Z1LB--596-25-2-5821-0005 - 596-25-104 - CLC - Road Repaving
ID: 36C24925B0001Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due May 7, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified contractors for the CLC Road Repaving project at the Franklin R Sousley Campus, Lexington VAMC. The procurement involves the demolition, removal, and repaving of existing roads while ensuring continuous access for residents, with a focus on compliance with OSHA safety standards and environmental regulations. This project is part of a broader initiative to enhance infrastructure at VA facilities, emphasizing the importance of quality construction and safety in public works. Interested contractors, particularly service-disabled veteran-owned small businesses, must submit their bids electronically by May 7, 2025, following a mandatory site visit on April 14, 2025, with an estimated project cost between $250,000 and $500,000. For further inquiries, contact Contract Specialist Robert Glenn at Robert.Glenn2@va.gov.

Point(s) of Contact
Robert GlennContract Specialist
Robert.Glenn2@va.gov
Files
Title
Posted
Apr 7, 2025, 5:04 PM UTC
The document outlines a solicitation for the CLC Road Repaving project at the Lexington VA Health Care System in Kentucky. It is directed toward 100% service-disabled veteran-owned small businesses and emphasizes that contractors must be registered in the SBA’s Veteran Small Business Certification. The project includes the demolition, removal, and repaving of existing roads while ensuring access for residents at all times. Specific work requirements include site management, adherence to OSHA safety standards, maintenance of traffic, and environmental compliance. A mandatory site visit is set for April 14, 2025, with the official bid opening scheduled for May 7, 2025. Bids must be submitted electronically to specified contacts, and a 20% bid guarantee is required. The estimated project cost falls between $250,000 and $500,000. The solicitation includes detailed bidding instructions, necessary certifications, and requirements for public accountability, project timelines, and safety measures, reflecting the federal government's commitment to supporting veteran-owned businesses while ensuring compliance with regulatory standards and promoting safety during construction. This project illustrates a broader initiative to enhance infrastructure while prioritizing veteran engagement and economic opportunity.
Mar 11, 2025, 7:05 PM UTC
The Lexington VA Healthcare System is seeking a contractor for the CLC Road Repaving project, designated as Project # 596-25-104, and outlined in solicitation number 36C24925B0001. The project encompasses various construction activities, including demolition, paving, site utilities, and the potential addition of a parking lot, valued between $250,000 and $500,000. This opportunity is exclusively set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) as per 38 U.S.C §8127 (d), with a small business size standard of $45M under NAICS Code 237310. Proposals will be solicited through FAR Part 14 using a sealed bidding process, with evaluation factors disclosed upon solicitation release expected by March 26, 2025. Contractors interested in bidding must be registered and verified with the SBA VetCert program. All inquiries regarding the solicitation must be submitted in writing via email to the designated contract specialist. The document underscores the VA's commitment to supporting veteran entrepreneurship while adhering to federal procurement guidelines.
The bid documents for the CLC Road Paving project at the Lexington VAMC outline the requirements for submittals of shop drawings, product data, and samples for contractors. The document emphasizes that contractors must provide complete and compliant submittals for review by the VA, which include preconstruction submittals, shop drawings, product data, and test reports, among others. The approval of these submittals does not absolve contractors from their responsibilities for construction quality and adherence to the specifications. Key elements include the scheduling and processing of these submittals to avoid project delays and the necessity for maintaining a submittal register throughout the project. Additionally, a focus is placed on using compliant materials and ensuring proper mix designs for concrete elements, supported by relevant testing and certifications. The guidance serves to ensure quality control and compliance within the framework of federal government regulations pertinent to construction contracts and projects. The document's structure facilitates a clear understanding of the responsibilities and expectations for contractors involved in the project.
Apr 7, 2025, 5:04 PM UTC
The document outlines specifications for a road improvement project, designated as Project 596-24-105. The project involves widening the road to a total finished width of 24 feet at both the north and south limits, with a historic bridge located within the project area that requires confirmation of exact boundaries on-site with the Contracting Officer Representative (COR). Key tasks include repairing the existing road through milling, demo, and repaving, alongside the installation of guardrails and erosion control measures. Critical coordination is required to maintain road access during construction. Contractors must verify measurements and ensure daily cleaning of debris. Additionally, the document notes the approximate location of an alternate parking lot, which also requires confirmation with the COR. Overall, the project emphasizes careful planning and adherence to specifications to enhance the road's functionality while ensuring safety and compliance.
Apr 7, 2025, 5:04 PM UTC
The document outlines a solicitation for a construction project associated with the VA Medical Center, detailing specific labor and material divisions required for compliance with federal standards. It includes a comprehensive list of construction categories ranging from general requirements, existing conditions, and HVAC systems to electrical and electronic safety/security installations. Each division and subdivision provides a breakdown of tasks and specifications necessary for proposals, emphasizing strict adherence to pricing breakdowns that avoid lump sum pricing. Additionally, there are clear instructions for contractors regarding proposal submission, stating that all divisions must be included even if not applicable, and requiring detailed price breakdowns to ensure transparency and thoroughness in the bidding process. The template serves as a guideline for contractors to provide an accurate representation of costs, reinforcing the government's commitment to rigorous quality and regulatory compliance in construction projects. Overall, the document serves as a directive for contractors to follow when responding to the RFP, emphasizing detailed cost transparency and alignment with VA standards.
Apr 7, 2025, 5:04 PM UTC
This document outlines the requirements for contractors under NAICS code 237310 regarding the self-performance of work and subcontracting on government contracts. It mandates that offerors disclose the percentage of contract costs allocated to prime contractor employees, ensuring that at least 15% of personnel costs are incurred by the prime contractor. The file specifies a structured breakdown of costs, including labor, materials, home office overhead, profit, and bond expenses, which must be stably presented by each specification division for clarity in the proposal. Moreover, there is an emphasis on identifying the size of subcontracting vendors (SB Vendor) and accurately calculating total personnel costs for both primes and subcontractors to establish the percentage of self-performed work. A signature section for an authorized representative to certify accuracy is included to affirm the validity of submitted information. This document serves as a guideline for contractors bidding on federal projects, ensuring transparency and accountability in financial representations for contract execution.
Apr 7, 2025, 5:04 PM UTC
The document outlines the general conditions and associated costs for a federal project, necessitating a detailed breakup of these costs in the Schedule of Values. Key roles such as Superintendent, Project Manager, and Field Office Engineer, along with various liabilities and site management expenses, are listed but without specific monetary values. It emphasizes compliance with Federal Travel Regulations for travel and lodging expenditures. Additionally, it mandates the preparation of critical documentation like as-builts and record documents, while stipulating sector-specific requirements such as weather protection and infection control. The document also specifies that various overhead costs related to insurance, supervision, and office support must be included in the contractor's fee and are not separately billable. This comprehensive breakdown is crucial for ensuring budget adherence and transparency within federal contract management, specifically pertaining to RFPs and grants.
Apr 7, 2025, 5:04 PM UTC
The Pre-Award Contractor Safety and Environmental Record Evaluation Form is a document required as part of the solicitation process for federal contracts, specifically Solicitation 36C24925B0001. It seeks critical safety and health information from contractors, including details from OSHA 300 Forms for the years 2022 to 2024, such as the number of man hours worked, cases involving work restrictions or injuries, and the DART (Days Away, Restricted, or Transferred) rate. Contractors must also disclose any OSHA violations within the last three years and provide an explanation for them, along with their Insurance Experience Modification Rate (EMR) and their assigned NAICS Code (237310). The document is structured to facilitate the evaluation of the contractor's safety record and health program management, ensuring compliance with federal safety standards ahead of contract awards. This evaluation is essential for assessing potential risks associated with contractor performance and upholding safety during operations.
Apr 7, 2025, 5:04 PM UTC
This Request for Information (RFI) pertains to the CLC Road Repaving project located at the Lexington VA Medical Center in Lexington, Kentucky. The document outlines the essential requirements for contractors submitting questions or requests for clarification regarding the solicitation. Specifically, it emphasizes the need for contractors to reference specific sections of the solicitation or drawings when inquiring. Failure to comply with this directive may hinder timely responses from the government. The RFI is overseen by Robert Glenn Jr., a Contract Specialist, and includes placeholders for questions, responses, and relevant attachments. The initiative aims to ensure that all contractors are well-informed and provide compliant bids for the road repaving project, thus aligning with government standards and facilitating clear communication throughout the procurement process. The structure of the document includes key sections for organizational purposes, ensuring that all communications are documented and addressed systematically.
The document outlines the General Decision Number KY20250082 regarding wage rates for heavy construction projects in Kentucky, effective January 3, 2025. It details minimum wage requirements dictated by the Davis-Bacon Act and Executive Orders 14026 and 13658, specifying different wage obligations based on the contract's initiation or renewal date. The wage determination provides comprehensive classifications and hourly rates for various construction roles, including equipment operators, electricians, and laborers across Bourbon, Clark, Fayette, Jessamine, Scott, and Woodford counties. The Executive Orders mandate additional requirements such as paid sick leave for federal contractors. Furthermore, the document explains the wage determination appeals process, including steps for initial decision requests and subsequent appeals, all aimed at ensuring compliance and fair labor practices. This information is critical for contractors involved in federally funded projects, ensuring adherence to legal wage standards and worker protections. Overall, it underscores the importance of prevailing wage laws in maintaining equitable labor practices in public construction contracts.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Z2DA--Asphalt Maintenance and Repair | 442-23-001
Buyer not available
The Department of Veterans Affairs is soliciting offers for an asphalt maintenance and repair project at the Cheyenne VA Medical Center in Wyoming, designated as Project 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). This initiative is crucial for maintaining the operational integrity of the medical center while ensuring compliance with safety and environmental regulations. Proposals are due by May 1, 2025, at 2 PM MT, and interested contractors should contact Timothy Verburgt at Timothy.Verburgt@va.gov for further details.
Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
Buyer not available
The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
Y1DA--603-24-101 - Construction to Correct Physical Security Deficiencies
Buyer not available
The Department of Veterans Affairs is seeking a contractor to provide construction services aimed at correcting physical security deficiencies at the Robley Rex VA Medical Center in Louisville, Kentucky. The project, designated as 603-24-101, involves enhancing the facility's protection against vehicle-borne threats while maintaining the aesthetic integrity of the area, with additional work potentially including electrical switchyard fencing and security installations. This opportunity is exclusively available for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the authority of 38 U.S.C. §8127 (d), with a construction budget estimated between $250,000 and $500,000. Interested contractors must register and be verified through the SBA VetCert program and can direct inquiries to Contract Specialist Robert Glenn Jr. at robert.glenn2@va.gov, with the solicitation expected to be released on or by May 6, 2025.
Z1DA--36C24425B0002 Building 13 South Lot Paving 460-23-004
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the paving of the South Lot at the Wilmington VA Medical Center, identified by solicitation number 36C24425B0002. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS Code 236220, focusing on commercial and institutional building construction. The initiative aims to enhance the infrastructure of the medical center, ensuring improved access and operational efficiency for veterans. Interested contractors must submit their proposals by April 25, 2025, at 11:00 AM Eastern Time, and can contact Contract Specialist Hanna Karmazyn at Hanna.Karmazyn@va.gov or 302-332-5107 for further details.
PRE-SOLICITATION_36C25625R0080_ 564-23-702_ UPGRADE MULTIPLE PARKING LOTS
Buyer not available
The Department of Veterans Affairs is seeking proposals for the "Upgrade Multiple Parking Lots" project at the Veterans Health Care of the Ozarks in Fayetteville, Arkansas. This opportunity is exclusively available to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and involves upgrading various parking lots (Lot C, 3G, M, MC, P, and Q) while adhering to safety standards and ensuring that ongoing medical operations are not disrupted. The anticipated contract will be a Firm-Fixed Price award with a construction magnitude between $500,000 and $1,000,000, and interested contractors must register with the SBA VetCert and the System for Award Management (SAM) by the proposal due date. The official solicitation is expected to be released around May 12, 2025, with responses due by May 8, 2025; for further inquiries, contractors may contact Madeline Allison at madeline.allison@va.gov.
Z2LZ--36C24425B0005 Pit Re-Stripping Solicitation
Buyer not available
The Department of Veterans Affairs is soliciting bids for the Pit Re-Stripping project at the Wilmington VA Medical Center in Delaware. This procurement specifically targets Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide all necessary labor, materials, and equipment to enhance parking lot safety and traffic flow, adhering to applicable regulations. The project budget is capped at $25,000, with the contract awarded based on the lowest conforming bid, and work must commence within a specified timeframe, completing within 183 days post-award. Interested parties should direct inquiries to Contract Specialist Hanna Karmazyn at Hanna.Karmazyn@va.gov or call 302-332-5107, with proposals due by May 16, 2025, at 10:00 AM Eastern Time.
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.
Z1DA--SPS Equipment Site Preparation (VA-25-00046418) | EDA: 6/5/25
Buyer not available
The Department of Veterans Affairs is seeking contractors for the SPS Equipment Site Preparation project at the Beckley VA Medical Center in West Virginia. This solicitation requires the provision of all necessary labor, materials, and supervision for the site preparation related to the installation of new sterilization equipment, including parts washers and sterilizers, while adhering to rigorous safety and infection control measures. The project is critical for enhancing healthcare infrastructure and ensuring compliance with federal regulations, particularly in maintaining a safe environment for patients and staff during construction. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by June 5, 2025, following a pre-bid site visit on May 5, 2025, with a performance period of 120 calendar days from the notice to proceed. For further inquiries, contact Contract Officer Adam S. Bradford at Adam.Bradford1@va.gov.
Z2DA--542-25-105 | Replace Pitched Roof Building 1 | NCO 4 Construction East (VA-25-00008811)
Buyer not available
The Department of Veterans Affairs is soliciting bids for the replacement of the pitched roof on Building 1 at the Coatesville Veterans Affairs Medical Center, designated as Project 542-25-105. This project involves comprehensive demolition and construction activities, including the installation of a new roofing system, flashing, gutters, and lightning protection, all while adhering to stringent safety and environmental standards. The initiative is crucial for maintaining the structural integrity of the facility, which serves veterans, and emphasizes the use of modern materials and sustainable practices. Interested contractors must submit their bids by May 20, 2025, and direct inquiries to Contract Specialist Lamar D. Thomas at lamar.thomas2@va.gov. The anticipated contract value ranges between $500,000 and $1 million, with a performance period of 160 days post-award.
Repurpose Fountain Main Entrance
Buyer not available
The Department of Veterans Affairs is soliciting bids for the project titled "Repurpose Fountain Main Entrance" at the Fayetteville VA Medical Center in North Carolina. The project involves transforming the historical fountain at Building No. 1 into a planter by removing plumbing and electrical features, drilling drainage holes, and replacing the top tile with natural earth-tone stone tile. This initiative aims to enhance the aesthetic appeal of government properties while adhering to historical preservation standards. The estimated construction cost ranges from $25,000 to $100,000, with a mandatory site visit scheduled for April 30, 2025, and bids due by June 4, 2025. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Contracting Officer Angelo Harris at Angelo.Harris@va.gov or call 910-488-2120 for further details.