHW control valves (to match existing) - 2 new HW coil kits (to match existing) - 2 new CHW coil kits (to match existing) - Insulation material (to match existing) - General construction, demolition, site preparation, and installation - System verification, inspection, and testing documentation - Unique or Notable Requirements: - Set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) firms - Strict safety, infection control (Class IV risk), and environmental protection standards - Compliance with plumbing and HVAC codes and standards - Sustainable construction and recycling targets - Bonding required if proposal exceeds $35,000 - Work must be coordinated to minimize impact on medical center operations and may require off-hours work - All work must be completed within 30 calendar days from Notice to Proceed
Description
Inpatient Floor Valve Relocation {OM} Point of Contact: Tommy Opal, Email: tommy.opal@va.gov, Phone: (402) 996-3529
This solicitation is 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 construction firms, as there is an expectation that offers will be received by two (2) or more SDVOSB contractors under this solicitation. In accordance with VAAR 819.7003(b), at the time of submission of offers and prior to award of a 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) listed as a verified SDVOSB in the Small Business Search database at https://search.certifications.sba.gov/.
The applicable NAICS Code for this acquisition is 238220 with a $19.0 Million small business size standard. The magnitude of construction is between less than $25,000.
Any solicitation inquiries, requests for information, clarifications, or questions shall be submitted in writing to tommy.opal@va.gov and michael.warrick@va.gov NLT 14 April 2026, 10:00 AM CT. Telephone inquiries will not be accepted.
All quotation submissions shall be submitted in electronic format via email to tommy.opal@va.gov and michael.warrick@va.gov by the date and time in Block 13(a) unless otherwise changed via an amendment.
The contractor shall provide all materials, labor, equipment, supervision, and all other resources necessary to accomplish the work as described in the Statement of Work (SOW) and other documents.
** If over $35,000.00 then a bid bond and payment bond is required to be submitted. If your proposal is under $35,000.00 then bonding is not required. **
The period of performance is 30 calendar days and will commence once the Notice to Proceed is provided.