08/12/2025 A0003: The purpose of this amendment is to advise offerors that Government responses to RFIs and an RFP due date extension are forthcoming.
No other changes were made via this amendment. ________________________________________________________________________________________________
07/24/2025 A0002: The purpose of this amendment is to advise Offerors of an extended RFI due date of 07/28/2025 by 12PM CDT, an extended RFP due date of 08/18/2025 by 4PM CDT, and provide a copy of the Site Visit Attendance sheet.
No other changes were made via this amendment.
____________________________________________________________________________________________________
07/11/2025 A0001: The purpose of this amendment is to provide an updated copy of page 1 of the SF1442. No other changes were made via this amendment. ____________________________________________________________________________________________________
THIS OPPORTUNITY IS AVAILABLE ONLY TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES. The Central Arkansas Veterans Healthcare System (CAVHS), North Little Rock, Arkansas, has a requirement titled "Heating Water/Upgrade Water System -JLM for project number 598-21-108. This acquisition will be solicited pursuant to the Veterans' First Public Law 109-461 as a 100% Service-Disabled Veteran-Owned Small Business Set-Aside (SDVOSB). The Central Arkansas Veterans Healthcare System has a project to remove and replace the existing heating water infrastructure with a new system while offering minimal system interruption. The work includes replacing steam pressure reducing stations, steam to hot water convertors, pumps, automatic valves, piping, and other boiler / hot water pumping system related equipment. The project will include extending piping system to permit tie-in for new equipment. This list is not exhaustive. The work will be completed in phases to help alleviate service interruptions. Any contracts awarded will cover work at this medical center. Contract award will occur upon evaluation and selection of the proposals determined to best serve the Government. Electronic Portable Document Format (.pdf) copies of drawings and specifications to this work will be furnished by VA upon Contractor s written request to the Contracting Officer (CO). Hard copies of SOW, drawings, and specifications must be the Contractor s responsibility and expense. Contractor is responsible to verify existing and new dimensions, locations, and quantities to complete this project at the John L. McClellan Memorial Veterans Hospital, 4300 West Seventh Street in Little Rock, Arkansas, 72205. The period of performance will be 270 calendar days from the Notice to Proceed. Interested offerors are asked to please first read over the RFP and all its associated attachments/documents in their entirety prior to forwarding any questions to the Contracting Officer. A cut-off time/date for receipt of questions will be established and listed in the RFP as well as a time/date for the scheduled Site Visit. Only one Site Visit will be conducted and no requests for additional Site Visits or make-up Site Visits will be granted. Amendments to the RFP will not be mailed out but will be posted at the SAM.gov website. Offerors are responsible for obtaining the RFP (and associated documents/attachments) from the SAM.gov website and for acknowledging all amendments to the RFP. It is the responsibility of all interested offerors to check the SAM.gov website necessary for any Amendments to the RFP (to include the day bids are due). In accordance with VAAR 819.7003 Eligibility, at the time of submission of a proposal, the offeror must represent to the Contracting Officer that is a SDVOSB concern, that it is a small business concern under the NAICS Code assigned to the acquisition, and that it is verified for eligibility in the Small Business Association website Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov and have the Veterans Small Business Certification. SDVOSB concerns must also be registered in the System for Award Management (SAM) database at www.sam.gov . OFFERORS ARE ADVISED TO CHECK THE SITE FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS TO THE SOLICITATION NOTICE. A 90-day proposal acceptance period will be required. A bid bond must be submitted with the proposal. Performance and Payment bonds will be required from the contractor receiving the award. The magnitude of construction is between $2,000,000 and $5,000,000. The North American Industrial Classification Standard (NAICS) code assigned to this construction project is 236220 - Commercial and Institutional Building Construction and the Small Business Administration (SBA) Size Standard is $45M.