Z2PZ--Construction of a Gold Star Memorial for the Richard A. Pittman VA Clinic at French Camp, CA
ID: 36C26124R0091Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide construction services for a Gold Star Memorial at the Richard A. Pittman VA Clinic in French Camp, CA. This project, which is set aside for eligible NCO 21, MACC GROUP 2 IDIQ contract holders, involves the construction of a memorial honoring families of fallen veterans, with a budget estimated between $250,000 and $500,000. The successful completion of this project is significant as it enhances the clinic's outdoor environment and fulfills the VA's commitment to honoring service members and their loved ones. Proposals are due by 8:00 AM PT on October 9, 2024, and interested parties must contact Contract Specialist Rosario Chaidez at rosario.chaidez1@va.gov for further information.

    Point(s) of Contact
    Rosario E ChaidezContract Specialist
    Rosario.Chaidez1@va.gov
    Files
    Title
    Posted
    The project entails the construction of a Gold Star Memorial at the Stockton VA Clinic, scheduled for completion in August 2024. The document specifies detailed project requirements, which include site preparation, demolition of existing structures, concrete and landscaping work, and the installation of a flagpole and memorial components. Safety protocols and strict security measures are mandated throughout the project, addressing access control, personnel identification, and handling sensitive information. The contractor is also responsible for maintaining utility services without disrupting clinic operations and ensuring compliance with environmental regulations, including waste management and protection of existing vegetation. Documentation and photographic records of the construction process must be maintained for review and compliance, and as-built drawings are required post-project. The construction will adhere to general requirements aimed at ensuring quality control, safety, sustainable practices, and proper coordination with the VA Medical Center's ongoing operations. This comprehensive project reflects the government’s commitment to honoring veterans while ensuring a safe and efficient construction process.
    The U.S. Department of Veterans Affairs has issued a request for proposals to design and construct a Gold Star Memorial at the Stockton VA Clinic located in French Camp, CA. This project involves creating a memorial honoring families of fallen veterans and includes coordinating with the Woody Williams Foundation for the monument's provision and installation. Key documentation specifies the project layout, construction details, and compliance with engineering standards. Bid documents outline specific requirements for the foundation design, site preparation, and necessary permits, stressing the need for accurate utility mapping and the protection of existing infrastructure. The anticipated project timeline extends from August 16, 2024, through May 31, 2025. Successful completion of this project will enhance the clinic's outdoor environment, serve as a tribute to Gold Star Families, and fulfill the VA's commitment to honoring service members and their loved ones.
    This document outlines the prevailing wage determinations for construction projects in California, specifically for building, heavy, and highway construction across various counties. It details the applicable minimum wage rates based on federal Executive Orders and the Davis-Bacon Act, which require contractors to pay workers at least the specified hourly rates for their respective trades. Additionally, the document enumerates various categorical job classifications, including rates and fringe benefits for roles such as carpenters, electricians,ironworkers, and asbestos handlers. The wage rates and fringe benefit patterns illustrate regional variances across areas, detailing specific compensations tied to distinct job responsibilities. The information presented is crucial for compliance with federal labor standards in government contracts, enabling stakeholders to ensure equitable compensation, promote workplace standards, and safeguard workers’ rights. By establishing these wage schedules, the document plays a significant role in the government's contracting process, reinforcing its commitment to fair labor practices in public works projects.
    The document is a Request for Information (RFI) form related to solicitation number 36C26124R0091 issued by the federal government. It establishes a structured process for vendors to submit inquiries regarding the solicitation, specifically targeting evaluation factors and technical specifications outlined in the statement of work. All inquiries must be submitted via email to the designated Contract Specialist, Rosario Chaidez, and the Contracting Officer, Daniel Jhun. The document stresses that phone or oral inquiries will not be entertained and provides a template for submitting questions in a numbered format for clarity and organization. By facilitating these communications, the RFI aims to ensure that potential contractors can effectively seek clarification, allowing for informed proposals aligned with the solicitation requirements. As part of the federal procurement process, this RFI underscores the importance of clear communication between the government and offerors to enhance transparency and understanding in the bidding process.
    The document is a Cost/Price Breakdown Worksheet for Solicitation No. 36C26124R0091, detailing the budgetary components needed for a federal project. It is structured into multiple divisions, such as General Requirements, Existing Conditions, Concrete, and Electrical, each containing categories for MATERIAL, LABOR, EQUIPMENT, and OTHER costs, with a section for TOTAL per division and overall project totals. The worksheet requires contractors to itemize and specify all costs, including overhead, profit, bonds, and insurance, culminating in a comprehensive Total Proposal amount. The purpose of this document is to ensure precise cost reporting and transparency in the cost estimation process for federal contracts, complying with procurement regulations while providing a systematic framework for assessing financial proposals. By detailing expected expenses across different construction phases, it facilitates accurate budgeting and financial scrutiny necessary for government contracting adherence and accountability. This format highlights the emphasis on detailed and organized financial planning within federal RFP processes.
    The RFP 36C26124R0091 outlines the requirements for the construction of a Gold Star Memorial at the Robert A. Pittman VA Clinic in French Camp, CA. The project is a firm-fixed price construction initiative set to take place within 90 calendar days from the notice to proceed, with a goal to complete critical work in 60 calendar days. The project budget is estimated between $250,000 and $500,000, and proposals are due by 8:00am PT on October 9, 2024. Eligible bidders must be verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in the SBA’s Vet Cert database. The award will focus solely on price, with no discussions anticipated unless deemed beneficial by the government. A pre-proposal site visit is scheduled for September 12, 2024, with mandatory safety and information protocols in place for attendees. Questions regarding the proposal must be submitted in writing by September 18, 2024. This RFP highlights the government's commitment to veteran affairs through memorial construction while ensuring compliance with federal contracting standards.
    Similar Opportunities
    Y1DA--Project 612-164 - Dental Expansion and Relocation Northern California VAMC Located on Travis AFB, California
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the Dental Expansion and Relocation project at the Northern California Veterans Affairs Medical Center located at Travis Air Force Base, California. The project involves the construction of a one-story, 12,650 square-foot dental clinic featuring 17 exam lanes and specialized surgery facilities, aimed at enhancing healthcare services for veterans. This initiative underscores the government's commitment to improving veteran healthcare infrastructure while adhering to federal regulations and safety standards. Interested contractors must submit their proposals by September 20, 2024, at 4:00 PM PT, and can direct inquiries to Contract Specialist Latoya Greene at Latoya.Greene@va.gov or by phone at 216-447-8300.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    Z1DA-- Construction Renovate Outpatient Pharmacy and HVAC, Mather 612A4-19-016
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of the outpatient pharmacy and HVAC systems at the VA Northern California Healthcare System in Mather, California. This project aims to upgrade the existing pharmacy space to enhance operational efficiency and workflow, addressing critical deficiencies in plumbing and mechanical systems while providing a state-of-the-art facility for patient care. The anticipated contract value is between $5 million and $10 million, with a performance period of approximately 426 calendar days from the notice to proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must be registered in the System for Award Management (SAM) and verified by the SBA's VetCert program, with proposals due following the solicitation release on or about August 29, 2024. For further inquiries, contact Rosario Chaidez at Rosario.chaidez1@va.gov or call 916-923-4548.
    Y1LZ--Expand Medical Center Site Saginaw Minor Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Firm-Fixed-Price contract to undertake minor construction aimed at expanding the Saginaw VA Medical Center in Michigan. The project encompasses comprehensive site preparation across approximately 25 acres, which includes demolition of existing structures, utility rerouting, and the installation of new infrastructure, all in compliance with local and national codes. This initiative is part of the VA's commitment to enhancing facilities that serve the veteran community and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The anticipated award date is between late September and early October 2024, with a construction magnitude estimated between $5 million and $10 million, and a projected completion timeline of approximately 551 days from the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Dawn Schydzik via email at Dawn.Schydzik@va.gov.
    Y1FE-- Lebanon NC Correct Cemetery Facility Condition Assessment 856CM3012
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a solicitation for the Lebanon NC Correct Cemetery Facility Condition Assessment (FCA) Deficiencies project at the Lebanon National Cemetery in Kentucky. The project aims to address deficiencies in historic structures, enhance energy efficiency, and ensure safe access through comprehensive site preparation, demolition, and renovation work on various buildings, including the Lodge/Administration building and maintenance facilities. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction cost between $2,500,000 and $5,000,000. The full solicitation is expected to be available around September 20, 2024, and interested bidders should contact Contracting Officer Michael Giaquinto at michael.giaquinto2@va.gov for further information.
    Z1DA--578-18-024 SCI Recreation Area Outdoor Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the SCI Recreation Area Outdoor Construction project at the Edward Hines VA Hospital in Hines, Illinois. This project involves the construction of a multi-sport recreational court aimed at enhancing outdoor recreational therapy for Spinal Cord Injury veterans, with an estimated total cost between $1,000,000 and $2,000,000. The successful contractor will be responsible for site preparation, demolition, and construction, adhering to strict safety and compliance standards, including infection control measures and environmental regulations. Proposals are due by October 2, 2024, at 12:00 PM CST, and interested parties should direct inquiries to Donita Grace at donita.grace@va.gov.
    655-20-202 Atrium Renovation Bldg 22
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a comprehensive renovation of the atrium in Building 22 at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan. The primary goal is to enhance the atrium's functionality, aesthetics, and safety while ensuring the medical center remains fully operational during the construction process. Opportunity Overview This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, seeks to procure construction services for interior and exterior upgrades. The VA aims to award a firm-fixed-price contract with an estimated value of $45 million. Scope of Work The scope of work is divided into two phases and encompasses general construction, architectural adjustments, mechanical and electrical work, and finishes. Phase 1 includes: Installing exterior construction barriers and a gate Constructing temporary walls Selective demolition of existing interior elements Building an exterior canopy, sidewalk, and repairing pavement Constructing new interior walls and architectural elements Phase 2 requires: Demolishing the temporary construction wall Removing and replacing all flooring finishes The project has strict deadlines, mandating completion within 120 days of the notice to proceed. Contractors must adhere to detailed plans and specifications outlined in drawings and documents. Key Requirements Contractors must comply with OSHA and EPA regulations, attend a mandatory site visit, and meet small business size standards. They are responsible for providing a detailed project schedule, adhering to phasing plans, and ensuring compliance with strict safety and security protocols. Additionally, the installation of a HILTI firestop system is a critical requirement to maintain the Joint Commission accreditation. Eligibility Criteria Applicants for this SDVOSB set-aside must be verified in the VetCert registry. The VA will prioritize contractors with strong safety records, past performance, and experience in construction projects. Funding and Contract Details The estimated funding available for this project is $45 million. The contract type is a firm-fixed-price contract, and the solicitation document is Solicitation No. 36C25024B0058. Submission Process Interested parties should submit their applications by the deadline on July 31, 2024, at 11:30 a.m. EDT. The submission process includes a mandatory bid guarantee and performance bonds. The VA encourages contractors to ask questions prior to the deadline, with responses provided via amendments. Evaluation Criteria The VA will evaluate applications based on several factors. The primary evaluators are the contractor's safety records, past performance, and price. Technical aspects, including the technical approach, experience, and cost effectiveness, will also be considered. Contact Information For further clarification or questions, interested parties can contact Christina Shockey at Christina.Shockey@va.gov. Important Dates Key dates include a site visit scheduled for July 9, 2024, and the submission deadline on July 31, 2024.
    Z2DA--Correct Fall Protection Deficiencies
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide construction services aimed at correcting fall protection deficiencies at the Clarksburg VA Medical Center in West Virginia. This project, identified as contract number 540-22-118, is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, with an estimated construction cost ranging from $500,000 to $1,000,000. The work will involve general construction and alterations to ensure compliance with safety standards, reflecting the VA's commitment to enhancing facility safety while supporting veteran-owned businesses. Interested contractors must be registered in the SBA Veteran Small Business Certification database and submit bids by November 6, 2024, with a pre-bid site visit scheduled for October 9, 2024, and a deadline for questions on October 16, 2024. For further inquiries, contact Adam Bradford, Contract Specialist, at Adam.Bradford1@va.gov or 304-255-2121 ext 4356.
    Y1LZ--605-353 Parking Structure Construction Minor Loma Linda VAMC (VA-24-00000683)
    Active
    Veterans Affairs, Department Of
    Presolicitation VETERANS AFFAIRS, DEPARTMENT OF is seeking bids for the construction of a new parking structure at the Loma Linda VA Medical Center in Loma Linda, CA. The project includes the construction of a four-level parking garage, general construction, alterations, roads, walks, grading, drainage, and other necessary items. The contractor must be properly licensed and bonded in the State of California or have equivalent licensing approved by the Veteran's Administration. The solicitation will be issued as an Invitation for Bid (IFB) and will be evaluated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The anticipated issuance date is late September 2023, with a performance period of approximately 548 calendar days. The magnitude of construction is between $10,000,000 and $20,000,000. All questions must be submitted in writing to joshua.slapnicker@va.gov.
    Y1PZ--895-NRM-FY24-002 -REPLACE IRRIGATION SYSTEM ON MOUND HILL Golden Gate National Cemetery
    Active
    Veterans Affairs, Department Of
    Presolicitation notice: The Department of Veterans Affairs, National Cemetery Administration, plans to replace the irrigation system on Mound Hill at Golden Gate National Cemetery in San Bruno, CA. The service being procured is landscaping services, specifically the installation of turf irrigation and related restoration work. The contractor will be responsible for protecting existing irrigation systems, making temporary adjustments, and performing turf renovation, establishment, warranty, and headstone cleaning. The procurement is set aside for Veteran-Owned Small Business concerns, and only verified VOSB firms are eligible to submit offers. Interested vendors must be registered and verified on vetbiz.gov and SAM.gov. The solicitation will be posted on Contract Opportunities at sam.gov. The estimated construction magnitude for this requirement is between $250,000 and $500,000. The NAICS code is 561730, and the business size standard is $8.5 million. For more information, contact Flora Taylor at flora.taylor@va.gov.