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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    36C26126R0007 Replace B530 Gymnasium Floor Solicitation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the gymnasium floor in Building 530 at the VA Palo Alto Health Care System. This project requires comprehensive construction services, including the removal of existing damaged flooring, addressing potential mold issues, repairing a water bottle refill station, and installing a new maple wood gymnasium flooring system. The new flooring will provide a safe and durable surface suitable for athletic and community use, emphasizing the importance of maintaining high standards in facility management for veteran services. Interested contractors must submit their proposals by December 22, 2025, following a mandatory site visit on November 26, 2025, with an estimated project cost between $500,000 and $1,000,000. For inquiries, contact Contract Specialist Christopher Aguon at christopher.aguon@va.gov or (808) 433-0600.
    N056--679-26-2-5053-0005/Canteen Kitchen Flooring (VA-26-00025335)
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the B38 Canteen Commercial Kitchen Flooring Replacement project at the Tuscaloosa Veterans Affairs Medical Center in Alabama. The project entails the removal of existing quarry tile and the installation of new Crossville tile in a 1200 sq ft kitchen area and a 250 sq ft basement elevator lobby, with the contractor responsible for all labor, supervision, equipment, and materials necessary for the job. This flooring replacement is crucial for maintaining the operational integrity and safety of the kitchen facilities, which serve veterans. The contract period of performance is set for 90 days from the award date, and interested contractors must comply with OSHA certification requirements, the Tuberculosis Control Plan, and VA security regulations. For inquiries, contact Contracting Specialist Scottie Scott at scottie.scott@va.gov or (803) 776-4000.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Project 521-25-101 3rd, 6th, & 8th Floor, East to West Elevator -Renovate Halls & Walls
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of halls and walls on the 3rd, 6th, and 8th floors of the Birmingham, Alabama VA Medical Center, under the project titled "521-25-101 | 3rd, 6th, & 8th Floor, East to West Elevator - Renovate Halls & Walls." The scope of work includes demolition, new paint, wall protection, cove base, flooring, and the installation of commercial-grade rubber tiles, with an estimated project cost between $250,000 and $500,000 and a target completion timeframe of 274 calendar days. This project is a 100% set-aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of supporting veteran entrepreneurship in federal contracting. Interested contractors must be registered in SAM and certified in the SBA database, with the solicitation expected to be posted around December 10, 2025. For further inquiries, contact Cayley Blommers at Cayley.Blommers@va.gov or 762-343-9400, or Joyce C Powers at Joyce.Powers1@va.gov or 470-501-5673.
    Y1DA--528A6-25-614 Replace Sidewalks Station Wide
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Sidewalks Station Wide" project at the Bath VA Medical Center in Bath, NY, under Project Number 528A6-25-614. This procurement involves the demolition of existing sidewalks and the installation of approximately 22,000 square feet of new concrete sidewalks, including ADA-compliant tactile warning surfaces, along with the installation of new metal handrails and restoration of disturbed lawn areas. The project is critical for ensuring safe access for veterans and visitors, with a total estimated cost between $250,000 and $500,000, and a completion timeline not exceeding 120 days from the Notice to Proceed. Interested contractors must submit their bids by December 10, 2025, at 12:30 PM EST, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further inquiries.
    S201--IDIQ Floor Cleaning
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for floor cleaning services at the VA Nebraska-Western Iowa Health Care System in Omaha, Nebraska. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base period from March 1, 2026, to February 28, 2027, with four optional ordering periods extending the contract until February 28, 2031. The contractor will be responsible for stripping existing floor finishes, scrubbing baseboards, and applying a specified brand-name floor finish to approximately 86,000 square feet of space annually, adhering to VA safety and environmental guidelines. Quotes are due by December 8, 2025, at 12:00 PM Central Time, and must be submitted via email to John Milroy at John.Milroy@VA.GOV, with a guaranteed minimum contract value of $120,000 for the base period and a maximum potential value of $800,000 over the contract's lifetime.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.
    Z2DA--Repair and Replace Doors 539-22-202
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair and Replace Doors" project at the Cincinnati VA Medical Center and the Ft. Thomas Domiciliary in Kentucky. This procurement involves comprehensive demolition and installation of new doors, frames, and associated hardware across multiple buildings, with a focus on safety and compliance due to the presence of hazardous materials like asbestos and lead paint. The project is critical for maintaining operational integrity and security within the medical facilities, with an estimated value between $500,000 and $1,000,000 and a performance period of 730 calendar days. Bids are due by December 11, 2025, at 1:00 PM EST, and interested parties should contact Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov for further information.
    436-26-102 | Room 210 Epoxy Cover Wall and Floor
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 19, is seeking qualified contractors for interior renovation services at the Fort Harrison Campus of the Montana VA Health Care System, focusing on Room 210. The project involves the application of epoxy covers for walls and floors, ceiling repairs, and the replacement of damaged wall tiles, with an estimated construction value between $25,000 and $100,000. This renovation is crucial for maintaining a safe and functional healthcare environment, adhering to strict infection control and safety standards throughout the process. Interested contractors must submit their proposals by December 9, 2025, at 3:30 PM MST, and should direct inquiries to Blake Rowland at blake.rowland@va.gov.
    Repair FTD Building Envelope 539-25-509
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.