Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
ID: 36C25225B0002Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the installation of chilled water piping from Building 188 to Building 3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The project, identified as Z1DA--556-23-104, requires contractors to provide all necessary labor, materials, and equipment, with an estimated contract value between $1,000,000 and $2,000,000, specifically set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This initiative is crucial for modernizing the facility's infrastructure while ensuring compliance with stringent safety and operational standards. Interested contractors must submit their proposals by March 5, 2025, and can direct inquiries to Contract Specialist Hudell D Ballen at Hudell.Ballen@va.gov.

    Point(s) of Contact
    Hudell D BallenContract Specialist
    Hudell.Ballen@va.gov
    Files
    Title
    Posted
    The document is a federal solicitation for construction services related to the expansion of a chilled water line at the Captain James A. Lovell Federal Health Care Center, identified as Project Number 556-23-104. The project requires the contractor to furnish all labor, materials, and equipment for the task and is expected to be completed within 330 calendar days after issuance of the Notice to Proceed. The estimated contract value ranges from $1,000,000 to $2,000,000, specifically set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. Interested contractors must submit their offers, complete requisite certifications, and adhere to strict safety, quality, and site requirements, including maintaining cooperation with ongoing hospital operations. Pre-award evaluations will consider contractors’ safety records, experience modification rates, and compliance with various regulations. The contractor must also prepare and submit various project controls, including a detailed Critical Path Method (CPM) schedule and periodic safety documentation. The submission deadline for offers is February 19, 2025, with a mandatory bid opening. The solicitation underscores the government's commitment to engaging veteran-owned businesses while ensuring thorough adherence to construction safety and environmental standards throughout the project.
    The Department of Veterans Affairs has issued a presolicitation notice for construction services related to the expansion of chilled water piping at the Captain James A. Lovell FHCC in North Chicago, IL. This project, identified as 556-23-104, involves extending chilled water supply lines from Building 188 to multiple other buildings and will follow specified designs and regulatory guidelines. The project budget is estimated between $1,000,000 and $2,000,000, with a completion timeframe of 330 days post-contract award. It is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be verified SDVOSB firms and to meet specific small business criteria under the applicable NAICS code, 238220. The formal solicitation is expected to be available around October 25, 2024, with a bid opening slated for November 26, 2024. A pre-bid conference will also be conducted to facilitate bidder inquiries. This notice serves as a transparent announcement of forthcoming procurement opportunities aligned with government contracting practices for veterans' affairs.
    The document outlines Amendment 0001 for Project Number 556-23-104 concerning the chilled water installation from Building B188 to B3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The amendment specifies a second organized site visit scheduled for February 4, 2025, at 10:00 AM CT, with participants meeting at B3 Room 115. Additionally, the deadline for submitting Requests for Information (RFIs) has been extended from January 31, 2025, to February 10, 2025, by 3:00 PM CT. The amendment also includes a sign-in sheet from a previous site visit held on January 21, 2025. This document is significant within the context of federal Request for Proposals (RFPs), as it provides vital updates ensuring all bidders are informed of changes that could affect their proposals and participation in the bidding process.
    This document is an amendment to a Request for Proposal (RFP) concerning a project for the installation of chilled water systems at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The primary purpose of Amendment 0002 is to extend the bid opening date from February 19, 2025, to March 5, 2025, at 10:00 a.m. CST. Additionally, this amendment includes the publication of a sign-in sheet from the second site visit held on February 4, 2025. The contract is administered by the Department of Veterans Affairs through their Great Lakes Acquisition Center. Key information regarding the amendment is formally communicated to all offerors and bidders, ensuring proper acknowledgment and compliance with updated procedures related to the submission of bids. This document reflects standard practices in government contracting to maintain transparency and organization during procurement processes.
    The document is an addendum to a federal contract RFP that outlines critical revisions to specification texts for a construction project managed by the VA. Key changes include the removal of specific paragraphs related to deduct alternates, construction security requirements, and document control, as well as the clarification of roles in construction oversight, explicitly stating that the responsibility lies with the contractor's licensed professional civil engineer rather than the COR. The document emphasizes the importance of maintaining utility services and the necessity of coordinating planned interruptions with the VA. It also revises the timeline for contractor submissions to align with the document's calendar day measures. Notably, it rectifies specifications concerning concrete quality, testing laboratory services, and the handling of contaminated soils. The addendum provides clear instructions for the execution of a firm fixed price design-bid-build contract, asserting that cost reconciliation tracking for material quantities is not required. These adjustments aim to ensure clarity, enhance compliance with health and safety standards, and facilitate better communication between the contractors and VA personnel during project execution.
    The document pertains to the construction project at the Captain James A. Lovell Federal Health Care Center, focusing on the installation of chilled water piping from Building 188 to Building 3. It includes 100% construction documents issued for the execution of the project under Contract No. 36C25219D0022 and Task Order No. 36C25223N0287, managed by Harrell Design Group, PC. Key components involve mechanical drawings detailing exterior piping, protective measures for existing infrastructure, and modifications to structural elements. The project emphasizes adherence to safety standards, such as maintaining existing door frames and conduits, and implementing necessary waterproofing. Notable aspects include digitized approvals from architects and engineers, demonstrating compliance with federal regulations and meticulous planning for the construction phase. The focus is on ensuring the updates meet the operational needs and safety protocols established by the U.S. Department of Veterans Affairs. Overall, the document reflects a comprehensive approach to modernizing health facilities while adhering to stringent government guidelines and maintaining operational integrity during construction activities.
    The government document outlines a framework for responding to Requests for Proposals (RFPs) and grants at federal, state, and local levels. It emphasizes the importance of structured responses that meet regulatory standards and funding criteria for various projects. Key elements include understanding the objectives of the RFP, detailing project plans that align with desired outcomes, and justifying budgetary requests with data-driven research. The document highlights the significance of compliance with governmental guidelines, including procurement processes, reporting requirements, and post-award management. It underscores the need for potential respondents to clearly articulate their capacity, experience, and the anticipated impact of their proposals within the context of public interest projects. This overview serves as a critical resource for entities interested in securing government funding, ensuring that responses to RFPs are strategically crafted to enhance competitiveness while adhering to legal and ethical standards.
    The Standard Specification for all projects at Lovell FHCC outlines comprehensive safety requirements for construction activities, emphasizing adherence to various national standards and regulations. It details the responsibilities of contractors and subcontractors regarding safety, health programs, and the preparation of Accident Prevention Plans (APPs) that must address specific project-related hazards. Key requirements include the appointment of safety personnel, conducting activity hazard analyses (AHAs), and the necessity for ongoing safety training and inspections. It mandates compliance with OSHA regulations and other federal and state laws, stressing the prevention of accidents and health risks, particularly in medical facilities. The document further highlights the importance of personal protective equipment (PPE), fire safety measures, dust control, infection prevention, and thorough inspections throughout the project’s duration. The specification serves to ensure that all construction work is conducted safely and effectively, mitigating risks to workers and facility occupants, and aligns with the VA's commitment to maintaining secure and compliant environments during construction operations.
    The document outlines the "Infection Control Requirements" for construction projects at the Lovell Federal Health Care Center (FHCC), as mandated by VHA Directive 7715. It emphasizes the need for strict infection control measures during interior and exterior construction to prevent airborne contaminants from impacting patient areas. Key components include dust control measures, classification of risks (Class I to IV), and specific operational protocols for each class to ensure safety. The requirements include the use of HEPA filtration, dust suppression techniques, and the establishment of controlled work environments with barriers to isolate construction areas. Furthermore, detailed procedures for cleanup post-construction and the handling of materials to mitigate dust and contamination risks are specified. Overall, this specification emphasizes the essential practices necessary to maintain a sterile environment in healthcare settings during renovation or construction activities, reflecting a commitment to health and safety standards in federal projects.
    The document outlines wage determinations applicable to heavy and highway construction projects in various counties of Illinois under the Davis-Bacon Act. It specifies minimum hourly wage rates for different classifications of workers, including carpenters, electricians, laborers, and truck drivers, aligned with Executive Orders 14026 and 13658. Contracts awarded on or after January 30, 2022, require wages starting at $17.20 per hour under EO 14026, while older contracts maintain a minimum of $12.90 under EO 13658. The document details classification groups, wage rates, and fringe benefits, highlighting the ongoing adjustments to compensation structures based on labor demands. This information is crucial for compliance with federal regulations and ensuring fair compensation for workers involved in government-funded construction projects. The file serves as a reference for contractors, helping them to meet labor standards and protect worker rights while engaging in state and federal construction initiatives.
    Similar Opportunities
    Z1DA--556-23-101: Renovate CLC Building 134-2C
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois, under Project Number 556-23-101. The project entails comprehensive renovations to create a fully functional Community Living Center (CLC), including selective demolition, installation of new HVAC systems, and compliance with health and safety standards, all within an approximate area of 12,590 square feet. This renovation is crucial for enhancing healthcare infrastructure and ensuring a safe environment for veterans, with a contract value estimated between $5 million and $10 million. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by February 21, 2025, and can direct inquiries to Contract Specialist Hudell D. Ballen at Hudell.Ballen@va.gov.
    Z1DA--556-23-105 Roadway and Sidewalk Improvements (VA-25-00021311)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Z1DA--556-23-105 Roadway and Sidewalk Improvements project at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This initiative aims to enhance accessibility and safety through significant infrastructural upgrades, including the installation of concrete sidewalks, ADA ramps, and traffic control measures, while ensuring compliance with all relevant regulations. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with an estimated budget between $2 million and $5 million, and bids are due by 10:00 AM CST on March 5, 2025. Interested contractors should contact Contract Specialist Hudell D Ballen at hudell.ballen@va.gov for further details.
    Y1DZ--556-23-108: (CON) Expand Police Dispatch Captain James A. Lovell FHCC, North Chicago, IL 60064-3048
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the expansion of the Police Dispatch facility at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This project requires contractors to provide all necessary labor, materials, and supervision to complete renovations, with a focus on maintaining operational integrity within the healthcare facility throughout construction. The estimated contract value ranges from $1,000,000 to $2,000,000, and it is exclusively available to verified Service-Disabled Veteran-Owned Small Business Firms. Interested contractors must submit their bids by March 11, 2025, and are encouraged to contact Contracting Specialist Deontrinese Dalton at deontrinese.dalton@va.gov for further details.
    Z2NZ--Project 512A5-21-304 Upgrade Steam System Phase V - Patient Areas (Construction)
    Buyer not available
    The Department of Veterans Affairs is seeking bids from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the construction project titled "Upgrade Steam System Phase V - Patient Areas" at the Perry Point VA Healthcare System in Maryland. This project involves comprehensive upgrades to the steam and condensate distribution systems, including mechanical, plumbing, and electrical work, with an estimated cost between $10 million and $20 million. The upgrades are crucial for enhancing the efficiency and safety of the healthcare facilities serving veterans. Interested contractors must be registered and certified, with the solicitation expected to be published on January 31, 2025, and a site visit scheduled for February 20, 2025. For further inquiries, contractors can contact the contracting officer, Liana J. Holland, via email at Liana.Holland@va.gov.
    Z1DA--PN: 438-25-601, MV Loop 1 Repair (SF) IFB-Set-Aside- SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the MV Loop 1 Repair project at the Sioux Falls VA Healthcare System in South Dakota, specifically designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing all necessary tools, materials, and labor to address deficiencies within the facility, with an estimated project cost ranging from $100,000 to $250,000. This project is crucial for maintaining the operational integrity of the healthcare facility, ensuring that electrical systems are reliable and compliant with safety standards. Interested contractors must submit their offers by March 3, 2025, and are encouraged to attend a site visit scheduled for February 13, 2025. For further inquiries, potential bidders can contact Contracting Officer Michael W. Freeman at Michael.Freeman3@va.gov.
    J045--Replace Chiller #2 Project 526-22-105
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace Chiller 2 at the James J. Peters Veterans Affairs Medical Center in Bronx, New York. The project involves the installation of a new York 1200 Ton VSD Magnetic bearing chiller, requiring compliance with various safety, environmental, and regulatory standards, as well as the provision of a temporary chiller during the replacement process. This initiative is crucial for modernizing the facility's HVAC systems to ensure operational efficiency and reliability, with an estimated contract value between $1,000,000 and $2,000,000. Interested parties must submit their bids by February 18, 2025, and can direct inquiries to Contracting Officer Patricia Cordero at Patricia.Cordero@va.gov.
    Z1DA--Project No. 539-22-203 - Electric Deficiencies
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Project No. 539-22-203, which addresses electrical deficiencies at the Cincinnati VA Medical Center. The project involves comprehensive electrical upgrades, including the demolition of existing equipment and installation of new electrical panels, with a focus on enhancing system reliability and safety across multiple floors. This initiative is crucial for modernizing the facility's infrastructure to support ongoing healthcare services for veterans. The estimated contract value ranges from $500,000 to $1,000,000, and the procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit their bids by the specified deadlines, with a pre-bid site visit scheduled for February 6, 2025. For further inquiries, contact Luke Turner at luke.turner@va.gov.
    Z2DA--STX Upgrade HVAC ALMD Lab 671-22-190
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue an Invitation for Bids (IFB) for the upgrade of HVAC systems in the 1st Floor Lab of the Audie L. Murphy VA Hospital located in San Antonio, Texas. This project entails general construction services, including alterations and the removal of existing utilities, with a contract value estimated between $1 million and $2 million. The initiative is part of the VA's commitment to enhancing healthcare facilities for veterans and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation is expected to be released on SAM.gov around April 30, 2025, with bid openings anticipated for July 30, 2025. Interested bidders must ensure compliance with specific requirements, including a current VETS 4212 report and registration in SAM and SBA's VetCert platform, to have their proposals deemed responsive. For further inquiries, contact Cheryl Clark, Contract Specialist, at cheryl.clark4@va.gov.
    C1DA--556-25-109 A/E MEP at FHCC Fire Alarm Upgrade 556-25-1-6938-0001
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide Mechanical, Electrical, and Plumbing (MEP) services for the replacement of the fire alarm system at the Captain James A. Lovell Federal Health Care Center (FHCC) in North Chicago, Illinois. The project aims to ensure compliance with current National Fire Protection Association (NFPA) and VA standards, requiring specialized experience in healthcare facility design and construction period services. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a firm-fixed-price contract anticipated, estimated between $20 million and $25 million, and a design period of approximately 206 days, followed by construction services lasting up to five years. Interested firms must submit their SF330 qualifications electronically by February 24, 2025, to the designated contacts, Lynn H. VanderVelde and Ricky Bond, at the provided email addresses.
    Z1DA--Install Patient Lifts 578-15-001
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the installation of ceiling-mounted patient lifts at the Edward Hines Jr. VA Hospital in Hines, IL, under solicitation number 36C25225B0011. The project, designated as 578-15-001, requires contractors to perform site inspections, document existing conditions, and install permanent lifts in designated buildings, with a performance timeframe of 432 days following the issuance of a Notice to Proceed (NTP). This procurement is particularly significant as it aims to enhance patient care facilities, ensuring safe and efficient patient handling. The estimated construction cost ranges from $2,000,000 to $5,000,000, and the opportunity is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. Interested vendors should verify their eligibility and compliance with size standards and are encouraged to attend a pre-bid conference planned for early March 2025, with solicitation documentation expected to be available online around mid-February 2025. For further inquiries, contact Donita Grace, Contract Specialist, at donita.grace@va.gov or call 414-844-4800.