Z2DA--537-24-106 Create a Contractor Lay-Down Zone
ID: 36C25225B0017Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the establishment of a contractor lay-down zone at the Jesse Brown VA Medical Center in Chicago, IL, under project number 537-24-106. The project requires the contractor to provide all necessary labor, materials, and supervision, with a total estimated cost between $100,000 and $250,000, specifically reserved for certified service-disabled veteran-owned small businesses (SDVOSBs). This initiative is crucial for developing infrastructure that supports veteran-owned businesses while ensuring compliance with safety and environmental regulations throughout the construction process. Interested contractors should contact Richard W. Goodman at richard.goodman1@va.gov for further details, and note that the performance period is set for 265 calendar days post-award, with mandatory pre-bid site visits and submission protocols for Requests for Information (RFIs) outlined in the solicitation documents.

    Point(s) of Contact
    Richard W GoodmanContract Specialist
    richard.goodman1@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for a construction project at the Jesse Brown VA Medical Center in Chicago, IL, specifically for establishing a contractor lay-down zone under project number 537-24-106. The contractor is responsible for supplying all necessary labor, materials, and supervision, with a total project cost projected between $100,000 and $250,000, exclusively reserved for certified service-disabled veteran-owned small businesses (SDVOSBs). Key requirements include ensuring compliance with various regulations concerning safety, environmental standards, and workmanship, as outlined in the specifications. The contractor is required to perform extensive preparations, including ground leveling, electrical installations for trailers, and constructing a fence with access gates. The performance period spans 265 calendar days post-award, with comprehensive requirements for contractor qualifications, safety records, and the provision of necessary bonds. Mandatory pre-bid site visits and the submission protocols for Requests for Information (RFIs) are also specified. The RFP emphasizes the importance of monitoring compliance and maintaining communication with the VA's contract officer, ensuring adherence to federal acquisition regulations throughout the project. This RFP reflects the government's intent to not only develop infrastructure but also to support veteran-owned businesses in federal contracting.
    The Department of Veterans Affairs has released a presolicitation notice for a construction project aimed at creating a Contractor Lay-Down Zone at the Jesse Brown VA Medical Center in Chicago, Illinois. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor will be responsible for all necessary tools, labor, and materials to prepare the site, including extending electrical power, placing trailers, and securing the area with fencing and a ramp for vehicle access. Work must comply with applicable regulations and VA safety policies, with a completion timeline of 265 calendar days after a Notice to Proceed. The solicitation number is 36C25225B0017, and the estimated project cost ranges from $100,000 to $250,000. The announcement signifies the importance of supporting veteran-owned businesses within government contracting. The official solicitation will be available on SAM.gov around June 3, 2025, with bids due approximately July 5, 2025. Interested parties must meet specific eligibility criteria and can register on SAM.gov if not already registered. A pre-bid site visit is encouraged and details will be included in the solicitation package.
    The document is an amendment to solicitation number 36C25225B0017, issued by the Department of Veterans Affairs for the Contractor Lay-Down Zone project at the Jesse Brown VA Medical Center in Chicago, IL. This amendment, identified as Amendment 0001, was released to update the solicitation format following a formatting error in the posted documents. Key details remain unchanged, including the project specifications, drawings, and the bid opening date, which is scheduled for August 27, 2025, at 11:00 am local time. The amendment specifically ensures that all offerors and bidders acknowledge receipt and adhere to the updated solicitation format. Despite the administrative changes made in the amendment, the core terms and conditions remain intact, reinforcing the importance of clear communication and compliance regarding federal procurement procedures.
    The document is an amendment (0002) to solicitation 36C25225B0017 related to the Contractor Lay-Down Zone for Project #537-24-106 at the Jesse Brown VA Medical Center in Chicago, IL, administered by the Department of Veterans Affairs. The amendment is a notification for all offerors and provides a pre-bid site visit sign-in sheet without making changes to project specifications or drawings. The bid opening is confirmed to remain unchanged, scheduled for 8/27/2025 at 11:00 am at the specified address in Milwaukee, WI. The amendment's primary focus is to ensure that interested parties acknowledge receipt of the amendment and provide adequate information before the bid submission deadline. It upholds the integrity of the original solicitation while facilitating necessary communications and documentation for the bidding process.
    This document serves as Amendment 00003 to Solicitation 36C25225B0017 regarding the Contractor Lay-Down Zone project at the Jesse Brown VA Medical Center in Chicago, IL (Project# 537-24-106). The amendment addresses pre-bid Requests for Information (RFI) responses and confirms that there are no changes to the project specifications or drawings. The bids will remain due on August 27, 2025, at 11:00 AM local time, with all bid submission processes remaining unchanged. Furthermore, a pre-bid RFI responses document is attached for reference to ensure prospective bidders have the necessary information. The document outlines the administrative changes, clarifies the project details, and emphasizes compliance with the solicitation process, reiterating the importance of acknowledgment of receipt of the amendment by offers prior to the submission deadline. Overall, this amendment aims to maintain transparent communication with bidders while ensuring ongoing adherence to project timelines and specifications.
    The document pertains to the construction project entitled "Create Contractor Lay-Down Zone" at the Jesse Brown VA Medical Center in Chicago, Illinois, under the Department of Veterans Affairs. It outlines a structured timeline for various tasks associated with the project, including kick-off, coordination, pre-construction, mobilization, and closeout submissions, totaling 265 calendar days post-notice to proceed (NTP). Additionally, it includes logs for requests for information (RFI), submittals, a punchlist for construction tasks, payment history, and contractor modifications, aimed at ensuring compliance and project oversight. Key participants in meetings and daily reports are also documented to track project progress. Overall, the document serves as a comprehensive guide to the phases of construction and communication necessary for the successful execution of the project while adhering to federal regulations. The structured data promotes efficient project management within the government contracting framework.
    The Jesse Brown VA Medical Center's project, numbered 537-24-106, aims to establish a Contractor Lay-Down Zone by March 13, 2025. The document outlines general and specific requirements for the contractor, including adherence to safety protocols, construction security measures, and detailed project scheduling. It emphasizes the contractor's responsibility for site preparation, demolition, and ensuring compliance with all VA regulations. Key aspects include the contractor's obligation to develop a project schedule, report updates regularly, and manage utilities without disrupting medical center operations. The document also details requirements for maintaining security, documenting construction progress, and ensuring the protection of existing structures during renovations. Critical infrastructure, utility services, and construction waste management are highlighted as priority areas. Additionally, the contractor is mandated to provide comprehensive maintenance and operating manuals, manage warranty obligations post-completion, and ensure transparency through photographic documentation of ongoing work and completed phases. This project illustrates the VA's commitment to improving services while maintaining strict adherence to safety, operational continuity, and regulatory compliance throughout the construction process.
    The VA Handbook 6500 provides comprehensive guidelines for the Risk Management Framework (RMF) within the Department of Veterans Affairs (VA), aligning with federal cybersecurity standards. This handbook outlines policies and procedures crucial for managing risk to VA information systems, emphasizing adherence to various federal laws including FISMA and HIPAA. Key changes from previous editions include the removal of certain control descriptions and the integration of content from related handbooks, enhancing clarity and usability for stakeholders. The document details responsibilities of various roles within the VA, ranging from the Chief Information Officer (CIO) to Information System Security Officers. It describes a structured approach to risk management through preparatory steps and systematic processes, ensuring security through continuous monitoring and assessment protocols. Overall, the handbook aims to foster a culture of security that supports the VA's mission while safeguarding sensitive information and ensuring efficient operations across all VA IT systems and platforms. It underscores cooperation between different VA offices and promotes a structured method for documenting and addressing security risks, ultimately enhancing the agency's cybersecurity posture.
    The document outlines a solicitation for the construction of a Contractor Lay-Down Zone at the Jesse Brown VA Medical Center in Chicago, IL. The project requires the contractor to supply labor, materials, and supervision as per the specifications provided, with a cost estimate between $100,000 and $250,000. This procurement is exclusively set aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under the authority of 38 U.S.C. 8127(d). Key components of the project include site preparations, installation of storage containers, fencing, electrical work, and ensuring compliance with health and safety standards, including mandatory annual vaccinations for workers. Bids must be submitted by August 27, 2025, with a pre-bid site visit scheduled for July 16, 2025, emphasizing the importance of site inspection prior to submission. The document also highlights the requirement for performance and payment bonds and includes a comprehensive set of performance standards and conditions guiding the project execution. Overall, this solicitation demonstrates the VA's commitment to engaging SDVOSBs and ensuring compliance with federal contracting regulations while advancing infrastructure improvements at the facility.
    The document outlines construction components for a project related to the Damen Building, specifically highlighting the installation of a concrete walk and a concrete ramp on the first floor. The focus is on accessibility and structural enhancement to support the building's functionality. The inclusion of the concrete walk and ramp indicates an emphasis on compliance with standards for accessibility, improving the ease of movement for individuals utilizing the building. Details regarding dimensions and specific locations are mentioned, although no further specifications are provided. The project appears to reflect an effort to upgrade infrastructure in alignment with federal or local regulations, supporting broader government initiatives for improving public spaces and facilities.
    The file presents the Statement of Work (SOW) for Project Number 537‐24‐106, which entails the establishment of a Contractor Lay-Down Zone. The document includes site pictures indicating south and east views of the proposed area, with the latest revision dated 10/23/2024. The primary objective of this project is to create a designated area for contractors to store and organize equipment and materials, ensuring operational efficiency during construction activities. The SOW is crucial for outlining expectations and requirements for contractors involved in the project, facilitating compliance with federal and local regulations regarding construction zones. Overall, this document serves as a foundational guideline for executing the project in an organized and compliant manner.
    The document is a subcontractor payment summary related to the Department of Veterans Affairs, specifically from the Great Lakes Acquisition Center (GLAC). It is designed to provide a structured report of payments concerning subcontractors or vendors involved in various projects. The summary includes essential details such as the name of the prime contractor, project and contract numbers, the subcontractor/vendor name, a brief description of the work performed, the reporting period, contract award date, total subcontract amount, previously paid amounts, and the current payment requested. The document's structure facilitates tracking payments throughout the contracted work while ensuring transparency and compliance with federal regulations. This summary supports the broader context of government RFPs and grants by ensuring accountability and proper fund allocation within the scope of federal contracting, highlighting the government's commitment to overseeing financial transactions in service-related agreements.
    The provided government document appears to be a corrupted or poorly formatted file, lacking coherent content. It does not convey intelligible information regarding federal RFPs, grants, or local proposals, making it impossible to extract a clear topic, main ideas, or supporting details. The file, instead, consists of seemingly random symbols and characters, rendering any analysis or summarization of key points infeasible. Consequently, it cannot fulfill the typical requirements expected of government-related documents, such as transparency, clear communication, or comprehensible content, which are essential for stakeholders seeking to understand funding opportunities or proposal requirements. Without meaningful content or structure, further analysis and summarization are not achievable.
    The provided document appears to be a corrupted or unreadable file, lacking coherent text or identifiable structure. Based on its context relating to government proposals, grants, and RFPs, one could infer that the intended content might detail specific funding opportunities, project proposals, evaluation criteria, or instructions for applicants regarding federal or state grant applications. However, without clear legible text, it is impossible to extract key ideas, supporting details, or a systematic structure. Due to this obscurity, it remains essential to provide an effective approach for analyzing similar documents in the realm of government proposals, focusing on identifying funding sources, understanding eligibility requirements, outlining necessary documentation, and clarifying application processes to ensure comprehensive compliance with federal and local guidelines.
    This document outlines wage determinations for landscaping work on construction projects in Illinois, particularly in various counties including Boone, Cook, and Du Page. It specifies minimum wage rates mandated under the Davis-Bacon Act and the applicable Executive Orders, which vary based on contract dates. For contracts initiated or renewed after January 30, 2022, a minimum rate of $17.75 per hour is required, while contracts awarded between January 1, 2015, and January 29, 2022, stipulate a minimum of $13.30 per hour. The document provides detailed wage classifications for workers engaged in urban and highway construction, including equipment operators and laborers, alongside specific fringe benefits. For truck drivers, classifications detail rates based on the number of axles and associated fringe amounts, with additional benefits like health insurance and paid holidays. The structure of the document differentiates wage rates by geographical area and outlines appeals processes for disputes regarding wage determinations. This information is integral for companies engaging in governmental contracts, ensuring compliance with federal wage laws in landscaping-related construction work.
    The document contains responses to a series of Requests for Information (RFIs) related to the construction of a Contractor Lay-Down Zone at the John D. Dingell VA Medical Center, dated July 29, 2025. Key inquiries include the roles of the Superintendent as both Quality Control Manager and Site Safety & Health Officer, both of which the VA confirms can be fulfilled by the Superintendent. Additionally, the VA will determine the location of laydown/storage areas and dumpsters based on available space during mobilization. The document clarifies that photographic documentation can be performed by the general contractor rather than requiring a third-party service. Furthermore, it mentions that electronic submittals can be handled via email or through software options such as Procore. The responses, listed under a single amendment, collectively address logistical and procedural aspects of the project, ensuring compliance with operational expectations and facilitating the contractor's planning process. This documentation is vital for ensuring clarity in project execution and compliance with the VA's requirements.
    Lifecycle
    Similar Opportunities
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, designated as Solicitation Number 36C25225B0024, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements, and is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The estimated contract value ranges between $5 million and $10 million, with a performance period of 450 calendar days following the Notice to Proceed. Interested contractors must submit their bids by December 11, 2025, at 1:00 PM CDT, and are encouraged to direct inquiries to Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    Z1DA--Relocate Infusion Clinic and Hemo Offices - 539-21-207
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the relocation of the Infusion Clinic and Hemo Offices at the Cincinnati VA Medical Center. The project involves renovating approximately 2,056 gross square feet of space, including general construction, mechanical, electrical, plumbing, and technology trades, as well as asbestos and lead-based paint abatement. This construction effort is critical for enhancing healthcare services provided to veterans, with an estimated project value between $1,000,000 and $5,000,000. Interested service-disabled veteran-owned small businesses (SDVOSB) should contact Contracting Officer Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718 for further details, with the Invitation for Bids expected to be posted around November 20, 2025.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Spring
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project, estimated to cost between $5,000,000 and $10,000,000, is critical for modernizing the facility's data management capabilities and ensuring compliance with safety and operational standards. Interested bidders must submit their proposals electronically by December 18, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Y1DA--528A6-25-614 Replace Sidewalks Station Wide
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Sidewalks Station Wide" project at the Bath VA Medical Center in Bath, NY, under Project Number 528A6-25-614. This procurement involves the demolition of existing sidewalks and the installation of approximately 22,000 square feet of new concrete sidewalks, including ADA-compliant tactile warning surfaces, along with the installation of new metal handrails and restoration of disturbed lawn areas. The project is critical for ensuring safe access for veterans and visitors, with a total estimated cost between $250,000 and $500,000, and a completion timeline not exceeding 120 days from the Notice to Proceed. Interested contractors must submit their bids by December 10, 2025, at 12:30 PM EST, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further inquiries.
    Z2DA--Install Building Lightning Protection Project# 695-22-106
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Install Lightning Protection" project (Project 695-22-106) at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project involves the installation of lightning protection systems across multiple buildings, including Buildings 70, 91, 102, 111, 112, 113, and 123, with an estimated cost between $2,000,000 and $5,000,000 and a completion timeframe of 365 days from the Notice to Proceed. The procurement is set aside for CVE verified Service-Disabled Veteran-Owned Small Business Firms (SDVOSB), emphasizing the importance of compliance with subcontracting limitations and safety protocols. Bids are due by December 4, 2025, at 10:00 AM CST, with a virtual bid opening scheduled for the same day at 11:00 AM CST. Interested bidders should contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov for further details.