Z1DA--658-24-108 Replace Overhead Paging System
ID: 36C24625R0019Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
  1. 1
    Posted Feb 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 2:00 PM UTC
Description

The Department of Veterans Affairs is soliciting proposals for the replacement of the overhead paging system at the Salem Veterans Affairs Medical Center under project number 658-24-108. This design-build project requires contractors to provide all necessary labor, materials, and services to install a modern paging system across multiple buildings, with a budget estimated between $500,000 and $1,000,000. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes compliance with safety and regulatory standards, including adherence to the Davis-Bacon Act for wage determinations. Interested bidders must submit their proposals electronically by April 9, 2025, and can direct inquiries to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.

Point(s) of Contact
Bryant L GuerrantContract Specialist
bryant.guerrant@va.gov
Files
Title
Posted
Jan 8, 2025, 6:04 PM UTC
The Department of Veterans Affairs (VA) is issuing a presolicitation notice for the replacement of the overhead paging system at the Salem VA Medical Center in Virginia. The contract will involve a two-phase design/build project that includes both demolition and new installation. The estimated construction cost ranges from $500,000 to $1,000,000, falling under NAICS code 236220 for commercial and institutional building construction. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation is anticipated to be available around January 28, 2025, with proposals due approximately 40 days after issuance. Interested contractors must register with the System for Award Management (SAM) and have their SBA VetCert registration active to qualify for bid consideration. Further inquiries should be directed to the Contracting Officer, Bryant Guerrant, via email. This notice serves informational purposes only, and the government is not obligated to issue a solicitation based on this announcement. Vendors are encouraged to monitor the designated website for updates and additional details.
Apr 3, 2025, 6:05 PM UTC
The document outlines a Request for Proposals (RFP) for a design-build project at the Salem VA Medical Center, focusing on replacing the outdated overhead paging system. The project is fully set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under Public Law 109-461. The RFP specifies that contractors must provide comprehensive solutions that include labor, materials, and tools needed for the installation of a modern paging system across multiple buildings on the campus. The project budget falls between $500,000 and $1,000,000, with a proposal submission deadline of April 1, 2025. Key requirements include site visits, adherence to safety and regulatory standards, and the provision of performance bonds. Notably, the evaluation of proposals will focus more on technical capability over price. The RFP includes detailed instructions for bidders, including the submission of electronic copies, compliance with the Buy American Act, and affirmative action in employment practices. This procurement underscores the VA’s commitment to enhancing its infrastructure while supporting veteran-owned businesses.
Apr 3, 2025, 6:05 PM UTC
The document is an amendment (Amendment 0001) to a solicitation for the project titled "Replace Overhead Paging System" under Project Number 658-24-108 by the Department of Veterans Affairs (VA). It informs all bidders of important changes due to inclement weather, specifically the cancellation of a previously scheduled site visit on February 21, 2025. A new date for the site visit has been set for February 27, 2025, at 10:00 AM EST, with the meeting taking place at the front-side of Building 74. Additionally, any requests for information (RFI) must be submitted by March 11, 2025, at 3:00 PM EDT to the specified email address. The deadline for submitting proposals has also been extended to April 9, 2025, at 10:00 AM EDT, with a requirement for electronic proposals to be submitted by 5 PM EDT the day prior. This amendment underscores the VA's commitment to clear communication with contractors and ensures that all interested parties have ample opportunity to prepare their submissions for the project.
Apr 3, 2025, 6:05 PM UTC
The document outlines Amendment 0002 for the solicitation number 36C24625R0019, issued by the Department of Veterans Affairs’ Network Contracting Office 6, regarding the project titled "Replace Overhead Paging System." The amendment includes the provision of a site visit sign-in sheet dated February 27, 2025, and it sets important deadlines for interested offerors: RFI questions must be submitted by March 11, 2025, at 3:00 PM EST, and Phase I proposals are due on April 9, 2025, at 10:00 AM EST. The amendment ensures that all contractors are informed of changes and important dates related to the project. Overall, it reinforces the administrative procedures necessary for the continuation of the contract bidding process while providing essential documentation to potential bidders.
Apr 3, 2025, 6:05 PM UTC
The document is an amendment (0003) to solicitation number 36C24625R0019, relating to the project titled "Replace Overhead Paging System" under project number 658-24-108, administered by the Department of Veterans Affairs, Network Contracting Office 6. The amendment aims to address questions and answers received as of March 11, 2025, from potential bidders. Additionally, it extends the proposal submission deadline to April 9, 2025. All proposals are to be submitted via email to the provided contact. A specific attachment regarding questions related to the project is referenced for further details. The amendment ensures clarity in communication and maintains the project's timeline, reflecting the processes typical in government Requests for Proposals (RFPs), where amendments provide critical updates for compliance and participation.
Apr 3, 2025, 6:05 PM UTC
The Request for Proposal (RFP) from the Salem Veterans Affairs Medical Center outlines the specifications for a design-build project aimed at replacing the overhead paging system. The contract encompasses all necessary labor, materials, and design-build services under a singular agreement with a selected firm. The evaluation process for proposals is divided into two phases, focusing on both technical and cost factors, with a clear objective of obtaining the best value for the government. Key components include the evaluation of corporate experience, project management capability, and past performance for Phase I, which narrows potential bidders. Successful candidates will then address technical approaches and project scheduling in Phase II. The RFP emphasizes compliance with safety requirements, quality assurance/control (QA/QC), and adherence to all federal regulations throughout the construction process. Additionally, a detailed timeline is provided, culminating in the completion of the project in December 2026, and the proposal submissions must adhere strictly to specified guidelines. This RFP demonstrates the VA's commitment to enhancing its facilities while ensuring efficient management and oversight of the project execution.
Apr 3, 2025, 6:05 PM UTC
Apr 3, 2025, 6:05 PM UTC
The document contains responses to questions regarding the Request for Proposal (RFP) for replacing the overhead paging system at a healthcare facility, identified as Project # 658-24-108, Solicitation # 36C24625R0019. Key points include that no parts or existing speakers from the old system will be reused, and a comprehensive overview of required areas for overhead paging is referenced in a specified section of the statement of work (SOW). The new system will not integrate with the nurse call system, and various facility zones will require clear paging capabilities, although specific documentation on zone mapping is not available. The requirement for a Registered Communications Distribution Designer (RCDD) has been omitted, though compliance with industry standards is encouraged. An emphasis on asbestos management indicates that while no known asbestos-containing materials exist at the work sites, proper procedures must be followed if any are found during the installation process. The proposal also reflects the need for a clear construction approach, with limitations on the number of work crews at any given time. Overall, this document outlines technical specifications, procurement requirements, and regulatory compliance for modernization of communication systems within the facility.
Apr 3, 2025, 6:05 PM UTC
This document serves as Amendment 0004 to the solicitation for the "Replace Overhead Paging System" project with the solicitation number 36C24625R0019. It primarily aims to implement changes following class deviations from the Federal Acquisition Regulation in relation to Executive Orders 14173 and 14168. Notably, the amendment outlines the new proposal due date of April 9, 2025, at 10 AM EST. Key modifications include the removal of certain FAR clauses, specifically those concerning the Prohibition of Segregated Facilities and Equal Opportunity, and updates to the Offeror Representations and Certifications clauses. The amendment also informs contractors that due to potential discrepancies between policy updates and the System for Award Management, certain representations may still be required despite being omitted from agency solicitations. Overall, the document emphasizes compliance and administrative adjustments necessary for the continuation of the bidding process, ensuring that all offers reflect the latest regulatory changes.
Apr 3, 2025, 6:05 PM UTC
The document outlines the General Decision Number VA20250172, applicable to construction projects in specific Virginia counties including Botetourt, Craig, Franklin, and Roanoke, along with the cities of Roanoke and Salem. It mandates adherence to the Davis-Bacon Act, requiring contractors to pay workers at least the minimum wage rates set forth in Executive Orders 14026 and 13658, depending on the contract date. For 2025, the minimum wage is $17.75 for contracts after January 30, 2022, and $13.30 for those awarded between January 1, 2015, and January 29, 2022. The document specifies classifications and wage rates for various construction roles, including asbestos workers, boilermakers, ironworkers, and operators, along with relevant fringe benefits. It mentions the process for appealing wage determinations and highlights requirements for paid sick leave under Executive Order 13706. The overall purpose is to provide guidelines for contractors regarding wage determinations and compliance requirements in federally funded construction projects, ensuring fair labor practices and protection for workers involved in these projects across the affected regions in Virginia.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Z1DA--Renovate Audiology 515-23-101
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the renovation of the Audiology department at the Battle Creek VA Medical Center, designated as Project 515-23-101. This project aims to engage a contractor to provide all necessary resources, including labor and materials, for the renovation of approximately 6,045 square feet across two buildings, with a total contract budget estimated between $5 million and $10 million and a completion timeline of 500 calendar days post-award. The renovation is crucial for enhancing audiology services and ensuring compliance with federal standards, particularly for facilities serving veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their proposals by May 6, 2025, and can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov.
Z1DA--Project No. 610A4-20-107 - Replace Fire Alarm System.
Buyer not available
The Department of Veterans Affairs is seeking proposals for the replacement of the fire alarm system at the Fort Wayne Campus of the VA Northern Indiana Health Care System, under Project No. 610A4-20-107. This project, estimated to cost between $2,000,000 and $5,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses and requires the installation of a nonproprietary fire alarm system, along with training for VA maintenance personnel. The work must be completed within 270 days from the notice to proceed, with proposals due by May 23, 2025, following a site visit on May 1, 2025. Interested contractors should direct inquiries to Contract Specialist Luke Turner at luke.turner@va.gov, ensuring compliance with all federal contracting regulations and wage determinations.
Y1DA--CON-NRM-663-18-102 Replace Roofs - Seattle VA Phase 2
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of roofs at the Seattle VA Healthcare System, designated as Project Number 663-18-102. This federal contract aims to replace roofing systems across multiple buildings, with an estimated project cost ranging from $10 million to $20 million, and a performance timeline of 253 days post-award. The project emphasizes compliance with federal regulations, particularly concerning hazardous materials such as asbestos, and requires contractors to maintain operational continuity within a healthcare environment. Interested contractors, especially Service Disabled Veteran Owned Small Businesses, must submit their proposals by May 19, 2025, and can direct inquiries to Contract Officer Stephen E. Slaby at Stephen.Slaby@va.gov.
Y1DA--VISN 1 Construction MATOC
Buyer not available
The Department of Veterans Affairs is seeking proposals for the expansion of the Emergency Department at the West Roxbury VA Medical Center in Massachusetts, under the VISN 1 Construction Multiple Award Task Order Contract (MATOC). This project, identified as VA Project No. 523A4-20-205, aims to enhance healthcare capabilities by renovating existing facilities, including the installation of new air handlers and the creation of ligature-resistant mental health exam rooms, while ensuring operational continuity during construction. The estimated construction costs range from $2 million to $5 million, with a strong emphasis on participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit their proposals by May 14, 2025, and can direct inquiries to Contract Specialist Jacquelyn Wise at jacquelyn.wise@va.gov.
Y1DA--512-23-108 - Renovate C-Segregated Compounding Area for Hazardous Compounding (CON)
Buyer not available
The Department of Veterans Affairs is soliciting bids for the renovation of the C-Segregated Compounding Area for Hazardous Compounding at the Baltimore VA Medical Center, identified by project number 512-23-108. The project involves comprehensive renovations, including structural, architectural, mechanical, plumbing, and electrical work, aimed at ensuring compliance with healthcare standards while minimizing disruptions to ongoing hospital operations. This initiative is crucial for enhancing the VA's infrastructure, particularly in maintaining safety and operational continuity for vulnerable patient populations during construction. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by May 6, 2025, with a project completion timeline of 180 days following the Notice to Proceed. For further inquiries, contact Lisa Lake at lisa.lake2@va.gov or (304) 263-0811 ext 7617.
N059--Emergency Phone System Replacement
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of the Emergency Call System at the C.W. Bill Young Veterans Medical Center in Bay Pines, Florida. The project requires the contractor to provide all labor, materials, tools, and supervision for a turn-key installation, which includes the removal of existing emergency phone towers and wall-mounted phones, and the installation of new cellular towers and wired phones, while adhering to safety regulations and coordinating with the VA’s Information Technology for operational requirements. This upgrade is crucial for enhancing communication systems to ensure the safety of patients and staff, with a total contract value of $19 million and a completion timeline set from May to August 2025. Interested parties can contact Contract Specialist Michael A. Shook at Michael.Shook@va.gov for further details.
Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of public restrooms at the W.J.B. Dorn VA Medical Center, aimed at improving patient safety and facility functionality. The project involves comprehensive upgrades, including modifications to plumbing fixtures, lighting, and finishes across multiple floors, with a focus on compliance with safety and accessibility standards. This renovation is critical for enhancing the overall patient experience and ensuring adherence to current health regulations. Interested contractors, particularly Service Disabled Veteran-Owned Small Businesses (SDVOSB), must submit sealed bids by May 2, 2025, at 12 PM EDT, and can direct inquiries to Contract Specialist Pamela R. Moffitt at pamela.moffitt@va.gov. The estimated contract value ranges between $1 million and $5 million.
Z1DA--FY25 36C25725AP2590 | Cons-New | Bldg. 60 VAV Box Replacement | PND 5-26-2025
Buyer not available
The Department of Veterans Affairs is seeking proposals for the replacement of 76 Variable Air Volume (VAV) Boxes at Building 60 of the Dallas VA Healthcare System. This project, identified under solicitation number 36C25725R0048, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the agency's commitment to supporting veteran-owned enterprises. The estimated contract value ranges from $500,000 to $1,000,000, with a response deadline of June 10, 2025. Interested vendors must verify their SDVOSB status through the Dynamic Small Business Search database and can contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or (915) 282-1732 for further details.
Y1DA--521-23-121 | SPS Renovation Phase 2
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the renovation of the Sterile Processing Service (SPS) at the Birmingham VA Medical Center under solicitation number 36C24725R0079. This project, designated as Y1DA--521-23-121, aims to create a fully functional SPS following a prior demolition phase, with an estimated construction cost between $5 million and $10 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of compliance with federal, state, and local codes throughout the construction process. Interested contractors must submit their proposals electronically by May 8, 2025, and can contact Contract Specialist Gregory Snyder at gregory.snyder@va.gov or 762-333-4273 for further information.
Z1DA--ENTRANCE/SECURITY DOORS AT 10C, 9D, 8C
Buyer not available
The Department of Veterans Affairs is seeking proposals for the furnishing and installation of entrance/security doors at the Samuel S. Stratton VA Medical Center in Albany, NY. This project, set aside exclusively for Service Disabled Veteran-Owned Small Businesses, involves demolition, site preparation, and the installation of specified security features, with a budget ranging from $25,000 to $100,000. The successful contractor will be required to complete the work within a mandatory 30-day period following the notice to proceed, with a site visit scheduled for April 10, 2025, and a bid submission deadline of May 5, 2025. Interested parties can contact Contract Specialist Tony Clemente at tony.clemente@va.gov for further information.