Y1DZ--520-25-107 CON Repair JACC Chilled Water Piping (VA-24-00107298)
ID: 36C25625R0003Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER HOSPITAL BUILDINGS (Y1DZ)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the repair of chilled water piping at the Joint Ambulatory Care Center (JACC) in Pensacola, Florida, under solicitation number 36C25625R0003. The project aims to address damage caused by a flood event in May 2023, with a focus on waterproofing and insulation repairs, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative is crucial for maintaining reliable healthcare operations and ensuring compliance with safety and infection control standards during construction. Interested contractors must submit their proposals, including past performance references and compliance documentation, by the specified deadlines, with an estimated project value between $2 million and $5 million. For further inquiries, contact Jennings Herbst at Jennings.Herbst@va.gov.

    Point(s) of Contact
    Jennings HerbstContract Specialist
    Jennings.Herbst@va.gov
    Files
    Title
    Posted
    The Presolicitation Notice outlines the impending requirement for a contractor to perform repairs on the chilled water piping at the Gulf Coast Veterans Health Care System (JACC) in Pensacola, FL. This notice is intended solely for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), pursuant to Public Law 109-461. The project, designated as #520-25-107, has a cost range between $2 million and $5 million and requires comprehensive provision of labor, materials, and equipment as detailed in the project scope. Interested contractors must submit proposals under solicitation number 36C25625R0003, with a projected solicitation release date of around February 28, 2025. Offerors must hold SDVOSB certification and be registered in the System for Award Management (SAM). A bid bond will be required, and a site visit will be organized to facilitate contractor understanding of project requirements. Questions from potential offerors will be accepted within a designated timeframe which will be specified in the official solicitation. The contracting officer for this project is Jennings Herbst, with Detric Mayes serving as the contract specialist. This notice serves as a preliminary announcement and does not constitute a formal solicitation or contract award.
    The document outlines the general requirements for a construction project, specifically focusing on the JACC Chilled Water Flood Repairs and Prevention. Key areas covered include safety protocols, site preparation, the responsibilities of contractors and subcontractors, and the adherence to security requirements set by the VA. It mandates the submission of a comprehensive project schedule using the Critical Path Method (CPM) to ensure timely completion, alongside detailed documentation of all work activities. The contractor must maintain existing utility services during the construction phase and manage all interruptions in a way that minimizes disruption to the VA Medical Center's operations. The document emphasizes stringent oversight, including the requirement for advance notice of security escort needs, specific guidelines on material disposal and storage, and coordination with other construction entities. It also includes provisions for warranty management, itineraries for maintenance operations, and disposal regulations for existing materials. Compliance with these detailed specifications ensures not only progress but also safeguarding health and safety standards throughout the construction project.
    The VHA Infection Control Risk Assessment (ICRA) for Construction, Renovation, and Maintenance outlines essential guidelines to ensure infection control during various facility activities. It emphasizes categorizing activities (A, B, C, D) based on their nature and associated risks to determine required precautions. The document mandates a stepwise approach involving assessing the activity type, identifying affected areas, and evaluating patient risk categories, which collectively dictate the infection prevention measures needed. For each level of patient risk (Low, Medium, High, Highest), corresponding infection control precautions (I, II, III, IV) are established, with specific control measures detailed for each precaution level. The ICRA must be complemented with a Pre-Construction Risk Assessment (PCRA) that addresses non-infection-related safety issues, ensuring a comprehensive risk management framework. Control measures include maintaining dust control, isolating workspaces, and ensuring worker safety during construction. The ICRA emphasizes collaboration between contractors, infection specialists, and facility managers to mitigate risks effectively. This document serves as a critical tool in government projects, ensuring that all construction activities adhere to regulatory standards while maintaining the health and safety of patients and staff.
    The document outlines specifications and guidelines for a mechanical system installation for a project related to the Joint Ambulatory Care Center, a collaboration between the VA and DoD. It details the requirements for ductwork, piping, and mechanical equipment, emphasizing compliance with standards such as SMACNA's HVAC Duct Construction Standards. Key instructions include the provision of access doors, proper sizing of duct runouts, and the installation of dampers and fittings, with specifications for smoke detection and maintenance access. The document also stipulates that all ductwork must be carefully coordinated to avoid conflicts with electrical systems, and it ensures that all components are accessible for maintenance. The layout must reflect accurate dimensions, with diagrams indicating appropriate placement for equipment. The emphasis on standards and specifications underscores the project’s adherence to safety and performance norms. Overall, the document serves as a crucial guide for contractors to ensure the successful installation and functioning of mechanical systems, indicating the federal government's commitment to high-quality design and construction practices in healthcare facilities.
    The document outlines a solicitation by the Department of Veterans Affairs (VA) for a construction project at the Gulf Coast Veterans Health Care System in Pensacola, Florida, aimed at repairing chilled water piping at the Joint Ambulatory Care Center (JACC). The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under Public Law 109-461. The project, with an estimated value between $2 million and $5 million, requires the submission of proposals by specific dates and mandates on-site visits for bidders. Offerors must provide a detailed breakdown of their pricing, a description of their management approach, subcontractor qualifications, and past performance on similar contracts. Key project requirements include adherence to safety regulations, quality management protocols, and inclusion of necessary performance bonds. Proposals will be evaluated based on technical merits, past performance, and pricing. The solicitation emphasizes the need for compliance with safety and labor standards, reporting on veteran employment, and commitment to the Buy American Act. Offerors must verify their SDVOSB status and provide adequate documentation to ensure their proposals meet government expectations. This solicitation reflects the VA's initiative to enhance its facilities through competitive contracting while supporting veteran-owned businesses in the process.
    The document is a Surety Form required as part of the technical proposal package for the federal Request for Proposal (RFP) 36C25625R0003, pertaining to the repair of the JACC chilled water piping. The form must be completed by the surety company and submitted by the contractor. It collects essential details, including the contractor's name, contact information, the duration of bonding services provided, contractor’s rating, and bonding limits. It also inquires about any prior project completions, instances of refusal of liability insurance, and whether there have been complaints regarding non-payment to subcontractors or suppliers. The purpose of this form is to assess the financial credibility and performance of the contractor, ensuring that they can fulfill the project requirements without financial risk. This aligns with the Federal Acquisition Regulation principles aimed at safeguarding government contracts by ensuring that contractors have the necessary support and insurance to complete projects responsibly.
    This document is a subcontractor and teaming partner consent form, part of the process for the government project titled "Repair JACC Chilled Water Piping" (RFP No. 36C25625R0003). It requests consent from subcontractors and teaming partners to release their past performance information to the prime contractor, a necessary step for the Government to evaluate qualifications during the proposal assessment. The form requires details such as the subcontractor’s contact information, the name of the prime contractor, and a reference list for past contracts, including the role played and a point of contact. The emphasis is on the importance of past performance in the evaluation criteria to ensure that the government selects the best value option. By signing this form, subcontractors authorize the prime contractor to discuss their past performance, facilitating the source selection process. The document is structured to capture essential information for compliance and performance evaluation while ensuring transparency in the contractual bidding process.
    The document outlines the Contractor Evaluation Form for the repair of chilled water piping at the Joint Ambulatory Care Center (JACC), specified in federal RFP 36C25625R0003. The main purpose is to assess contractors' construction safety and health performance, focusing on their compliance with OSHA regulations. Contractors must provide data from their OSHA 300 Forms for three consecutive years, including man hours, cases involving work restrictions, DART rates, and any serious OSHA violations. Additionally, the form requires contractors to detail who administers their safety programs and disclose their current Insurance Experience Modification Rate (EMR). If the EMR is above 1.0, contractors must explain why and indicate plans for improvement. This evaluation is crucial for ensuring contractor safety standards meet government requirements, ensuring a safe work environment during construction projects funded by federal grants and contracts.
    This document serves as an amendment to a solicitation for a project under the Department of Veterans Affairs, specifically by the Alexandria VA Health Care System, which details changes and additional information relevant to bidders. The main purpose of this amendment is to provide a site visit sign-in sheet for the project identified as 36C25625R0003. The document outlines the necessary actions that bidders must take to acknowledge this amendment before the specified deadline, emphasizing that failure to comply may result in the rejection of offers. It also states that aside from the information provided in this amendment, all other terms and conditions of the original solicitation remain unchanged. The document specifies the contract and solicitation numbers, as well as the entities involved, confirming its formal nature and adherence to established procurement protocols within the federal government context. This amendment highlights practical details essential for the bidding process and underscores the structured communication required in government contracting.
    The Department of Veterans Affairs seeks approval for a sole-source contract for the Repair JACC Chilled Water Piping project at the Gulf Coast Veterans Health Care System in Pensacola, Florida. The project aims to address past catastrophic failures in the chilled water piping system through the installation of specific Siemens brand equipment. The use of Siemens items ensures compatibility with existing systems, facilitates standardization across facilities, and maintains operational efficiency. Key components include Siemens valves, actuators, controllers, and measurement devices, all essential for upgrading the building automation systems. The justification cites that only Siemens products can meet the unique requirements for integration and maintenance due to previous contracts with the vendor, thus preventing unnecessary costs and complications. The procurement will follow the Service-Disabled Veteran-Owned Small-Business set-aside policy to encourage competition among contractors. The document emphasizes the importance of maintaining reliable operations for patient care, standardizes equipment for quicker repairs, and outlines a commitment to fair pricing through competitive bidding. Overall, this approval reflects a strategic approach to enhance infrastructure while ensuring compliance with federal regulations.
    The document relates to a federal Request for Proposal (RFP) for the repair of Chilled Water Piping at the Joint Ambulatory Care Center (JACC). It details the submission requirements for potential offerors, emphasizing the need for past performance references within five years of the solicitation date. Offerors must provide substantial information regarding their role as prime or subcontractor, the original and current value of contracts, project timelines, completion status, and any liquidated damages incurred. Aimed at evaluating their capabilities, vendors are required to describe the relevance of their past projects concerning the scope and complexities required for this project. The document solicits additional performance-related information, including assessments of liquidated damages, awards received, unique skills, and elements of work performed. Key points include the necessity for a designated point of contact for references and the importance of follow-ups on submitted questionnaires. This RFP showcases the federal government’s structured approach to assessing contractor performance and qualifications in ensuring project success while adhering to regulatory standards.
    This document outlines the Past and Present Performance Questionnaire for contractors applying for a contract with the United States Department of Veterans Affairs (VA) concerning the repair of chilled water piping at the Joint Ambulatory Care Clinic (JACC). Contractors must provide detailed information about their experience, including project specifics, performance ratings on various aspects of contract execution, and supervisory roles. Reference contacts for the contractors are required to evaluate several performance criteria on a scale from 1 (Unsatisfactory) to 6 (Exceptional), covering areas such as management capability, personnel qualifications, problem-solving initiatives, quality control, adherence to schedules, and financial interactions. Respondents must also indicate whether they would award future contracts to the contractor and provide any necessary explanations for their evaluations, particularly for low ratings. This questionnaire ensures that contract awards are based on reliable assessments of prior performance, highlighting the VA's commitment to transparency and accountability in sourcing services that meet the necessary standards for quality and reliability. The document emphasizes the importance of thorough feedback from previous engagements, which aids the selection process for forthcoming contracts under federal regulations.
    The document is a Request for Information (RFI) form related to the project titled "CON Repair JACC Chilled Water Piping" under the federal solicitation number 36C25625R0003. It outlines the protocol for prospective offerors to submit questions before submitting proposals. Interested parties must utilize the provided editable form to list their inquiries in numerical order and send it via email to a designated contact at the VA. The form collects essential information, including the submitter's name, company details, and contact information, alongside the specific inquiries being raised. Emphasis is placed on ensuring all pre-proposal communications are channeled through this structured format to maintain organization and clarity in the proposal process.
    The document is a site visit sign-in sheet for a government project involving the repair of chilled water piping at the Joint Armed Forces Community Center (JACC) in Panama City, Florida. The project, identified as No. 520-25-107, is scheduled for July 1, 2025, with a site visit at 9:00 AM CST. The sheet includes spaces for contractors and interested parties to provide their names, companies, phone numbers, and emails for follow-up communication and to receive a copy of the sign-in sheet. Two versions of the sign-in sheet are present, indicating multiple potential locations of interest around JACC, including Pensacola, Florida. The overarching purpose of the document aligns with federal procurement processes, facilitating transparency and engagement with contractors regarding federal grants and Request for Proposals (RFPs) for infrastructure repair. By capturing participant information, the document fosters communication and organization for the successful execution of the project. Overall, it emphasizes the importance of stakeholder involvement in government contracting initiatives.
    The document appears to be a corrupted government file, lacking coherent information or discernible structure. It seems to pertain to various Federal RFPs, grants, or state and local RFPs, but the content is nonsensical and unreadable. It primarily consists of gibberish, fragmented characters, and symbols that do not convey a clear topic, key ideas, or supporting details. This lack of clarity suggests either a data corruption issue or an error during file generation, rendering any analysis regarding government proposals or funding requests impossible. The document's purpose, if any exists, cannot be determined from the visible content, as it fails to follow standard formats or provide actionable insights. Consequently, it is essential to locate a valid version of the document or additional context to facilitate a meaningful summary.
    A scheduled site visit for the JACC NRM Project (520-25-107) will take place on July 1, 2025, at 9 AM (CST) at the Joint Ambulatory Care Center located in Pensacola, FL. Participants are instructed to enter through the main entrance on the south side, check in with Police Service for a visitor’s badge, and wait in the atrium by the information desk. Due to limited space, attendees must RSVP via email to specified contacts and can reach the Engineering office for additional guidance using provided phone numbers. The document outlines visitor logistics and emphasizes the importance of pre-visit coordination, reflecting standard protocols in federal project management and emphasizing security measures for site access. This initiative appears to be a component of broader efforts associated with federal grants and RFP processes aimed at improving veterans' healthcare facilities.
    The VA Gulf Coast Veterans Health Care System is initiating a comprehensive repair of the chilled water piping at the Joint Ambulatory Care Center (JACC) in Pensacola, FL, following damage from a flood event in May 2023. This project, outlined in a phased approach, focuses on two main phases: waterproofing and insulation repairs. The first phase includes the replacement of pipe fasteners and waterproofing in the penthouse, while the second phase addresses damaged insulation and complete piping replacement. Mandatory subcontractors include Siemens for controls, Kurita for chemical treatment, and Master Insulation for insulation services due to their involvement in prior failure analyses. The work will ensure minimal disruption to healthcare operations and adherence to safety and fire protection standards throughout construction. The project encompasses strict infection control protocols and detailed cleanup requirements to maintain a safe health care environment. The contractor must complete the work within 275 calendar days of the Notice to Proceed, conducting most tasks outside normal working hours to prevent patient care disruption. This undertaking exemplifies the VA's commitment to ensuring facility reliability and safety for veterans and healthcare staff.
    The document outlines the Statement of Work (SOW) for repairing the chilled water piping at the VA Gulf Coast Veterans Health Care System in Pensacola, Florida, following damage from the Memorial Day 2023 flood. It details requirements for subcontracting, project phasing, and the scope of work to ensure minimal disruption to healthcare operations while adhering to safety and infection control protocols. The repair process is divided into two main phases: Phase 1 focuses on waterproofing the penthouse and replacing fasteners, while Phase 2 covers insulation replacement and the installation of new piping. Specific subcontractors are designated for various tasks, such as Siemens for controls systems and Master Insulation for insulation services. The contractor is responsible for conducting exhaustive site surveys, maintaining cleanliness, and complying with fire protection and safety regulations throughout the project. Timeline stipulates that the entire construction must be completed within 275 calendar days after the notice to proceed, with significant aspects of work scheduled outside regular duty hours to avoid impacting patient care. This document embodies the VA's commitment to maintaining operational integrity while addressing infrastructure vulnerabilities, ensuring compliance with federal mandates and safety standards throughout the renovation process.
    Similar Opportunities
    Z2DA--613-22-128 Repair Steam Piping Building 500 to 320 (VA-25-00033489)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair and replacement of steam piping between Buildings 320 and 500 at the VA Medical Center in Martinsburg, WV, under solicitation number 36C24525R0052. The project aims to enhance the efficiency and functionality of the steam heating system by replacing outdated piping, with a focus on maintaining service continuity during construction and adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure, ensuring improved healthcare service delivery for veterans. Interested contractors, particularly service-disabled veteran-owned small businesses, must submit their proposals by August 12, 2025, with an estimated project funding range of $5 million to $10 million. For further inquiries, contact Laura A Tawzer at Laura.Tawzer@va.gov.
    Y1ND--Sanitary Sewer Construction
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair and rehabilitation of the sanitary sewer system at the Hampton VA Medical Center, with a contract set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The project, estimated to cost between $2 million and $5 million, requires the selected contractor to perform at least 25% of the work using their own labor and complete the project within 585 calendar days from the notice to proceed. This initiative is crucial for maintaining the infrastructure that supports healthcare services for veterans, ensuring compliance with safety and environmental standards throughout the construction process. Interested bidders must submit their proposals by July 30, 2025, and can direct inquiries to Contract Specialist Aaron R. Holmes at Aaron.Holmes@va.gov.
    Z1DA--620A4-19-202 Replace Chilled Water Lines Construction at Castle Point VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of chilled water lines at the Castle Point VA Health Care Center in Wappingers Falls, New York, under Project 620A4-19-202. This project, which is a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requires contractors to provide all necessary labor, materials, and equipment to complete the work in compliance with federal, state, and local regulations. The initiative is crucial for enhancing the facility's infrastructure, ensuring a safe and efficient healthcare environment for veterans. Interested contractors must submit their bids electronically by May 31, 2024, and can direct inquiries to Contract Specialist Jason Phillip at jason.phillip@va.gov or Bridget May at bridget.may@va.gov, with the estimated project cost ranging between $5 million and $10 million.
    Y1DA--FY25: NRM (PROJ: 673-21-154) BB Upgrade Building One Sanitary Riser
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the upgrade of the sanitary riser system at Building One of the James A. Haley Veterans' Hospital in Tampa, Florida, under Project Number 673-21-154. The project aims to replace the aging sanitary riser 5, which dates back to the 1970s, with an estimated construction cost between $1,000,000 and $2,000,000, primarily targeting service-disabled veteran-owned small businesses. This initiative is crucial for modernizing the hospital's plumbing infrastructure while ensuring minimal disruption to ongoing medical operations and maintaining patient safety throughout the construction process. Interested bidders must submit their proposals by July 21, 2025, at 2:00 PM EST, and are encouraged to attend a pre-proposal site visit on June 27, 2025; for further inquiries, they may contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov.
    J045--CON-NRM-687-21-106 Replace Mechanical and Plumbing Systems in Multiple Buildings
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace mechanical and plumbing systems at the Jonathan M. Wainwright Memorial VA Medical Center in Walla Walla, Washington, under project number 687-21-106. The project involves significant upgrades across 11 buildings, including the installation of new HVAC systems, plumbing fixtures, and necessary structural modifications, with a performance period of 360 days. This initiative is crucial for enhancing the operational efficiency and safety of healthcare facilities serving veterans, reflecting the VA's commitment to improving infrastructure. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit proposals by August 4, 2025, with an estimated project value between $1,000,000 and $5,000,000. For further inquiries, contact Susan L Howe at Susan.Howe2@va.gov.
    Z1DA--CONS BLDG 1 and Clinical Addition Legionella Eradication Project Number 540-20-103
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Building 1 and Clinical Addition Legionella Eradication Project" at the Louis A. Johnson VA Medical Center, aimed at eliminating Legionella bacteria from the facility's plumbing systems. This comprehensive construction project involves the demolition and alteration of existing structures, installation of new equipment, and strict adherence to safety and infection control protocols to ensure the continued operation of the medical center during renovations. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with an estimated construction cost between $2 million and $5 million, and bidders must submit proposals by July 24, 2025. For further inquiries, interested parties can contact Contracting Officer Rebecca L Besten at rebecca.besten@va.gov.
    J041--Building 4 Chiller Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of the chiller system in Building 4 at the Northampton VA Medical Center, as outlined in solicitation number 36C24125Q0595. This procurement is specifically set aside for Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a focus on compliance with the Performance Work Statement (PWS) and adherence to safety and regulatory standards. The selected contractor will be responsible for providing all necessary labor, materials, and ensuring site cleanliness and proper waste management throughout the project. Proposals must be submitted electronically by July 10, 2025, and any questions regarding the solicitation should be directed to the Contracting Officer, Tnauri Woodbridge, at tnauri.woodbridge@va.gov by July 3, 2025.
    Z1DA--620A4-19-202 Replace Chilled Water Lines Construction at Castle Point VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to solicit bids for the construction project titled "Replace Chilled Water Lines" at the Castle Point VA Medical Center in Wappingers Falls, New York. This initiative aims to replace the aging chilled water distribution system, originally installed in the 1980s, which has become increasingly difficult to maintain and is critical for ensuring seamless transitions between heating and cooling, thereby supporting patient care and safety. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction value between $5 million and $10 million, and a performance period of approximately 1,100 calendar days following the issuance of the Notice to Proceed. Interested contractors should direct any inquiries to Contract Specialist Jason Phillip via email at jason.phillip@va.gov, with the solicitation expected to be released in late June or early July 2025.
    Z2DA--Provide Dedicated Steam Supply Line to SPS
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for construction services to establish a dedicated steam supply line to the Sterile Processing Service (SPS) at the VA Caribbean Healthcare System in San Juan, Puerto Rico. This project, identified as number 672-23-108, aims to enhance the healthcare infrastructure by ensuring reliable steam supply, which is critical for the operation of medical facilities. The contract, valued between $500,000 and $1,000,000, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires compliance with stringent safety and performance standards, including a construction timeline of 540 calendar days from the Notice to Proceed. Interested contractors should contact Contract Specialist Ivan Nieves Cruz at ivan.nieves-cruz@va.gov or call 787-452-1609 for further details and must submit their proposals electronically by the specified deadline.
    Y1DA--VISN 8 MATOC - CARIBBEAN
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on construction services within the Caribbean VA Healthcare System, specifically for the construction of a High Level Disinfection Room at the San Juan VA Medical Facility. This contract, valued at a maximum of $700 million over five years, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to enhance healthcare infrastructure for veterans by improving medical facility capabilities. Interested contractors must submit proposals that include detailed past performance information, pricing, and administrative requirements, with a proposal submission deadline of April 22, 2024. For further inquiries, Jacquelyn Wise, the Contract Specialist, can be contacted at jacquelyn.wise@va.gov.