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 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 installation is crucial for maintaining efficient cooling systems within the healthcare facility, ensuring operational integrity during construction while adhering to stringent safety and health standards. Interested contractors must submit their bids by March 19, 2025, at 10:00 AM CDT, and can direct inquiries to Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.

    Point(s) of Contact
    Stacy G HooverContracting Officer
    Stacy.Hoover2@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.
    This document represents Amendment 0003 to solicitation number 36C25225B0002 regarding Project 556-23-104, which involves the installation of chilled water systems from Building B188 to Building B3 at Captain James A. Lovell Federal Health Care Center. The amendment primarily addresses an error in the project description displayed on SAM.GOV, which misidentified the project. It instructs bidders to ignore the incorrect display and reassures them that all other published documents are accurate. Furthermore, the amendment extends the deadline for bids from March 5, 2025, at 10:00 AM to March 12, 2025, at 11:00 AM CDT. This extension aims to ensure that all interested parties have adequate time to prepare their offers in light of the corrected information. The document is issued by the Department of Veterans Affairs and is intended for potential bidders participating in this federal contracting opportunity. Overall, this amendment illustrates the government’s effort to maintain transparency and clarity in the procurement process.
    The document outlines an amendment to the solicitation 36C25225B0002 related to the Chilled Water Piping project at Captain James A. Lovell FHCC in North Chicago, IL. Key updates include the extension of the bid submission deadline to March 19, 2025, at 10:00 AM CDT and a shift from an in-person bid opening to a virtual format scheduled for the same date at 11:00 AM CDT. Contractors are required to submit bids via email and are encouraged to send their proposals early to avoid any potential transmission issues. The amendment also adds Stacy Hoover as the point of contact for requests for information (RFI). Other content remains unchanged, and responses to inquiries made by bidders are forthcoming. This amendment serves to facilitate the bidding process and ensure compliance with federal solicitation regulations while adapting to contemporary submission methods amid public health considerations.
    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 seeking bids for the renovation of Community Living Center (CLC) Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The project, identified as 556-23-101, involves extensive construction work, including compliance with health and safety standards, and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This renovation is crucial for enhancing healthcare infrastructure and ensuring a safe, functional environment for veterans. Interested contractors must submit their bids by March 20, 2025, at 10:30 AM CDT, and can direct inquiries to Contract Specialist Hudell D Ballen at Hudell.Ballen@va.gov.
    Z2DA--537-17-115: SPS Construction Phase 2, 3 &4
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the SPS Construction Phases 2, 3, and 4 project at the Jesse Brown VA Medical Center in Chicago, Illinois. This project involves extensive renovations to the Sterile Processing Service (SPS) area, including upgrades to mechanical, electrical, and plumbing systems, with a focus on compliance with health and safety standards. The successful contractor will be responsible for all labor, materials, and supervision necessary to complete the project, which is estimated to cost between $2 million and $5 million and must be completed within 448 calendar days following the Notice to Proceed. Interested bidders must submit their proposals via email by 10:00 AM local time on March 24, 2025, with a virtual bid opening scheduled for the same day at 11:00 AM. For further inquiries, contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov or Ryan McMillin at Ryan.McMillin@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 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, curb inlets, pedestrian signals, and modifications to existing utilities. The project is particularly important for improving the facility's infrastructure to better serve veterans and the surrounding community while adhering to stringent safety and regulatory standards. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit sealed offers by March 20, 2025, at 11:00 AM CDT, with a project budget estimated between $2 million and $5 million. For further inquiries, bidders may contact Contract Specialist Hudell D Ballen at Hudell.Ballen@va.gov.
    4610--Equipment: Replace Chiller Plant and Laundry Water Softener
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the chiller plant and laundry water softener at the Lake City VA Medical Center, under solicitation number 36C24825Q0512. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide labor, materials, and supervision to ensure compliance with industry standards and safety regulations. The project is critical for maintaining operational efficiency and service delivery at the medical center, reflecting the VA's commitment to high standards in healthcare facility management. Interested contractors must submit their quotes via email by March 25, 2025, at 12:00 PM ET, and a mandatory site visit is scheduled for March 20, 2025, at 10:00 AM. For further inquiries, contact Contracting Officer Victor J. Mercado at victor.mercado@va.gov or by phone at 352-381-5721.
    Z1DA--Project 667-25-185 CON Install VAV Boxes Surgery Storage
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the installation of Variable Air Volume (VAV) boxes at the Overton Brooks VA Medical Center in Shreveport, LA, as part of Project 667-25-185. The project aims to address temperature and humidity control issues in surgery sterilization storage rooms by installing two new VAV boxes, which will require integration with the existing building automation system and adherence to strict infection control protocols. This procurement is crucial for maintaining a safe and functional environment for medical procedures, with a construction cost range estimated between $50,000 and $100,000. Interested contractors must ensure they are certified as SDVOSBs and registered in the System for Award Management (SAM), with the official solicitation expected to be issued around March 27, 2025. For further inquiries, potential bidders can contact Contracting Officer Beth A. Cook at Beth.Cook@va.gov or by phone at 228-354-7576.
    Z1DA--Install Patient Lifts 578-15-001
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the installation of patient lifts at the Edward Hines Jr. VA Hospital in Hines, IL, under Project Number 578-15-001. The project requires contractors to provide all necessary labor, materials, and equipment to install approximately 60 permanent ceiling-mounted patient lifts within a timeline of 432 calendar days after receiving the Notice to Proceed. This initiative is crucial for enhancing patient care and safety, particularly in high-risk areas such as surgical recovery rooms and intensive care units, by replacing inadequate portable lifts with modern systems. Interested contractors must submit their sealed bids by 1:00 PM CST on April 3, 2025, following a mandatory site visit scheduled for March 5, 2025, and are encouraged to contact Donita Grace at donita.grace@va.gov for further inquiries. The estimated project cost ranges between $2,000,000 and $5,000,000, with a strong emphasis on utilizing service-disabled veteran-owned small businesses.
    648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the project titled "Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse" at the Vancouver Campus of the VA Portland Healthcare System. The objective of this procurement is to upgrade the HVAC infrastructure in Building 2 to address identified deficiencies, which includes extensive demolition, renovation, and installation of new HVAC systems while ensuring minimal disruption to ongoing operations. This project is crucial for maintaining operational integrity and safety within the healthcare facility, particularly in sensitive areas such as the laundry services. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has a budget ranging from $5 million to $10 million, with proposals due by March 20, 2025, at 4:00 PM PST. Interested contractors should direct inquiries to Contract Specialist Colleen M. Nicholson at Colleen.nicholson@va.gov.
    Z2DA--657-23-108JC, FCA - Repair Air Handler AC-1 (VA-25-00052824) John J. Cochran Veterans Hospital
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to undertake the repair of Air Handler AC-1 at the John J. Cochran Veterans Hospital in St. Louis, MO. This project, identified as 657-23-108JC, involves significant construction work, including the replacement of a steam humidifier, addressing duct leakage, and replacing approximately 68 variable air volume boxes, with an estimated total cost between $2,000,000 and $5,000,000 and a project duration of around 550 days. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing compliance with local codes and VA regulations, particularly regarding COVID protocols. Interested contractors must register in the System for Award Management (SAM) and the Veteran Small Business Certification database, with proposal submissions expected to begin around March 30, 2025, and due by May 12, 2025. For further inquiries, contractors can contact David Sterrett, Contract Specialist, at david.sterrett@va.gov or (913) 946-1146.
    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.
    Z1DA--652-25-100 HVAC Controls Replacement Bid Abstract
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the HVAC Controls Replacement project at the Richmond VA Medical Center, identified by project number 652-25-100. This procurement involves replacing HVAC controls and falls under the NAICS code 238220, which pertains to plumbing, heating, and air conditioning contractors, with a size standard of $19 million. This project is crucial for maintaining and improving the infrastructure of veteran healthcare facilities, ensuring optimal conditions for service delivery. The formal bid opening is scheduled for March 11, 2025, at 10 AM EST, with a response deadline of March 28, 2025, at 4 PM EST. Interested parties can contact Contract Specialist Denise A. Morman at denise.morman@va.gov or by phone at 804-675-5000 ext. 15170 for further information.