Z2DA-- Repair Hillside Slip 540-23-104 Clarksburg VAMC
ID: 36C24524B0023Type: Solicitation
AwardedJan 22, 2025
$357.5K$357,461
AwardeeArrow Consulting and Services, LLC WASHINGTON 15301
Award #:36C24525C0053
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the "Repair Hillside Slip" project (Project Number 540-23-104) at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. The project aims to stabilize a hillside slip by installing Geopier SRT Plate Piles, with a construction timeline of 90 days following the Notice to Proceed. This initiative is critical for ensuring the safety and accessibility of the medical facility, which serves veterans, and emphasizes adherence to strict safety, health, and environmental protocols throughout the construction process. Bids are due on January 7, 2025, with a public bid opening scheduled for the same day; interested contractors should contact Contract Specialist Aaron Z Morrison at Aaron.Morrison@va.gov for further details.

    Point(s) of Contact
    Aaron Z MorrisonContract Specialist
    Aaron.Morrison@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued a solicitation for a construction project titled "Repair Hillside Slip," designated as Project Number 540-23-104. This project entails designing, furnishing, and installing Geopier SRT Plate Piles at the VA Medical Center in Clarksburg, WV, to stabilize a hillside slip. The contractor is required to complete the work within 90 days of receiving the Notice to Proceed while adhering to strict safety, health, and infection control measures due to the proximity to an active medical facility. The solicitation encourages bidders to inspect the site and emphasizes that the project is a 100% Service-Disabled Veteran Owned Small Business Set-Aside. Bids will be due on January 7, 2025, and a public bid opening will occur that same day. Contractors must acquire all necessary licenses and obtain permits related to the work, ensuring compliance with state and local regulations. Additionally, all work must be completed in accordance with detailed technical specifications and safety protocols to protect both the site and surrounding operations.
    The Department of Veterans Affairs intends to issue an Invitation for Bids (IFB) for the "Repair Hillside Slip" project at the Louis A. Johnson VA Medical Center in Clarksburg, WV. This initiative requires contractors to provide all necessary labor, materials, and supervision for the construction services over a performance period of 90 days. The project, estimated between $250,000 and $500,000, is set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB), with a NAICS Code of 236220. Interested bidders must register in the System for Award Management (SAM) and obtain the solicitation information solely through the SAM website. A pre-bid site visit is scheduled, with details to be announced. All inquiries must be submitted in writing to the designated Contracting Officer, Aaron Morrison. The contract will be awarded based on the availability of funds, highlighting the government's preference for veteran participation in federal contracts. The notice emphasizes the importance of verifying updates online, reiterating that the government is not liable for missed notifications.
    This document is an amendment to the solicitation concerning the "Repair Hillside Slip" project (Project Number 540-23-104) being administered by the Department of Veterans Affairs, Network Contracting Office 5. The amendment addresses responses to Requests for Information (RFIs) submitted by December 11, 2024. It includes the updated Statement of Work (SOW), specifications, diagrams, a Full Geo Tech Report, and a Brand Justification document. The public bid opening is scheduled for January 7, 2025, at 3 PM in Clarksburg, WV, with a reminder that electronic submissions will not be accepted. The amendment urges bidders to ensure they are aware of any amendments via the SAMS website and specifies that pricing should use the bid schedule in the solicitation. While this document details necessary amendments and responses to inquiries, it confirms that all other conditions of the solicitation remain unchanged. The amendment reflects the government’s commitment to transparency and thoroughness in the bidding process, facilitating compliance with procurement protocols.
    The VHA Infection Control Risk Assessment (ICRA) template serves as a guideline for assessing infection control measures during construction, renovation, and maintenance activities at VA facilities. It outlines a systematic approach to categorize activities and evaluate patient risk levels to determine necessary infection precautions. Users complete four primary steps to identify activity type, affected areas, patient risk categories, and required infection control precautions before project initiation. The template categorizes activities into four levels—A through D—based on duration, type of work, and patient exposure risks, with corresponding infection prevention and control levels ranging from I to IV. The document emphasizes the importance of conducting activities without generating dust, implementing measures to control airborne contaminants, and maintaining safe interactions with the HVAC and potable water systems. Lastly, a permit form for specific projects is mandated for higher risk categories, ensuring the implementation of the outlined infection control measures. This framework reflects the VA's commitment to maintaining safe environments for patients and staff during facility upgrade processes, aligning with regulatory standards in health care construction projects.
    The VHA Pre-Construction Risk Assessment (PCRA) template serves as a crucial guideline for evaluating risks associated with construction, renovation, and maintenance activities within healthcare facilities. It outlines minimum requirements for categorizing activities based on their potential safety risks to patients, employees, and contractors. Each activity must include comprehensive communication and coordination plans, starting from the planning phase, to ensure that all affected areas are considered. The PCRA specifically focuses on non-infection-related safety, requiring collaboration with the VHA Infection Control Risk Assessment (ICRA) when necessary. The document also details control measures categorized by activity type: small-scale, large-scale, and inspection/upkeep, enhancing safety through specific protocols such as regular site inspections, hazard communication, and detailed planning for adjacent affected areas. Control measures must be implemented before work begins and maintained until completion. The example project highlighted in the PCRA is a small-scale initiative involving hillside stabilization adjacent to a parking garage, presenting low risks but requiring careful dust and noise management due to proximity to occupied areas. Overall, the PCRA reinforces the commitment to maintaining safe environments during construction activities in VA facilities.
    The document presents a Brand Name Justification related to procurement for construction work at the Clarksburg VA Medical Center. It establishes that the Geopier SRT Pile system is specifically required due to its unique features, which are crucial for the project’s successful completion. Compliance with Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) specifies that market research confirmed no alternate products sufficiently meet the agency's needs. The justification highlights that the general contractor must possess expertise in this proprietary system, which is developed by GeoPier Company and manufactured in the USA. The document also includes approval signatures from the Contracting Officer and Contracting Officer Representative, affirming the necessity of using the specified brand for project execution. This justification reinforces the government's objective to ensure effective project delivery by relying on trusted and qualified products while addressing regulatory requirements related to federal RFPs and procurement processes.
    The document appears to be a corrupted data entry that lacks coherent information related to any specific government request for proposal (RFP) or grant. However, inferred from the initial segments, it seems to involve data or entries related to federal or local government projects, possibly indicating project specifications, guidelines, or budget information. Common elements found in such documents usually include project objectives, budget considerations, evaluation criteria, compliance requirements, and deadlines for submissions. Given the fragmented nature and encoded text, it may contain metadata or formatted strings, which could be typical for RFP submissions or grant applications. These documents are crucial as they guide contractors and agencies in fulfilling governmental obligations while also ensuring accountability and proper resource allocation. As an analytical evaluation, this document could potentially serve various administrative functions but does not present clear or actionable information due to its corrupted state.
    The document comprises responses to pre-bid RFIs for the Repair Hillside Slip Project #540-23-104, issued by the Department of Veterans Affairs (VA). Key concerns addressed include the necessity of compaction benching, the requirement for embedding plate piles into weathered rock, and protocols for photography and inspections. The VA confirms that compaction benching is mandatory, and plate piles must have a minimum 2-foot embedment, with predrilling required if conditions dictate. The document clarifies permitting requirements, emphasizing adherence to WVDOH guidelines, and outlines that commercial photography is not mandatory but significant documentation is expected. The document also addresses staffing requirements, confirming that the superintendent may serve as Safety and Health Officer (SSHO) and that additional permits are necessary for environmental compliance. Questions regarding the engagement of Ground Penetrating Radar, potential rock encounters during excavation, and ongoing site stability during construction were also clarified, indicating that the plans are robust enough for anticipated conditions. The document concludes with references to timelines, emphasizing that requests for extensions to the 90-day period of performance will be evaluated post-award, showcasing a commitment to ensuring the project adheres to regulatory and safety standards throughout the construction process.
    The "Repair Hillside Slip" project at the LAJVAMC Exterior Campus aims to implement Geopier SRT Plate Pile installation as part of a hillside stabilization effort. This 90-day construction project involves site preparation, demolition, and installation work to mitigate a hillside slip adjacent to the active VA Medical Center in Clarksburg, WV. Bidders must develop a comprehensive mobilization plan, secure permits, and adhere to infection prevention measures throughout the project's duration. The contractor is responsible for all aspects of the construction, including site-specific traffic control and compliance with all VA regulations and local codes. Key elements include maintaining patient safety, minimizing service disruptions, and ensuring environmental protection and proper waste disposal. Additionally, coordination with the VA’s Contracting Officer’s Representative (COR) is essential for project management. The project emphasizes adherence to safety protocols and efficient operations to uphold ongoing medical facility functions.
    The Hillside Slip Project involves essential repairs and management at the Louis A. Johnson Veterans Affairs Medical Center in Clarksburg, WV. The project focuses on addressing a landslide and improving the site's stability through a series of engineering interventions, including geotechnical assessment and erosion control. Key contractors involved include Integrity Federal Services (civil engineering), ECS Mid-Atlantic (geotechnical engineering), and CB Design Group (architectural management). The bid documents outline the project’s requirements: comprehensive geotechnical analysis, erosion and sediment control measures, and construction laydown and traffic control plans. It emphasizes the necessity of securing proper permits from the West Virginia Department of Transportation and coordinating water runoff strategies to minimize environmental impact. The construction will comply with federal and state regulations, ensuring safety and sustainability throughout the process. Overall, the project aims to enhance the infrastructure while safeguarding the health of the environment and the public, reflecting the VA's ongoing commitment to maintaining its facilities and supporting veterans effectively.
    The Hillside Slip Project at the Louis A. Johnson VA Medical Center in Clarksburg, WV, is focused on addressing landslide risk and improving site stability. The project involves a comprehensive plan comprising a series of bid documents detailing the necessary construction, civil and geotechnical engineering efforts. Key elements include a construction laydown plan, a traffic control plan, and erosion and sediment control measures that adhere to West Virginia regulations. Consultants such as Integrity Federal Services and ECS, Mid-Atlantic are engaged for civil and geotechnical engineering services, respectively. The project emphasizes compliance with erosion control best practices, sediment management during construction, and the need for environmental protection measures. Various construction techniques, including subsurface drainage systems and proper soil stabilization methods, are outlined to manage runoff and ensure site safety. The document serves as a framework for contractors, guiding them through the regulatory processes required by state and federal standards. It underscores the VA's commitment to maintaining safe, accessible healthcare facilities for veterans while ensuring ecological compliance throughout the construction process.
    The document outlines the bid submission specifications for the "Repair Hillside Slip" project at the Louis A. Johnson VA Medical Center (VA Project #540-23-104). Prepared by CB Design Group, the bid serves as an invitation for contractors to carry out specific construction work with a construction duration set for 90 days following the Notice to Proceed. Key elements include comprehensive general and site-specific requirements, safety standards, and security protocols to protect sensitive areas. The project emphasizes the necessity for bidders to have a clear understanding of the existing site conditions, emphasizing the evaluation of subsurface materials prior to bid submission. Contractors are required to submit project schedules utilizing the Critical Path Method (CPM) and must coordinate thoroughly with the West Virginia Department of Highways (WVDOH) for traffic control plans and permits. Photographic documentation of construction progress is another crucial requirement, ensuring transparency and compliance throughout the project lifecycle. Overall, the document serves to establish a structured framework for conducting renovations while maintaining site safety, regulatory compliance, and operational continuity within the medical facility, thereby illustrating the VA's commitment to infrastructure improvement and veteran services.
    The document outlines the bid specifications for the "Repair Hillside Slip" project at the Louis A. Johnson VA Medical Center in Clarksburg, WV, under VA Project #540-23-104. It covers key requirements for bidders, emphasizing that the contractor must prepare the site for construction, manage safety protocols, and adhere to the General Requirements that detail the responsibilities during the project. Bidders are urged to visit the site before submitting proposals. The scope includes general construction tasks, site mobilization plans, and obtaining necessary permits. A significant focus is placed on security protocols surrounding the project, compliance with environmental controls, and managing utilities efficiently. The contractor must also develop a detailed Project Schedule employing Critical Path Method (CPM) for scheduling and reporting purposes. The meticulous requirements reflect the government's commitment to ensuring safety, quality, and regulatory compliance throughout the construction process, while maintaining the operational integrity of the medical center. Overall, this document serves as a comprehensive guide for contractors interested in submitting bids for the project, ensuring alignment with federal and VA standards.
    The document outlines specifications for a construction project, specifically the "Repair Hillside Slip" initiative managed by Claire O'Connor, AIA. Updated as of July 24, 2024, the file includes general requirements, safety protocols, and quality control measures, segmented into categorized specifications. Key sections cover project scheduling, submittals of shop drawings, and safety plans, detailing required documents such as environmental protection plans, accident prevention plans, and testing reports that contractors must submit. It emphasizes the importance of adhering to established standards, conducting thorough inspections, and maintaining compliance with environmental regulations throughout the project's lifecycle. The structured submission register facilitates tracking of required documents, ensuring organized workflows and accountability. This initiative illustrates the federal government's emphasis on safe, quality construction practices while mitigating environmental risks, aligning with federal RFP protocols and local regulations.
    ECS Mid-Atlantic, LLC performed a subsurface exploration and geotechnical engineering analysis at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia, following a landslide in summer 2022. The exploration aimed to assess slope conditions and provide slope repair recommendations essential to stabilize the site. Two test borings were conducted to explore subsurface conditions, revealing a composition of weathered siltstone and various soil types typical of landslide-prone areas. Groundwater was observed at depths of about 20 feet. The report identifies three potential repair concepts that achieve a safety factor of 1.5: a Reinforced Soil Slope (RSS), Rock Buttress, and the Geopier SRT® system, each incorporating specific geotechnical measures such as geo-grids and structural fill materials. The analysis emphasizes the importance of careful site preparation, suitable materials, and ongoing monitoring during construction to ensure stability and avoid future landslides. Final design and construction drawings will follow separately. This report serves as a comprehensive foundation for addressing the site's geological challenges and aims to secure funding and approvals for necessary remedial actions.
    Similar Opportunities
    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.
    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--Repair Parking Garage Tendon 757-24-204 - Construction - VAACC Columbus
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the repair of the parking garage tendon at the Columbus VA Medical Center under project number 757-24-204. This construction project involves the repair and restressing of damaged beam tendons, requiring adherence to VA Master Specifications, detailed drawings, and a comprehensive project management plan that includes a Critical Path Method (CPM) schedule and strict security protocols to minimize disruption to the Medical Center's operations. The bid opening is scheduled for December 22, 2025, at 1 PM EST, and interested contractors can obtain further details by contacting Contracting Officer Stanley Burdine at stanley.burdine@va.gov or by phone at 614-388-7827.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. The project entails the removal and replacement of an old trench cap, requiring contractors to provide all necessary labor, materials, equipment, and supervision while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the medical center, ensuring minimal disruption during construction activities. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, interested parties may contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project located at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project is crucial for enhancing the data management capabilities of the VA, with an estimated cost between $5,000,000 and $10,000,000. Interested bidders must submit their proposals electronically by January 8, 2026, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Y1PZ--603-26-103 - Repair Storm and Snow Damage
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to undertake the "Repair Storm and Snow Damage" project at the Robley Rex VA Medical Center in Louisville, KY. The project involves various repair tasks, including culvert repair, parking lot curb replacement, fence repair, tree and limb removal, and drainage improvements, with an estimated contract value between $25,000 and $100,000. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and emphasizes compliance with safety, regulatory, and environmental standards. Interested contractors must submit their bids by January 6, 2026, following a site visit on December 12, 2025, and are encouraged to direct inquiries to Contract Specialist Robert Glenn at Robert.Glenn2@va.gov.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    Z1DA--RENOVATE 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.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.