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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    Z1DA--RENOVATE SHELL SPACE (658-22-104)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for Project 658-22-104, which involves the renovation of shell space at the Veterans Affairs Medical Center in Salem, Virginia. The project aims to transform existing shell space into seventeen new cubicle workstations for employees displaced due to ongoing construction activities, requiring modifications to fire alarm, sprinkler, electrical, telecommunication, and HVAC systems, as well as the installation of new interior finishes. The construction period is set for 120 calendar days from the receipt of the Notice to Proceed, and the opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Chanel Johnson at chanel.johnson@va.gov or by phone at 757-315-3934 for further details.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the fire alarm system at the Fargo VA Medical Center under Solicitation Number 36C26326B0004. This project, designated as Project Number 437-23-105, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is estimated to cost between $2 million and $5 million, with a performance period of 540 calendar days. The work involves comprehensive upgrades to the existing fire alarm system, ensuring compliance with VA Fire Protection Manual standards and various NFPA codes, while addressing environmental concerns such as asbestos management. Interested contractors must submit their proposals via email to Contracting Officer Dwayne Brauch by December 18, 2025, at 10:00 AM (CT), following a pre-bid site visit and Q&A process outlined in the solicitation documents.
    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.
    J059--Chapel Video Feed Upgrades Bedford VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for the Chapel Video Feed Upgrades at the Bedford VA Medical Center in Bedford, MA. The project involves the installation of a new HD PoE camera and the integration of its audio/video feed into the facility's existing digital cable broadcast system, requiring the installation of fiber optic cable and network equipment between the chapel and the server room. This upgrade is crucial for enhancing the chapel's broadcast capabilities, ensuring high-quality video feeds for services. Interested contractors must submit their proposals by December 18, 2025, at 12 PM Eastern Time, and can direct inquiries to Contract Specialist Carissa Sarazin at carissa.sarazin@va.gov or by phone at 401-273-7100.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@va.gov.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a construction project to install a new fire alarm system in Building 25 at the West Texas VA Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system, ensuring compatibility with the existing infrastructure and adherence to various safety codes and standards. This upgrade is crucial for maintaining a reliable fire safety system across the campus, with a contract set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due by January 2, 2026, at 10:00 AM CST, and interested contractors should submit their proposals electronically to Eileen.Myers@va.gov, with the estimated contract value between $250,000 and $500,000.
    Y1DA--528A6-24-612 Connect PIVs to Fire Alarm System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Project No. 528A6-24-612, which involves connecting Post Indicator Valves (PIVs) to the fire alarm system and upgrading fire zones in Building 78 at the Bath VA Medical Center in New York. The project requires the installation, testing, and commissioning of PIV supervision and protection, along with the addition of voice alarms and the expansion of fire zones from one to eleven, all while adhering to NFPA standards and VA regulations. This initiative is crucial for enhancing the safety and operational efficiency of the facility, which serves as a nursing home for veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by December 22, 2025, with a project budget estimated between $250,000 and $500,000, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further details.