H399--Roof Inspection and Maintenance in support of the Lebanon VA
ID: 36C24425Q0531Type: Combined Synopsis/Solicitation
AwardedAug 5, 2025
$640.5K$640,500
AwardeeIntegrity and Honor LLC Los Angeles CA 90019 USA
Award #:36C24425P0600
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

INSPECTION- MISCELLANEOUS (H399)

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 from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for roof inspection and maintenance services at the Lebanon Veterans Affairs Medical Center (VAMC). The procurement includes bi-annual inspections, maintenance of various roof types, and on-call emergency services, with an emphasis on ensuring the integrity and safety of the facility's roofing infrastructure. This contract is vital for maintaining the operational standards of veteran services and is set to commence on June 22, 2025, with an option for renewal over four subsequent periods. Interested contractors must submit their proposals by May 20, 2025, at 1:00 PM Eastern Time, and can direct inquiries to Contract Specialist Lakeisiha Davenport at Lakeisiha.Davenport@va.gov or by phone at 412-822-3777.

    Point(s) of Contact
    Lakeisiha DavenportContract Specialist
    (412) 822-3777
    Lakeisiha.Davenport@va.gov
    Files
    Title
    Posted
    The document outlines a Combined Synopsis/Solicitation Notice for roof inspection and maintenance services at the Lebanon Veterans Affairs Medical Center (VAMC). The contracting office is located in Pittsburgh, PA, and the proposal is set for submission by May 8, 2025, at 1:00 PM Eastern Time. This solicitation is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and pertains to a service category coded H399 under the NAICS classification 561790. Supporting documents related to the Request for Quotation (RFQ) and site visit information are referenced, indicating that interested contractors should review them for detailed requirements. The jurisdiction of this project lies within the U.S. Department of Veterans Affairs, emphasizing the agency's commitment to maintaining its facilities. The contact person for this solicitation is Contract Specialist Lakeisiha Davenport, who can be reached via email or phone for further inquiries. This notice reflects the government's efforts to procure necessary maintenance services while supporting veteran-owned businesses.
    The document outlines an amendment to a previous combined solicitation for roof inspection and maintenance services supporting the Lebanon Veterans Affairs Medical Center (VAMC). The primary purpose of the amendment is to extend the response deadline for the solicitation, now set for May 16, 2025, at 1:00 PM Eastern Time. The solicitation, referenced by number 36C24425Q0531, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under Product Service Code H399 and NAICS Code 561790. It is issued by the Department of Veterans Affairs Network Contracting Office 4, located in Pittsburgh, PA. The contracting officer for this project is Lakeisiha Davenport, whose contact information is provided for inquiries. The update reiterates the importance of the amended solicitation announcement, ensuring that interested parties have extended time to respond adequately.
    The purpose of this government document is to officially amend a solicitation related to the Department of Veterans Affairs' procurement process. Specifically, it extends the deadline for bid submissions for solicitation number 36C24425Q0531 to May 16, 2025, at 1:00 PM EDT. The amendment serves to inform all offerors of the additional time provided for submitting their proposals and confirms that no changes have been made to the terms and conditions beyond this extension. The document, therefore, represents a procedural adjustment within the context of government contracting, indicating a commitment to ensuring a fair bidding process. All previous stipulations remain valid, as the amendment focuses solely on the extension of the close date for this solicitation.
    This document outlines an amendment to a solicitation by the Department of Veterans Affairs (VA) regarding roof maintenance services. The amendment primarily serves to address contractor inquiries, introduce sample reporting templates, and specify roof types. Additionally, it includes the addition of a line item for on-call emergency services, as well as extending the submission deadline for offers to May 20, 2025, at 1:00 PM EDT. The contract encompasses bi-annual inspections and maintenance of roof systems, effective from June 22, 2025, to June 21, 2026, with options for renewal over four subsequent periods. The estimated number of emergency service calls is capped at five per year, with the pricing reflecting total costs for these jobs. Overall, the amendment maintains all other terms and conditions of the solicitation, aiming to ensure compliance and quality in the provision of essential building maintenance services for VA facilities.
    The document is an amendment to a previous solicitation for roof inspection and maintenance services at the Lebanon VA. It serves to answer contractor inquiries, provide essential documents including roof types and a sample report template, and introduce a new line item for on-call emergency services. The response deadline has been extended to May 20, 2025, at 1:00 PM Eastern Time, while all other terms remain unchanged. The solicitation is designated for Service-Disabled Veteran-Owned Small Business concerns (SDVOSBC) under the Product Service Code H399 and NAICS Code 561790. The amendment reflects the government's ongoing commitment to maintaining its facilities, ensuring contractors have the necessary information to submit competitive bids. Key contacts for this solicitation are provided to facilitate communication.
    The document addresses a series of inquiries related to a roofing services contract, covering various technical and logistical aspects as part of a federal Request for Proposals (RFP). Key topics include the provision of Attachment A, warranty details regarding roofs, and the cost of previous contracts. The government expects vendors to respond to leak reports within 24 hours, using a non-funded emergency repair unit, with quotes based on a per-call basis for repairs. The installation date of existing fall protection systems is noted as 2016, while architectural plans are currently unavailable. To assist with assessing roof conditions, recent photos of roofs and lifeline systems for specified buildings have been provided. The document effectively synthesizes required information that vendors need to prepare competitive bids, ensuring compliance with government specifications and standards in the RFP process. This correspondence highlights the importance of clear communication between the government and prospective service providers regarding project expectations and requirements.
    The document outlines the specifications for the roofing project at the Lebanon VA Medical Center, detailing the square footage of materials required for various roof types, including flat asphalt and sloped shingled roofs. Each building is listed with its respective flat and sloped roof measurements, although the figures are subject to field verification by contractors. The total measurements indicate a substantial project, requiring careful planning and execution. The document serves as a procurement reference, facilitating response to a potential government Request for Proposal (RFP) related to renovations at the medical facility. Contractors interested in bidding on the project must ensure accurate measurements and assess the specific needs for installation and materials. Overall, this outlines a vital aspect of facility maintenance and improvement for veteran services.
    The Statement of Work (SOW) outlines requirements for a roof maintenance program at the Lebanon Veterans Affairs Medical Center (VAMC). It mandates bi-annual inspections and maintenance of various buildings’ roofs on a 200-acre campus, emphasizing prompt leak responses, thorough inspections, and comprehensive reporting within specified timeframes. The contractor must manage all roof types, perform necessary repairs, and remove debris, while maintaining safety and compliance with OSHA regulations for horizontal lifelines on select buildings. Coordination with VA personnel is essential to ensure minimal disruption during maintenance operations. Contractors must adhere to federal safety standards, including proper waste disposal and environmental spill notifications. Additionally, the contractor is subject to various insurance and compliance requirements, including restrictions on subcontracting to non-certified entities. This contract aims to maintain the integrity and safety of the VAMC's roofing infrastructure, demonstrating the government’s commitment to veteran facilities' upkeep and sustainability.
    The document outlines the records management obligations for contractors engaged in federal contracts. It emphasizes the need for clear regulations regarding the handling of federal records, as defined by 44 U.S.C. § 3301, which includes all forms of recorded information made or received by federal agencies. Key requirements include compliance with records management laws, maintaining records created for government use, preventing unauthorized destruction, and safeguarding sensitive information. Contractors are mandated to notify the contracting officer of any unauthorized disclosures and ensure proper training for employees handling records. The agency retains ownership rights to all data produced under the contract, and any deliverables are considered the property of the U.S. Government. The document serves as guidance for federal agencies to integrate records management into their procurement processes, addressing how contractors should manage federal records appropriately and comply with existing laws and regulations. This framework is critical for supporting good governance and ensuring the integrity of public records.
    The report focuses on the cleaning and repair of roofs at Building Number XX, documenting the before and after conditions through accompanying photos. The initial photographs showcase the state of disrepair and dirt accumulation, while the subsequent images illustrate the completed work, including cleaning and repairs executed on all roofs. The summary highlights the specific actions taken, such as debris removal, surface cleaning, and necessary restoration tasks that enhance the integrity and appearance of the buildings. Additionally, the report concludes with recommendations for ongoing monitoring until the next scheduled inspections and cleanings, ensuring sustained maintenance and addressing any emerging issues. This document serves as a formal record for compliance and future maintenance planning within the context of governmental facility management.
    A formal site visit for a solicitation regarding roof inspection and maintenance is scheduled at the Lebanon VA Medical Center on April 30, 2025, at 10:00 AM EST. Participants must meet at the FMS Conference Room with Mr. Chad Wike, and parking is available in designated lots, except for the Building 17 lot. To attend, vendors are required to register by submitting specific information, including their company name and attendee details, to a designated email by April 28, 2025, at 11 AM EST. Timeliness is crucial, as late arrivals may lead to disqualification from the visit. This document serves to inform potential vendors about the site visit procedures related to the federal request for proposals, ensuring compliance and facilitating participation.
    The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, establishing minimum wage rates for various occupations in Lebanon County, Pennsylvania. It stipulates compliance with Executive Orders 14026 and 13658, which mandate minimum hourly wages of $17.75 and $13.30, respectively, for federal contracts initiated or renewed after specified dates. The document provides detailed salary information for numerous job titles within sectors such as administrative support, automotive services, food preparation, health occupations, and technical occupations. It specifies fringe benefits, paid sick leave regulations, and uniform allowance standards. Additionally, it elaborates on compliance protocols for unlisted job classifications through the conformance process requiring contractors to report and seek approval for positions not addressed in the wage determination. This document underscores the federal government's commitment to ensuring fair wages and worker protections for employees engaged in federal service contracts, which is essential for maintaining compliance in government procurement processes. It serves as a vital resource for contractors participating in federal and state RFPs or grants, ensuring they adhere to updated wage and benefits standards.
    Similar Opportunities
    C1DA--Lebanon VAMC Master Plan FY26 (VA-26-00019056)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 4, is seeking qualified architectural and engineering firms to develop the Lebanon VA Medical Center Master Plan for Fiscal Year 2026. The selected firm will provide comprehensive design services, including an analysis of demographics, healthcare delivery systems, and existing physical structures to create a strategic master plan over a period of 365 calendar days. This opportunity is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with submissions due by December 17, 2025, at 4:00 PM Eastern Time. Interested firms must ensure they are verified SDVOSBs in the System for Award Management (SAM) and submit their SF330 packages electronically to the designated contacts, Kaitlyn Szlachta and Elijah McIntosh.
    [AMENDED] Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a design-build project to replace chillers in Buildings 1, 2, and 104 at the Lebanon VA Medical Center in Pennsylvania. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with various federal regulations, including the Federal Acquisition Regulation (FAR) and the Davis-Bacon Act, with a construction magnitude estimated between $1 million and $5 million. The selected contractor will be responsible for all aspects of the project, including design, construction, and compliance with VA guidelines, with a performance period of 270 calendar days from the Notice to Proceed. Proposals for Phase 1 are due by January 5, 2026, at 4:00 PM EST, and interested parties should direct inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov or Elijah J McIntosh at elijah.mcintosh@va.gov.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Repair FTD Building Envelope 539-25-509
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    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.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Z1DA--PN: 438-22-600, Improve Campus Bldg Exteriors (SF) AP: 36C263-26-AP-1039
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice (36C26326R0027) to identify Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) capable of performing construction work for the Improve Campus Building Exteriors project at the Sioux Falls VA Medical Center in South Dakota. The project involves extensive roofing and masonry repairs on multiple buildings, primarily focusing on replacing up to 40 roofs, repairing or replacing masonry elements, and installing access ladders, with an estimated construction magnitude between $10 million and $20 million. This procurement is crucial for maintaining the integrity and safety of the medical center's facilities, ensuring they continue to serve veterans effectively. Interested contractors must submit their responses, including company information and a capability statement, by December 31, 2025, at 12:00 PM CT, to Michael W. Freeman at Michael.Freeman3@va.gov.
    Fort Leonard Wood Roofing IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for a Roofing Indefinite Delivery Indefinite Quantity (IDIQ) contract at Fort Leonard Wood, Missouri, and the Lake of the Ozarks area. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of roofing services including the removal, repair, and installation of various roofing systems, with an estimated contract value between $10 million and $25 million over a five-year period. The procurement is critical for maintaining the integrity and safety of government facilities, ensuring compliance with stringent safety and quality standards. Interested contractors must submit their bids by December 17, 2025, and can direct inquiries to Manson Fowler at manson.l.fowler.civ@army.mil or Blia Vue at blia.vue.civ@army.mil.
    V225--Ambulance Service | Follow on Base 3 | Start: 3/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses for ambulance services at the Dayton VA Medical Center, with the contract set to commence on March 1, 2026. The procurement includes Advanced Life Support (ALS) and Basic Life Support (BLS) services, covering a base period until October 31, 2026, with options for two additional one-year periods. These services are critical for providing timely medical transportation to veterans, ensuring compliance with federal regulations and safety standards. Interested vendors must submit their quotations by December 19, 2025, at 1 PM EST, and can contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov for further details.