J056--Flooring Installation
ID: 36C26225Q0332Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Flooring Contractors (238330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION AND BUILDING MATERIALS (J056)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Jan 10, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 31, 2025, 12:00 AM UTC
  3. 3
    Due Feb 7, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified contractors for flooring installation services at the VA Greater Los Angeles Healthcare System, specifically under solicitation number 36C26225Q0332. The project involves the installation of new cementitious and decorative flooring in Building 222, necessitated by the deterioration of the existing laminate flooring. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal contracting standards, including background checks and safety requirements for contractor personnel. Interested bidders must attend a job walk on January 16, 2025, and submit their quotes by February 7, 2025, at 10 AM Pacific Time. For further inquiries, contractors can contact Ositadima Ndubizu at ositadima.ndubizu@va.gov or (562) 766-2252.

Point(s) of Contact
Ositadima NdubizuContract Specialist Intern
(562) 766-2252
ositadima.ndubizu@va.gov
Files
Title
Posted
Jan 31, 2025, 7:04 PM UTC
The document outlines a Request for Quotes (RFQ) for flooring installation services at the VA Greater Los Angeles Healthcare System (VA GLAHS), specified under solicitation number 36C26225Q0332. The project aims to install new cementitious and decorative flooring in Building 222 due to wear in the existing laminate flooring. Key information includes a firm fixed-price contract type and a six-month period of performance. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a NAICS code of 238330 for flooring contractors. Interested bidders must attend a job walk on January 16, 2025, and submit quotes by January 27, 2025. The contractor is responsible for providing materials, installation, tools, and safety measures. Moreover, all contractor personnel must comply with background checks, hold a Contractor I.D. badge, and adhere to safety and insurance requirements. The emphasis on thorough monitoring of contractor performance underlines the importance of ensuring compliance with standards set by the Department of Veterans Affairs, reflecting federal guidelines in public procurement processes. Overall, the document serves to streamline the selection of qualified contractors for essential facility renovations in the context of government contracting.
Jan 31, 2025, 7:04 PM UTC
The document outlines an amendment to a combined solicitation for flooring installation services by the Department of Veterans Affairs, specifically through the Network Contracting Office 22. The solicitation number is 36C26225Q0332, with responses due by January 27, 2025, at 10 AM Pacific Time. This amendment includes the posting of a job walk sign-in sheet and clarifies that all other terms and conditions remain unchanged. The applicable NAICS code is 238330, indicating specialty trade contractors for flooring. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Offers must acknowledge receipt of the amendment to ensure their consideration. The document emphasizes the importance of timely responses and maintaining communication with the contracting officer, Ositadima Ndubizu, for any necessary clarifications. Overall, this amendment serves to update interested bidders about procedural adjustments while maintaining existing contractual instructions for compliance.
Jan 31, 2025, 7:04 PM UTC
This document is an amendment to a previous combined solicitation 36C26225Q0332 issued by the Department of Veterans Affairs for flooring installation services. The main purpose of the amendment is to extend the deadline for response submissions to February 3, 2025, at 10 am Pacific Time. It is important for bidders to acknowledge receipt of this amendment in their offers. The solicitation falls under the Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside, with the relevant Product Service Code (PSC) of J056 and NAICS Code of 238330. All other terms and conditions of the original solicitation remain unchanged. The contracting office is located in Long Beach, CA, and additional details about the response procedure and place of performance are provided. This amendment reflects the government’s ongoing efforts to ensure fair competition and compliance with procurement regulations.
Jan 31, 2025, 7:04 PM UTC
The document is an amendment to a previously issued combined solicitation for flooring installation services from the Department of Veterans Affairs, specifically Network Contracting Office 22. The key details include a revised response deadline of February 7, 2025, at 10:00 AM Pacific Time, extended due to the issuance of answers to RFI questions. The solicitation is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under the product service code J056 and falls within the NAICS code 238330 for flooring contractors. Responses must acknowledge receipt of this amendment through specified acknowledgment methods, and the terms of the solicitation remain unchanged except for this extension. The project location is the VA Greater Los Angeles Healthcare System, highlighting the government’s efforts to engage veteran-owned businesses in federal procurement processes. This amendment underscores the importance of maintaining compliance with established deadlines and communication protocols within governmental contracting procedures.
Jan 31, 2025, 7:04 PM UTC
The document outlines vendor offer requirements for a government contract with the Department of Veterans Affairs (VA), primarily concerning the management of a contract for cementitious and decorative floor systems. Key points include the responsibilities of the contractor and the government contracting officer, invoicing procedures, acknowledgment of solicitation amendments, and compliance expectations for the submission of quotations. The document emphasizes a comparative evaluation process for quotations to determine the best value to the government, requiring evidence of the vendor’s qualifications and past performance. Additionally, detailed certifications regarding ownership structure, labor standards, Federal tax liability, and compliance with regulations on child labor and restricted business operations in Sudan are necessary. The NDAA provisions and FAR clauses ensure contractors adhere to federal guidelines. It also outlines guidelines for the contractor's registration and representation through the System for Award Management (SAM), highlighting the importance of ongoing compliance to maintain eligibility for government contracts. Overall, this comprehensive document ensures fairness, transparency, and compliance in federal contracting, guiding vendors in their bidding process while safeguarding government interests.
Jan 31, 2025, 7:04 PM UTC
The document outlines the solicitation provisions and contract clauses related to the acquisition of commercial items, primarily focusing on procedures for submitting offers, evaluating proposals, and terms of contract execution. The North American Industry Classification System (NAICS) code and small business standards are specified, with a 500-employee threshold for non-manufacturers. Key sections detail instructions for offer submissions, deadlines, late submissions, and acceptance periods. The evaluation process emphasizes pricing, with the government favoring the lowest reasonable bid. Furthermore, it outlines contract terms, including inspection, insurance requirements, and compliance with Applicable Federal Acquisition Regulation (FAR) clauses, especially those mandated by law or executive orders. Specific provisions address limitations on subcontracting for service-disabled veteran-owned businesses, as well as insurance requirements. The purpose of this document is to establish a clear framework for vendors on how to participate effectively in government procurements while ensuring compliance with various regulations and guidelines integral to the contracting process. The adherence to these guidelines ensures transparency, fairness, and accountability in government contracting, promoting equal opportunities for small and disadvantaged businesses.
Jan 31, 2025, 7:04 PM UTC
Jan 31, 2025, 7:04 PM UTC
The document outlines the responses from the Veterans Affairs (VA) to inquiries regarding a flooring installation project. Key points include flexible working hours (day or night, seven days a week) and categorization of the project under ICRA as Category C - Low Risk - Level II. The VA will provide as-built floor plans and current HAZMAT surveys at the contract's start. Specific flooring products and requirements are detailed, with no substitutions allowed for materials. Personnel relocation and alternative entry points will be arranged to minimize contractor interference during installation. Background check requirements for contractors will apply, and nearby electrical access for equipment will be provided. The contractor is instructed to remove and reinstall steel corner guards during the flooring process. Overall, the document emphasizes compliance with specifications and careful coordination to ensure project efficiency and safety, reflecting the structured nature of federal contracting processes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Z1DA--Lower Level Pharmacy Flooring Replacement IFB 553-25-500
Buyer not available
The Department of Veterans Affairs is soliciting bids for the Lower Level Pharmacy Flooring Replacement project at the John D. Dingell VA Medical Center in Detroit, Michigan. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the replacement of flooring, requiring contractors to provide labor, materials, and supervision while adhering to strict safety and environmental regulations. The estimated construction cost ranges from $100,000 to $250,000, and contractors must comply with Department of Labor wage determinations, submit necessary documentation, and ensure SAM registration. Interested parties should contact Contract Specialist Willona A. Harris at Willona.Harris@va.gov for further information and must submit sealed bids by the specified deadline.
Z2DA--CON Project #667-25-188 Abate Floor Mastic, Bldg 1 & Bldg 33
Buyer not available
The Department of Veterans Affairs is preparing to solicit bids for the abatement of floor mastic in Buildings 1 and 33 at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This project, designated as Project 667-25-188, requires the contractor to manage all aspects of the abatement process, including labor, materials, and supervision, while adhering to strict VA codes and regulations. The estimated construction cost for this project ranges between $250,000 and $500,000, and it is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must be certified as SDVOSBs and registered in the System for Award Management (SAM) to be eligible for the anticipated solicitation, which is expected to be published around April 11, 2025, with a response deadline of May 12, 2025, at 14:00 Central Time. For further inquiries, potential bidders can contact Contracts Specialist Keith Mainous at keith.mainous@va.gov or by phone at 601-618-0761.
Life Safety Assessment Update
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 22, is seeking proposals for a Life Safety Assessment Update at the VA Greater Los Angeles Healthcare System. The primary objective of this procurement is to conduct a comprehensive assessment of the Statement of Conditions (SOC) for multiple buildings at the VA West Los Angeles and VA Sepulveda facilities, ensuring compliance with the Life Safety Code and Joint Commission regulations. This initiative is crucial for maintaining the safety and operational standards of healthcare facilities serving veterans, as it involves updating life safety floor plans and identifying necessary improvements across approximately 1.2 million square feet of space. The contract, valued at $9 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by April 18, 2025, at 11:00 AM Pacific Time. Interested parties can contact David Odne at david.odne@va.gov for further information.
S201--Deep Clean Tile, Grout Floors, & Walls - CLE VAMC
Buyer not available
The Department of Veterans Affairs (VA) is seeking to award a firm fixed price contract for tile and grout restoration services at the Louis Stokes VA Medical Center in Cleveland, Ohio. The procurement specifically aims to engage Permatect Facility Solutions for these services, as they are the only source capable of fulfilling the requirements due to their lack of authorized distributors or installers. This contract is crucial for maintaining the facility's cleanliness and hygiene standards, which are vital in a healthcare environment. Interested parties may submit evidence demonstrating that competition would be advantageous, with responses due by April 21, 2025, at 12:00 PM Eastern Time, directed to Contracting Officer Kelly Poole at kelly.poole@va.gov.
Z2DZ--PROJECT 675-23-103, Bid-Build (BB) Update Lake Nona Canteen
Buyer not available
The Department of Veterans Affairs is soliciting bids for the "Update Lake Nona Canteen" project at the Orlando VA Healthcare System, which involves extensive renovations and repairs to enhance the facility's canteen services. The project includes replacing flooring, addressing water damage, and reconfiguring kitchen spaces, with an estimated construction cost ranging from $1 million to $5 million, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This initiative is crucial for improving the infrastructure of veteran healthcare facilities while ensuring compliance with safety and labor standards. Proposals are due by May 12, 2025, with a site visit scheduled for April 14, 2025; interested contractors should contact Contract Specialist Michael C. Zorzi at Michael.Zorzi@va.gov for further details.
Z2DA--PAD B100 Chiller Room Leak Detector Replacement
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of leak detectors in the PAD B100 Chiller Room at the VA Palo Alto Health Care System. This project aims to enhance facility safety by requiring contractors to provide all necessary personnel, equipment, and materials to complete the work within 15 calendar days after receiving a notice to proceed. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded based solely on price considerations, with proposals due by April 28, 2025, following a mandatory site visit on April 9, 2025. Interested contractors should contact Jessica I Newman at Jessica.Newman2@va.gov for further details and ensure compliance with all safety and regulatory requirements outlined in the associated documents.
Z1PC--612A4-25-008 Install Artificial Grass System
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 21, is seeking qualified businesses to provide construction services for the installation of an artificial grass system around Building 642 at the VA Mather Health Care System in California. The primary objective of this project is to enhance safety by reducing trip hazards in patient care areas, thereby improving accessibility and ergonomic features for healthcare users. This initiative is crucial for maintaining a safe and aesthetically pleasing environment while ensuring that hospital operations continue smoothly during construction. Interested parties must submit their responses, including company details and small business status, by April 25, 2025, to Contract Specialist Alex Arter at alex.arter@va.gov. This Sources Sought Notice is for market research purposes only and does not constitute a commitment to award a contract.
Z1DA--VISN 20 General Construction MATOC Replacement Construction Services
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the Z1DA--VISN 20 General Construction MATOC Replacement Construction Services project, which involves the renovation of Building 20 at the Vancouver Veterans Affairs Medical Center to consolidate dental services. The project requires extensive construction work, including the creation of dental treatment rooms and supporting spaces, while ensuring minimal disruption to ongoing medical operations. This initiative is part of a broader effort to modernize healthcare facilities for veterans, emphasizing safety and compliance with VA standards. Interested contractors must submit proposals by May 14, 2025, following a virtual pre-proposal meeting on April 17, 2025, and an in-person site visit scheduled for May 1, 2025. For further inquiries, contact Wendy A. Duval at Wendy.Duval@va.gov.
Z2DA--Asphalt Maintenance and Repair | 442-23-001
Buyer not available
The Department of Veterans Affairs is soliciting proposals for asphalt maintenance and repair services at the Cheyenne VA Medical Center in Wyoming, under contract number 442-23-001. The project involves aggregate base repair, concrete removal, asphalt replacement, and pavement striping, with an estimated budget between $500,000 and $1,000,000, and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must ensure compliance with federal regulations, including safety and environmental standards, and submit their proposals electronically by April 25, 2025, at 2:00 PM MDT. For further inquiries, contact Timothy Verburgt at Timothy.Verburgt@va.gov.
Amendment 0001 for 36C25725Q0036 Repair and Level Community Living Center Concrete Slab, PROJECT 671-21-147
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to repair and level the concrete slab at the Community Living Center located at the Audie L. Murphy Memorial Hospital in San Antonio, Texas. This procurement, identified as Amendment 0001 for solicitation 36C25725Q0036, includes updated clauses related to sustainable products, wage determinations, and revised instructions for offerors, emphasizing the importance of contractor compliance with VA regulations and operational continuity during construction. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires adherence to specific construction requirements, including noise and dust control measures, as well as background checks for personnel. Interested parties should contact Andres J Garcia at Andres.Garcia1@va.gov for further details and to ensure compliance with submission deadlines.