J056--Flooring Installation
ID: 36C26225Q0332Type: Combined Synopsis/Solicitation
AwardedFeb 27, 2025
$68.8K$68,844
AwardeeG3 VENTURE HUB LLC North Miami FL 33161 USA
Award #:36C26225P0721
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
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    36C26126R0007 Replace B530 Gymnasium Floor Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for the replacement of the gymnasium floor in Building 530 at the VA Palo Alto Healthcare System. The project requires comprehensive construction services, including the removal of existing flooring, mold remediation, and the installation of a new maple wood gymnasium flooring system, ensuring a safe and durable surface for athletic and community use. This procurement is particularly significant as it supports the VA's commitment to providing quality facilities for veterans and the community. The estimated project cost ranges from $500,000 to $1 million, with a performance period of 60 calendar days. Interested contractors must submit their proposals by December 22, 2025, and can direct inquiries to Contract Specialist Christopher Aguon at christopher.aguon@va.gov or (808) 433-0600.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    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.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    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.
    Repair FTD Building Envelope 539-25-509
    Veterans Affairs, Department Of
    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.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Z2DA--PARKING LOT STRIPPING AND MARKING | Washington DC Medical Washington DC Medical Center, 20422
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide professional pavement striping and decal marking services for the Washington DC VA Medical Center campus. The project includes the striping of all parking lots, street markings, curbs, and two parking garages, with strict adherence to EPA VOC regulations, District Department of Transportation (DDOT) standards, and Americans with Disabilities Act (ADA) requirements. This work is crucial for ensuring safe and compliant access for veterans and visitors to the medical center. Interested businesses must submit their responses, including capability statements and cost estimates, by January 14, 2026, at 10:00 AM Eastern Time to Contracting Officer Robert O'Keefe Jr. at robert.okeefejr@va.gov.