Y1DA--FY25: NRM (PROJ: 673-21-149) BB Convert 6 West to Private Patient Rooms
ID: 36C24824R0177Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a construction project aimed at converting the 6th-floor West Wing of the James A. Haley VA Hospital in Tampa, Florida, into private patient rooms. The project involves extensive renovations, including the complete demolition of existing structures, upgrades to mechanical, electrical, and plumbing systems, and minor asbestos abatement, all while adhering to strict safety and operational protocols to minimize disruption to hospital services. This initiative is crucial for enhancing the healthcare environment for veterans, ensuring compliance with federal regulations and safety standards throughout the construction process. The anticipated contract value ranges between $5 million and $10 million, with proposals due by 2:00 PM EST on November 4, 2024. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Contract Specialist David M Hernandez at David.Hernandez1@va.gov for further details.

    Point(s) of Contact
    David M HernandezContract Specialist
    David.Hernandez1@va.gov
    Files
    Title
    Posted
    The project outlined in the Statement of Work (SOW) focuses on converting the 6th floor West Wing of the James A. Haley VA Hospital in Tampa, Florida, into private patient rooms. The renovation involves complete demolition and remodeling of the inpatient wing, including wall removals, system upgrades (mechanical, electrical, plumbing), and minor asbestos abatement. The contractor must adhere to strict operational hours and follow all compliance regulations set by the Department of Veterans Affairs. Key responsibilities include providing qualified personnel, ensuring worker identification, managing safety protocols, and maintaining the overall facility operation during construction. Additionally, contractors must address data security, complete required training, and uphold confidentiality in handling sensitive information. Changes to the project scope are controlled through formal communication with the Contracting Officer. The project demonstrates the VA's commitment to enhance patient care environments while adhering to high safety and regulatory standards.
    The document outlines the structural calculations and design criteria for the VA Tampa 6 West project at 13000 Bruce B Down Blvd, Tampa, FL. Prepared by Kimley-Horn & Associates, the primary focus is to assess the existing steel framework for the new mechanical loads being introduced on the 6th and 7th floors, including the installation of patient lifts. The design criteria include detailed load assessments, specifying dead loads and live loads for patient rooms and mechanical units. Calculations indicate that the existing steel members can accommodate the additional loads as the percentage increase is less than 5%, adhering to the International Existing Building Code standards. Comprehensive capacity checks for various beams and supports were conducted, ensuring they can handle concentrated loads from mechanical systems and lifts. The document concludes with technical notes on load combinations and stress ratios, ultimately demonstrating the project's alignment with structural safety and engineering standards. This assessment is essential in maintaining the structural integrity of healthcare facilities, emphasizing the importance of thorough evaluations in government-funded infrastructure projects.
    The James A. Haley VA Hospital in Tampa, Florida, is initiating a renovation project (Project No. 673-21-149) to convert its 6th-floor West Wing into private patient rooms. This comprehensive remodel involves the full demolition of existing structures, including walls, finishes, and mechanical systems, and addresses potential asbestos hazards. New installations will encompass modern walls, finishes, mechanical, electrical, plumbing, and structural systems, prioritizing patient privacy and safety. Infection control measures will be strictly observed throughout the construction process, including isolation of the HVAC system, the creation of critical barriers, and maintenance of negative air pressure. The directive emphasizes collaboration with the contracting officer representative for site coordination, ensuring minimal disruption to hospital operations. The project adheres to various building codes and safety standards while accommodating multiple alternatives such as metal lockers procurement and the use of epoxy finishes. Overall, this renovation underscores the VA's commitment to enhancing healthcare facilities for veterans.
    The Department of Veterans Affairs is initiating a renovation project titled "Convert 6 West to Private Patient Rooms" at the James A. Haley VA Hospital in Tampa, FL. The project aims to prepare the site for construction, involving extensive demolition, electrical, and mechanical work to create private patient rooms from existing spaces. It emphasizes adherence to safety and health regulations throughout the construction process, insisting on compliance with VA security protocols and rigorous pre-execution planning. Contractors must submit detailed project plans, including phasing and scheduling, to ensure minimal disruption to hospital operations which must continue uninterrupted 24/7. Additionally, a comprehensive waste management and disposal strategy will be implemented, alongside required inspections and testing of all newly installed systems. The document outlines specific responsibilities of the Contractor regarding security measures, site management, and the completion of as-built drawings post-construction. Overall, this project signifies the VA's commitment to enhancing patient care environments while maintaining the highest safety and operational standards.
    The document outlines the specifications and inventory of required furnishings and equipment for the Medical/Surgical Patient Care Unit (MS PCU) managed by the Department of Veterans Affairs. It details various types of rooms and areas within the facility, including reception areas, consult rooms, family lounges, patient bedrooms, isolation rooms, and nurse stations. A comprehensive list categorizes the items needed, indicating quantities and acquisition/installation types—denoted by codes such as "VV" for Visionary or "CC" for Contractor-Complicated. Key items range from general furnishings like chairs, tables, and televisions to specialized medical equipment including monitors, IV stands, and various dispensers. The document showcases the VA’s commitment to providing a well-equipped and functional environment for patient care, emphasizing adherence to safety and health regulations. This structured approach assists in the procurement process for government contracts and grants, ensuring clarity and compliance with federal standards for healthcare facilities. The overall aim is to create an effective and supportive atmosphere for veterans receiving medical care while also facilitating the operational needs of healthcare staff. This aligns with the government's objective of enhancing veterans' healthcare services and facilities.
    The document outlines the specifications for the installation of a Nurse Call and Code Blue Communication System within a healthcare facility, in accordance with National Fire Protection Association and Occupational Safety and Health Administration standards. It includes responsibilities for design, engineering, testing, and installation, emphasizing compliance with applicable federal, state, and local laws. The system must facilitate efficient communication for emergency alerts, ensuring it is free of defects and operationally ready upon completion. Key requirements include documentation and certification from contractors, equipment warranties, and the necessity for integration with existing systems while maintaining rigorous safety compliance. Overall, the project aims to enhance patient safety through the implementation of advanced communication technologies, ensuring a reliable and efficient emergency response system across the facility.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for a construction project aimed at converting the 6 West wing of the James A. Haley Veterans Hospital in Tampa, Florida, into private patient rooms. The anticipated contract value ranges between $5 million and $10 million, with a mandatory performance timeline of 420 days after receiving a notice to proceed. The proposal is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Key details include the project's scope, which necessitates site preparation, demolition, and complete renovation, following specified design documents. Potential contractors are instructed to attend a site visit on October 17, 2024, and submit Requests for Information by October 24, 2024. All proposals must be submitted by 2:00 PM EST on November 4, 2024. Compliance with federal regulations regarding wage determinations and equal employment opportunity is also emphasized, alongside requirements for bonding and registration in the System for Award Management (SAM). The overarching purpose of this document is to solicit bids from qualified contractors to enhance healthcare infrastructure for veterans while ensuring equal opportunities and compliance with federal project standards.
    The Presolicitation Notice outlines the Department of Veterans Affairs' plans to remodel an inpatient wing at the James A. Haley VA Hospital in Tampa, Florida, into private patient rooms. It acts as a pre-solicitation notification, providing potential Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors with project details ahead of the formal solicitation. The SDVOSB set-aside is for demolition and renovation work, including asbestos abatement, new construction, and installation of various systems. With a projected cost between $5 million and $10 million, the VA aims to award the contract to an eligible SDVOSB following a competitive solicitation process. Interested parties are encouraged to respond to the notice and stay registered in the System for Award Management (SAM.gov) and SBA Veteran Small Business Certification (VetCert) databases. The formal solicitation is expected to be posted in late January 2024.
    The provided document outlines a detailed cost breakdown associated with a government construction project, including classifications of labor and material costs across multiple divisions. It features sections for various construction elements such as masonry, metals, concrete, plumbing, HVAC, and electrical work among others, but does not specify actual figures, indicating that costs have yet to be determined or entered. The document serves as a template for responses to Request for Proposals (RFPs) that may be issued at federal, state, or local levels. It emphasizes a structured approach to cost estimation by dividing the project into various divisions, allowing for comprehensive financial planning. Each division encompasses essential construction components, reflecting the organized methodology required for government projects involving federal grants and contracts. Further, the document incorporates sections for overhead, profit margins, and bonding costs, highlighting the multi-faceted nature of project budgeting. The overall purpose is to adhere to government standards in funding and procurement processes, ensuring transparency and accountability in project financing.
    The Experience Information Sheet, identified by project number 36C24823R0186, serves to collect comprehensive data from contractors regarding their experiences with awarded contracts. It outlines essential information such as contractor details, project title and location, the nature of the work performed (either as a prime contractor or subcontractor), and the percentage of work completed. Contractors are required to specify any difficulties faced, unforeseen conditions encountered, and how these were resolved. Additionally, the form requires details on the contract performance period, completion dates, and project costs, including original and final contract prices, as well as reasons for any discrepancies. The document is structured to allow for a meticulous assessment of a contractor's relevant experience, which is critical within the context of federal RFPs and grants, ensuring informed decision-making for project awards. This form aims to standardize the submission of relevant contractor experience data for evaluation purposes.
    The "Pre-Award Contractor Safety and Environmental Record Form" assesses contractors’ safety and environmental compliance as part of federal and state procurement processes. Companies are required to provide their OSHA 300 form data for the years 2020, 2021, and 2022, including the total man-hours worked, the number of cases resulting in days away from work or restricted activities, the Days Away, Restricted, or Transferred (DART) rate, and details on any serious OSHA or EPA violations within the last three years. Additionally, companies must disclose who manages their Safety and Health Program and provide their Experience Modification Rate (EMR) from the past three years—an EMR of 1 or less being a prerequisite for consideration. The document serves to ensure contractors maintain high safety standards and comply with environmental regulations, reflecting the government's commitment to safety in funded projects. All required documentation and explanations for any violations must be attached, reinforcing transparency and accountability in the contracting process.
    The document outlines the "VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction," mandating compliance with specific subcontracting requirements for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It stipulates that contractors must adhere to varying subcontracting limits based on the type of contract: a maximum of 50% for services, 85% for general construction, and 75% for special trade construction, excluding materials. Contractors must certify their compliance and acknowledge the potential legal repercussions of non-compliance, including criminal or administrative penalties. The VA retains the right to review documentation for compliance verification during and after contract execution. Contractors must submit the completed certification with their bids, and failure to do so renders their offers ineligible for consideration. This policy aims to ensure that government contracts are significantly awarded to certified veteran-owned businesses, promoting efficiency and adherence to federal regulations within the contracting process.
    The document provides the General Decision Number FL20240208 for construction projects in Hillsborough County, Florida, specifying prevailing wage rates under the Davis-Bacon Act. It outlines minimum wage requirements based on Executive Orders 14026 and 13658, applicable depending on contract award dates and renewals. The document lists various classifications and corresponding wage rates for labor in building construction, including various trades like asbestos workers, electricians, and plumbers, emphasizing the required minimum wages for covered workers. It specifies the applicability of the Executive Orders for contracts awarded on or after January 30, 2022, and reiterates that contractors must adhere to these wage standards, which are subject to annual adjustments. The document also discusses the appeals process for wage determination and classification disputes, indicating how contractors and interested parties can seek reconsideration or appeal decisions made regarding wage determinations. Overall, this document serves as a guideline for federal contractors in understanding wage expectations, labor classifications, and compliance responsibilities in government-funded construction projects, ensuring fair compensation and worker protection as mandated by federal law.
    Similar Opportunities
    Z1DA--607-22-101 Renovate Inpatient Ward 7B (VA-25-00007172)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of Inpatient Ward 7B at the William S. Middleton Memorial VA Hospital in Madison, Wisconsin, under project number VA-25-00007172. This project, with a budget ranging from $5 million to $10 million, aims to modernize hospital facilities while ensuring compliance with federal regulations and prioritizing participation from service-disabled veteran-owned small businesses (SDVOSB). The renovation will encompass comprehensive upgrades across various construction disciplines, including architectural, mechanical, and electrical systems, to enhance patient care environments. Interested bidders must submit their proposals electronically by 12:00 PM local time on October 11, 2024, and can direct inquiries to Contracting Officer John J Meyers at john.meyers2@va.gov.
    V999--Relocation and Removal Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Relocation and Removal Services at the James A. Haley Veterans' Hospital in Tampa, Florida. The procurement aims to identify contractors capable of managing the disassembly and reassembly of furniture, as well as the movement of medical and non-medical equipment, while excluding personal belongings. This initiative is crucial for maintaining operational efficiency and supporting the VA's mission to serve veterans effectively. Interested parties must submit their qualifications, including business size classification and contact information, by October 10, 2024, to Contracting Officer Jose E. Ortiz-Velez at Jose.Ortiz-Velez@va.gov.
    TIERED SET-ASIDE EVALUATION: Project Number 546-22-110 - B-B Renovate/Expand Existing Boiler Plant
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for Project Number 546-22-110, which involves the renovation and expansion of the existing Boiler Plant at the Miami Veterans Affairs Healthcare System (MVAHCS). The project aims to address HVAC deficiencies and improve maintenance access by constructing a new two-story utility building, totaling approximately 10,000 square feet, adjacent to the current facility. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), with an estimated construction cost between $20 million and $50 million and a completion timeframe of approximately 730 days from the notice to proceed. Interested contractors should direct inquiries via email to Dian E. Williams at Dian.Williams@va.gov or Jean Olivier Pierre at jean.pierre1@va.gov, as telephone calls will not be accepted.
    Y1DA--675-22-701 EHRM Infrastructure Upgrades Construction Lake Baldwin (Orlando)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Lake Baldwin VA Medical Center in Orlando, Florida. This initiative aims to enhance the facility's telecommunications and operational capabilities by upgrading mechanical, plumbing, electrical, and fire safety systems across various buildings, with a construction magnitude estimated between $10 million and $20 million. The project is critical for modernizing healthcare infrastructure to improve service delivery for veterans while ensuring compliance with safety and environmental regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals electronically, with a mandatory site visit scheduled for September 12, 2024, and a completion timeframe of 600 calendar days post-notice to proceed. For further inquiries, contractors can contact Shawn A Tavernia at shawn.tavernia@va.gov or Bridget May at bridget.may@va.gov.
    Z1DA--PROJECT 546-24-119, Bid-Build (BB) Replace Roof in Building 7 at Miami VAHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to undertake the project titled "Replace Roof in Building 7 at Miami VAHCS," identified as Project 546-24-119, located at the Miami VA Healthcare System in Florida. The project entails comprehensive roofing services, including the demolition of existing roofing systems and the installation of new roofing materials, specifically a cold adhesive SBS modified bituminous membrane, while ensuring compliance with the Buy American Act and maintaining safety regulations. This procurement is crucial for enhancing the structural integrity and efficiency of the facility, with an estimated contract value between $1,000,000 and $5,000,000, and a total project duration of 240 calendar days post-award. Interested contractors should contact Contract Specialist Michael C Zorzi at Michael.Zorzi@va.gov for further details and to ensure compliance with all submission requirements.
    Z2DA--589-22-885 Expand Sterile Processing Service Space to Meet Requirements
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the project titled "Expand Sterile Processing Service Space to Meet Requirements" at the Kansas City VA Medical Center. This initiative aims to renovate approximately 18,000 square feet of space to enhance the Sterile Processing Services, which is critical for maintaining infection control and supporting surgical operations within the facility. The project involves comprehensive construction activities, including demolition, installation of new systems, and upgrades to existing infrastructure, all while adhering to strict safety and health regulations due to the active medical environment. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by October 22, 2024, and can direct inquiries to Contract Specialist David S. Sterrett at david.sterrett@va.gov. The estimated contract value ranges between $10 million and $20 million.
    Z2DA--Renovate Halls, Walls, Ceilings
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of halls, walls, and ceilings in Building 1 at the Durham VA Medical Center, under solicitation number 36C24624B0005. The project aims to upgrade the existing infrastructure while ensuring minimal disruption to hospital operations, involving comprehensive work such as demolition, hazardous material remediation, and installation of new finishes, HVAC, and electrical systems. This initiative is crucial for enhancing the medical facility's standards and operational integrity, with an estimated contract value between $2,000,000 and $5,000,000, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses. Interested contractors must submit sealed bids by January 16, 2025, following a mandatory site visit on December 4, 2024, and should direct inquiries to Contract Specialist Alice Custis at Alice.Custis@va.gov.
    Y1LZ--573-339 BB Expand Vertical Parking Garage #2 (Independence) Minor Construction - Gainesville VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for a Firm-Fixed-Price contract for the construction of the Expand Vertical Parking Garage 2 at the Gainesville VA Medical Center in Florida. This project involves the expansion of the garage to include additional levels, installation of pedestrian control grilles, elevated driveways, and various construction tasks such as paving, grading, and electrical work. The initiative is part of the VA's commitment to enhancing facilities for veterans and will be exclusively open to Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project magnitude between $10 million and $20 million. The solicitation is anticipated to be released in early to mid-November 2024, and interested parties must direct inquiries via email to Sharese McKinney at Sharese.McKinney@va.gov, as telephone calls will not be accepted.
    Z1DA-- 529-22-101 Replace Bldg. #7 Master Control Panel
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of the Master Control Panel in Building 7 at the Butler VA Medical Center, designated as Project 529-22-101. The procurement aims to select a contractor to provide comprehensive construction services, including demolition and installation, while adhering to strict safety, environmental, and regulatory standards. This project is critical for maintaining operational efficiency and safety within the facility, ensuring that services to veterans are not disrupted during the upgrade process. Proposals must be submitted electronically by November 1, 2024, at 3:00 PM EST, with an estimated contract value between $5 million and $10 million. Interested contractors can contact Amanda M. Murphy at amanda.murphy5@va.gov for further details.
    Z1DZ--509 Window Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of 25 window panels at Building 509 of the Richmond VA Medical Center, specifically within the 3D Print Lab. The project requires contractors to manage all aspects of construction, ensuring compliance with VA standards, quality assurance, safety protocols, and infection control measures, all while minimizing disruption to healthcare services. This initiative underscores the VA's commitment to providing a safe and effective care environment for Veterans, with an estimated project cost between $25,000 and $100,000 and a completion timeline of 45 calendar days post-award. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers electronically by October 31, 2024, and can direct inquiries to Contract Specialist Donteana R Gibbs at Donteana.Gibbs@va.gov.