Z1LB--596-25-2-5821-0005 - 596-25-104 - CLC - Road Repaving
ID: 36C24925B0001Type: Presolicitation
AwardedJun 3, 2025
$192.7K$192,717
AwardeeSEMPER TEK INC LEXINGTON 40511 KGZ
Award #:36C24925C0047
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)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the CLC Road Repaving project at the Lexington VA Medical Center in Kentucky. The procurement involves the general construction, demolition, and repaving of access roads to the Community Living Center, with specific requirements for maintaining access for residents throughout the project. This initiative underscores the government's commitment to maintaining infrastructure that supports community health and welfare within the VA system. Interested contractors, particularly service-disabled veteran-owned small businesses, must submit their bids electronically by May 21, 2025, and are encouraged to contact Contract Specialist Robert Glenn at Robert.Glenn2@va.gov for further information.

    Point(s) of Contact
    Robert Glenn JrContract Specialist
    (615) 225-3413
    robert.glenn2@va.gov
    Files
    Title
    Posted
    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.
    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.
    This document is an amendment related to the solicitation number 36C24925B0001 issued by the Department of Veterans Affairs, Network Contracting Office 9. The amendment serves to publish the Pre-Bid Sign-in Sheet, responses to Requests For Information (RFI), and a revised Scope of Work (SOW) for the project concerning the road repaving at the Community Living Center (CLC). Key attachments include the Pre-Bid Sign-in Sheet, detailed RFI responses specific to the road repaving project, and the revised combined plans and specifications dated April 25, 2025. The amendment instructs all offerors to acknowledge receipt prior to the specified deadline to ensure their proposals remain valid in light of the changes. It emphasizes the importance of compliance with contractual procedures to avoid rejection. Overall, this amendment facilitates transparency and communication among bidders and reinforces adherence to procurement policies within federal contracting practices.
    The document is an amendment to a solicitation related to a contract issued by the Department of Veterans Affairs, specifically the Network Contracting Office 9. The primary purpose is to extend the bid submission deadline to May 21, 2025, at 2 PM EDT. Additionally, there will be modifications to Bid Item II regarding Add Alternate 1, which pertains to a parking lot, with these changes to be confirmed in a subsequent amendment. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged. The document is formal and structured, including sections for acknowledgment and submission instructions, highlighting the procedural nature of government contracts and the importance of timely and accurate bidding processes. This amendment serves to ensure clarity and compliance in the procurement process, reflecting the continuing commitment of the government to maintain systematic transparency and order in federal contracting activities.
    The document outlines an amendment to a solicitation by the Department of Veterans Affairs for a project identified as "596-25-104 - CLC Road Repaving." The principal purpose is to officially remove Bid Item II (Add Alternate I) relating to the parking lot from the solicitation, thereby requiring bidders to focus solely on Base Bid Item I. The document specifies that all related documents, Requests for Information (RFIs), and references to Bid Item II should be disregarded in the bidding process. The bid opening date remains unchanged, set for May 21, 2025, at 2 PM ET, and no new RFI period will be initiated. All other terms and conditions of the solicitation remain intact. This amendment is crucial for ensuring clarity in the bidding process and to facilitate a focused proposal for the specified road repaving project.
    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.
    The document outlines the sign-in procedure for the site visit regarding Project 596-25-104, which pertains to the repaving of CLC Road at the Lexington Veterans Affairs Medical Center in Kentucky. Scheduled for April 14, 2025, at 10 AM EDT, this site visit is a prerequisite for prime contractors and their subcontractors who wish to participate in the project. The itemization of attendees—including their names, companies, contact numbers, and email addresses—demonstrates compliance with procedural necessities, as the completed sign-in sheet will be formally included in the contract file. This ensures that all prospective bidders adhere to the RFP requirements for federal projects. The organized format indicates a structured approach to vendor engagement, crucial for transparency and regulatory adherence within government contracting processes. The document reflects the initiative to maintain strict documentation standards for upcoming construction projects aligned with federal regulations.
    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.
    The document addresses the Request for Information (RFI) responses regarding the road repaving project at the CLC. It outlines numerous inquiries and clarifications needed by contractors, focusing on the scope of work (SOW) for both road and parking lot improvements. Key concerns include specifications for electrical work, road milling depths, asphalt thickness, full-depth repairs, and site lighting for a new parking lot. The VA is asked to provide detailed existing conditions, measurements, and specifications to ensure consistent bidding among contractors. Clarifications are needed regarding the parking lot layout, ADA compliance, and requirements for a detention basin. The document emphasizes that contractors are responsible for making observations and measurements, although some specific approximations for bidding are provided, such as 3,600 square feet of full-depth repairs. Additionally, elements like guardrail installation and drainage solutions are discussed. Electrical-related questions include the design requirements for new lighting poles and connections, highlighting the need for coordination in electrical planning. Overall, the document serves to ensure clarity and coherence in the bidding process for the project while addressing critical details necessary for compliant bids and successful project execution.
    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.
    The Lexington VA Medical Center has issued a Request for Proposals (RFP) for the CLC Road Paving project aimed at repairing and repaving access roads to the Community Living Center. The project includes three main bid items: the general construction of the road, an add alternate for a parking lot, and a second add alternate for full depth repaving. Each bid item specifies requirements for construction, labor, materials, and compliance with safety regulations. Work must be executed without blocking access to cottages at any time, ensuring safety and continuity of services for residents. The contractor must appoint a qualified superintendent and adhere to strict supervision and communication protocols throughout the project's duration. The completion timeline varies for each bid item, with penalties for delays stemming from late submittals or resubmissions. Additionally, the contractor is responsible for obtaining all necessary permits and ensuring compliance with federal, state, and local regulations. This project reflects the government's commitment to maintaining infrastructure that serves community health and welfare needs within the VA system.
    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.
    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.
    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.
    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.
    Similar Opportunities
    C1DA--596-26-2-5744-0001 - Replace & Repair Facade on Buildings
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the replacement and repair of building facades at the Lexington VA Healthcare System, Sousley Campus. The project involves extensive work, including repairing or replacing deteriorated brick, terra cotta, wood, and metal facades, as well as improving drainage systems and sealing masonry. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), has an estimated construction value between $5,000,000 and $10,000,000, with qualifications due by January 9, 2026, at 2:00 PM EST. Interested firms must submit their SF-330 packages electronically to Contracting Officer Matthew Whisman at matthew.whisman@va.gov, ensuring compliance with all submission guidelines and SBA verification requirements.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    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.
    Y1LB--656-24-205, Road Repair 2024 36C263-26-AP-1047
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for the Roads Repair 2024 project at the St. Cloud VA Medical Center in Minnesota, specifically under Project Number 656-24-205. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) database. The project entails the reconstruction of parking lot P111 (56,567 SQ. FT) and adjacent roadways (8050 SQ. FT), including the removal and replacement of asphalt and re-compaction of the base gravel course, with an estimated construction value between $1,000,000 and $2,000,000. The Invitation for Bid (IFB) is expected to be issued around March 9, 2025, with an award anticipated within 90 days of the bid opening. Interested bidders should contact Contracting Specialist Arielle Lifto at arielle.lifto@va.gov or 651-293-3031 for further information.
    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.
    Z1DA--Construct Mobile Imaging Pad 540-24-104 Clarksburg, WV VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the construction of a Mobile Imaging Pad at the Louis A. Johnson VA Medical Center in Clarksburg, WV, under project number 540-24-104. This project, estimated to cost between $500,000 and $1,000,000, involves site preparation, demolition of existing structures, and the construction of a concrete pad with necessary utility connections for a mobile imaging trailer, all in compliance with VA construction standards and local building codes. The work is critical for enhancing medical imaging capabilities at the facility, ensuring that services are delivered efficiently and safely to veterans. Interested contractors, particularly Service-Disabled Veteran Owned Small Businesses, must attend a mandatory pre-bid site visit on December 2, 2025, with bids due by 1:00 PM EST on December 31, 2025. For further inquiries, contact Contract Specialist Aaron Z. Morrison at Aaron.Morrison@va.gov.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a 93,200-square-foot gravel parking lot with 320 spaces at the Dayton VA Medical Center, as part of a project aimed at expanding staff parking. The contractor will be responsible for all labor, materials, and equipment necessary for site preparation, grading, gravel installation, and the placement of parking blocks, adhering to federal, state, local, VA, and OSHA standards. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated contract value between $250,000 and $500,000. Proposals are due by January 22, 2026, at 10:00 AM local time, and interested bidders are encouraged to attend a site visit on December 18, 2025. For further inquiries, contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov.
    Y1DA--NRM-CONST 630A4-20-412 Repair Parking Lots and Roads SA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified construction firms to undertake the repair of parking lots and roads at the St. Albans VA Medical Center located in Queens, New York. The project involves comprehensive work including asphalt removal and replacement, resurfacing, striping, grading, curb and gutter repair, drainage improvements, and site restoration, all adhering to VA and manufacturer specifications. This initiative is crucial for maintaining safe and accessible facilities for veterans and staff, with an estimated construction cost ranging from $5,000,000 to $10,000,000. Interested contractors must be Service-Disabled Veteran-Owned Small Business Certified (SDVOSBC), registered with SAM.gov, and comply with all relevant VA regulations and safety standards. A site visit is strongly encouraged, and the solicitation is anticipated to be issued around December 19, 2025. For further inquiries, contact Torell Camp at Torell.Camp@va.gov or call 718-584-9000.
    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.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the expansion of the B330 Staff Parking Lot at the Dayton VA Medical Center, under project number 552-26-502. The project entails constructing an approximately 93,200 square foot gravel parking lot that will accommodate around 320 parking spaces, thereby enhancing the existing staff parking area. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated construction cost ranging from $250,000 to $500,000, and a projected period of performance of 90 calendar days. The solicitation is expected to be posted on SAM.gov around November 14, 2025, with proposals due approximately 30 days thereafter; interested parties should contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov for further inquiries.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.