Z1DA--556-23-101: Renovate CLC Building 134-2C
ID: 36C25225B0005Type: 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

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting 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. This project, designated as 556-23-101, involves comprehensive construction work, including interior finishes, HVAC, plumbing, and electrical systems, with a focus on compliance with health and safety standards. The renovation aims to enhance the facility's infrastructure to better serve veterans, ensuring a safe and functional healthcare environment. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by March 6, 2025, at 1:00 PM CST, and can direct inquiries to Contract Specialist Hudell D. Ballen at Hudell.Ballen@va.gov. The estimated project cost ranges between $5 million and $10 million.

    Point(s) of Contact
    Hudell D BallenContract Specialist
    Hudell.Ballen@va.gov
    Files
    Title
    Posted
    This document outlines the Request for Proposals (RFP) for the renovation of CLC Building 134 - 2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The project, estimated to cost between $5 million and $10 million, requires a contractor to provide all necessary labor, materials, and supervision to complete construction in accordance with specified drawings and regulations. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Key requirements include adherence to health and safety standards, a 370-day completion timeline post-award, and a mandatory site visit for bidders. Contractors must submit detailed safety and environmental records, including their Experience Modification Rate (EMR), and may be required to furnish performance and payment bonds. The RFP emphasizes strict compliance with the VA's guidelines, including a proactive construction safety and infection control plan. Additionally, the contractor is responsible for maintaining relevant records and adhering to equal opportunity employment laws. This solicitation underscores the government's initiative to enhance healthcare facilities while supporting veteran-owned businesses and ensuring compliance with regulatory standards throughout the construction process.
    The Pre-Solicitation Notice outlines the renovation project for Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois, identified by Solicitation Number 36C25225B0005. The project entails converting approximately 12,590 square feet for a new Community Living Center (CLC), with the existing HVAC system being integrated into the new space. Contractors are expected to complete the renovations within 370 calendar days following the Notice to Proceed (NTP). This procurement falls under the NAICS Code 236220, with an estimated construction cost between $5 million and $10 million. The solicitation is designated as a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, aligning with Public Law 109-461, and bidders must demonstrate SDVOSB eligibility. The solicitation will be available on SAM.gov around October 28, 2024, with two pre-bid conferences to be scheduled afterward. Interested vendors must have current registration in the System for Award Management (SAM) and are responsible for monitoring updates on the solicitation. Key contacts for the project include Contracting Officer Ryan McMillin and Contract Specialist Hudell Ballen, both of whom are part of the Department of Veterans Affairs' Great Lakes Acquisition Center.
    The document is an amendment (0001) to the Invitation for Bids (IFB) for the renovation of the Community Living Center (CLC) Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL (Project Number 556-23-101). It serves to correct administrative errors, update critical information, and provide clarifications for potential bidders. Key changes include the publication of a site visit sign-in sheet, revisions to solicitation deadlines, and an extension of the bid due date from February 14, 2025, to February 21, 2025, at 11:00 AM (CST). The document also clarifies the deadline for submitting requests for information (RFIs) regarding the solicitation, now set for February 7, 2025. Additionally, the amendment addresses specific inquiries received and provides answers to questions from prospective bidders regarding the project and its documentation. Overall, this amendment aims to ensure clarity and accuracy in the bidding process, maintaining the integrity and smooth execution of the contract solicitation for the renovation project, showcasing the Department of Veterans Affairs' commitment to transparency and efficiency in its procurement processes.
    The document pertains to Amendment 0002 of the Invitation for Bids (IFB) for the renovation project of CLC Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. Its main purpose is to address administrative errors and communicate essential changes related to the solicitation. Notably, the amendment includes the publication of the site visit sign-in sheet for interested offerors and reaffirms that the bid opening date remains unchanged: Friday, February 21, 2025, at 11:00 AM CST, to be held at the Department of Veterans Affairs Great Lakes Acquisition Center. The document underscores the importance of acknowledging receipt of the amendment and warns that failure to do so may lead to rejection of offers. It is a critical communication for potential bidders in the federal procurement process, ensuring they are informed about modifications and requirements associated with the bidding process.
    The document is an amendment (0003) related to the Invitation for Bids (IFB) 36C25225B0005 issued by the Department of Veterans Affairs for the renovation of Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. This amendment serves to correct administrative errors and extend the deadline for bid submissions. The new due date for offers is now set for March 6, 2025, at 1:00 PM CST, a shift from the previous date of February 21, 2025, at 11:00 AM CST. The communication emphasizes the need for bidders to acknowledge receipt of the amendment and adhere to the modified timeline to avoid rejection of their offers. The purpose of this amendment is to ensure clarity and compliance in the bidding process for the renovation project. Overall, it reflects the government’s efforts to facilitate accurate and timely submissions within the federal contracting framework.
    The document outlines the specifications for the renovation of Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois, under Project No. 556-23-101, issued by the Department of Veterans Affairs. It details extensive construction requirements across various disciplines, including general requirements, existing conditions, specialized construction, HVAC, plumbing, and electrical systems. Key components include the necessity for a well-structured project schedule that incorporates long-lead items to avoid construction delays, adherence to safety and quality standards, and strict submittal protocols for materials and systems. The contractor is tasked with ensuring that all submissions are timely and compliant, thereby facilitating efficient project execution and coordination among subcontractors. Overall, the document emphasizes the VA's commitment to improving healthcare infrastructure while maintaining regulatory compliance, safety, and sustainable construction practices throughout the renovation process.
    The document outlines the certification requirements under the VAAR 852.219-75, specifically focusing on limitations regarding subcontracting for contracts related to services and construction. It emphasizes that, as per 38 U.S.C. 8127(k)(2), a contractor must ensure that no more than 85% of the amount received from the government is paid to firms not listed as Veteran Institute for Procurement (VIP) Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Any further subcontracting by similarly situated VIP-listed subcontractors will count towards this limit, while the cost of materials is exempt from this calculation. The contractor must provide a signed certification confirming compliance with these limitations if awarded the contract, declaring their authority to execute such certification. The document serves to enforce compliance with federal guidelines aimed at supporting veteran-owned businesses in government contracting, particularly in construction and service sectors.
    Amendment 01 for the Captain James A. Lovell Federal Health Care Center project addresses modifications to VA Master Specifications pertaining to high-temperature piping systems. Prompted by an internal VA memo from December 2024, the amendment updates specifications for flanged connections on steam and hot water piping systems. Specifically, it replaces the previously acceptable ASTM A307 general-purpose bolts with ASTM A193 high-temperature bolts and ASTM A194 high-temperature nuts to ensure safety and efficiency in high-pressure environments. The document outlines specification revisions in sections 232113 (Hydronic Piping) and 232213 (Steam and Condensate Heating Piping), detailing deletions and replacements in the relevant paragraphs to standardize high-strength materials for bolting connections. This adjustment reflects the VA's commitment to enhancing infrastructure reliability and performance. The amendment emphasizes the necessity of using materials capable of withstanding the challenges associated with high-temperature and high-pressure operations, thus aiming to ensure long-term service and safety in the facility's plumbing systems.
    The document presents a detailed equipment plan and construction guidelines for the renovation of the Captain James A. Lovell Federal Healthcare Center, specifically focusing on building 134-2C. Key elements include specifications for various rooms related to patient care and staff areas, encompassing utilities like plumbing, electrical, and medical gases. It outlines required furnishings and installations to ensure compliance with healthcare standards, including specialized equipment for patient handling and safety. The aim is to optimize infrastructure to support medical operations effectively while aligning with VA equipment lists and regulations. Emphasis is placed on life safety measures, utility connections, and a contractor's responsibilities, crucial for achieving a fully functional healthcare environment post-renovation. The structured design and annotation cater to construction teams and ensure the project meets the government’s strict safety and operational guidelines.
    The document outlines the interior finish schedule for the renovation of Building 134-2C at the Captain James A. Lovell Federal Healthcare Center. It details specific materials, finishes, and installation methods for various spaces within the facility, emphasizing compliance with health and safety standards. Key elements include types of flooring, wall protection, and finishes, such as paint and tile specifications. An organized finish schedule categorizes different areas and outlines the corresponding materials, including handrails made from stainless steel and decorative resin panels for patient rooms. The renovation aims to create a safe and appealing environment, ensuring functionality and aesthetic value in healthcare settings. This document serves as a critical reference for contractors and project managers involved in the construction, guiding them on material selection and installation techniques to align with federal standards. Overall, it reflects the government's commitment to providing high-quality healthcare environments.
    The document details the addendum for the construction project 556-23-101, aimed at renovating CLC Building 134-2C at the Captain James A. Lovell Federal Health Care Center. It specifies that a contractor must provide all necessary tools, materials, labor, and oversight for the renovation, which encompasses 12,590 square feet and requires integration with the existing HVAC system. The addendum emphasizes the need to disregard certain bid deduct alternates and provides precise instructions regarding the acquisition and installation responsibilities for various specialty equipment. The Veterans Affairs (VA) will supply several items, including paper towel and sanitary napkin dispensers, while the contractor is tasked with their installation. Similarly, specific standalone appliances, like a range and ice dispenser, will be supplied by the VA. The document identifies essential compliance requirements, details adjusting install aspects for patient lift systems, and outlines contracted consumables for hygiene, reinforcing the project's commitment to safety and functionality. This renovation seeks to ensure the facility is compliant, fully functional, and equipped with necessary health provisions.
    The document outlines the contracted dispensers for the FHCC, indicating a comprehensive list of consumable items that will be supplied and installed through a partnership with contractors. The specified items include paper towel dispensers (Georgia Pacific ENMOTION), soap dispensers (SC Johnson Proline Manual), hand sanitizer dispensers (Purell CS8), toilet tissue dispensers (Georgia Pacific GP Pro), and toilet seat dispensers (Tough Guy). Each item is noted as surface-mounted, emphasizing their design requirements. This contract aims to standardize the consumables across the facility, ensuring uniformity in hygiene-related installations, which is crucial for maintaining health and safety standards. The document lays the groundwork for procurement and installation, thereby aligning with the broader goals of government requests for proposals (RFPs) related to facility management and operational efficiency in healthcare settings. It suggests an organized approach to enhancing sanitation infrastructure, essential in public health contexts.
    The VHA Directive 1192.01 establishes a mandatory seasonal influenza vaccination program for all Veterans Health Administration (VHA) health care personnel (HCP). The directive aims to enhance compliance with the recommendation for annual flu vaccinations, driven by lower vaccination rates among VHA HCP compared to national averages. It emphasizes that vaccination is crucial for protecting vulnerable populations and preventing healthcare-associated flu transmission. The directive includes definitions of key terms, outlines responsibilities for various roles within the organization, and details procedures for implementation. HCP must be vaccinated annually, submit required documentation, or obtain medical or religious exemptions—noncompliance leads to disciplinary action. The directive indicates a commitment to meeting established vaccination goals set by health authorities while highlighting collaboration across different health services. Overall, it underscores the importance of vaccination as a primary method for reducing influenza-related risks within VHA facilities.
    The document outlines comprehensive safety requirements and standards for construction projects managed by the Veterans Health Administration (VHA). It is derived from the VHA model specification and emphasizes adherence to federal regulations, including various health and safety codes, and is aimed at ensuring a safe working environment for all personnel involved in construction activities. Key components include the establishment of an Accident Prevention Plan (APP), requiring project-specific safety measures, employee training, and robust accident reporting protocols. The document mandates daily safety inspections and defines roles for Safety and Health Officers and Competent Persons. Specific safety protocols for activities involving cranes, excavation, electrical work, fall protection, and temporary structures are detailed to mitigate risks of accidents. Infection control and hazard communication are significant, especially within medical facilities, alongside strict fire protection and emergency response protocols. Compliance with OSHA standards and regular training sessions, including a necessary OSHA 30-hour training for workers, are reinforced. The guidance presented is essential for contractors as it ensures not only legal compliance with safety standards but also the protection of employees, patients, and the public during construction operations, highlighting the VA's commitment to safety and health in federal construction projects.
    The document outlines the Infection Control Requirements for construction projects in VA medical facilities, emphasizing the critical need for minimizing airborne contaminants during both interior and exterior work. Infection control procedures are categorized into four risk classes, each detailing specific actions and precautions to prevent dust and pollutants from affecting patient areas. The requirements include conducting risk assessments, cleaning protocols, and maintaining negative air pressure in construction zones. Key elements include mandatory permits for higher risk classifications, barriers to contain construction debris, and rigorous training for contractor personnel regarding infection prevention. Tuberculosis screening and COVID-19 vaccination/testing protocols are also specified for all workers prior to site access. The purpose of these specifications is to ensure compliance with health and safety standards, thereby protecting patients and staff while facilitating necessary construction activities. The document serves as a guideline for contractors involved in federal and state-funded projects to ensure adherence to stringent infection control measures.
    The document outlines the Quality Requirements for contractors engaged by the VA, emphasizing the importance of Quality Control (QC) and Quality Assurance (QA) throughout project execution. It mandates that contractors develop comprehensive plans for both QC and QA, which must be submitted to the VA Contracting Officer’s Representative (COR) for approval prior to mobilization. Key responsibilities include diligent management of project quality, adherence to technical regulations, and proper documentation of submittals, including essential certifications and submissions from subcontractors. The role of the Project Manager is crucial, ensuring compliance with contract specifications and maintaining oversight to prevent non-compliance, which may lead to project delays or terminations. The document also specifies the necessity for contractors to present alternative products with a systematic comparison to original specifications, focusing on tangible performance metrics rather than subjective attributes. Finally, the procedures for review and acceptance of submissions by the COR are highlighted, making it clear that failure to provide compliant documents may result in costly consequences for the contractor. Overall, this document reflects the VA's emphasis on meticulous quality standards and accountability in construction projects to uphold safety, functionality, and regulatory compliance.
    The document outlines regulatory requirements for projects undertaken by the U.S. Department of Veterans Affairs (VA), emphasizing compliance with federal laws and nationally recognized codes and standards. It includes pertinent references such as the Federal Buildings Energy Efficiency Code and various safety acts, including the Occupational Safety and Health Act and the Americans with Disabilities Act. The VA is responsible for ensuring that construction projects adhere to its policies, particularly in relation to fire protection, public health, and safety. It highlights that the VA, as an authority having jurisdiction (AHJ), must oversee its own construction processes, independent of local building codes. Additionally, compliance with industry standards from organizations like the American Concrete Institute and National Fire Protection Association is mandated. Specific directives, such as ensuring adherence to guidelines related to sustainability and the design of facilities for women veterans, are noted. The document also references resources available through the VA’s Technical Information Library to assist in meeting these compliance requirements. Overall, the file serves to facilitate the planning and execution of construction projects while ensuring they meet regulatory expectations and industry best practices.
    Lifecycle
    Similar Opportunities
    Z2DA--537-17-115: SPS Construction Phase 2, 3 &4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the construction renovation of the Sterile Processing Services (SPS) Department at the Jesse Brown VA Medical Center in Chicago, Illinois, encompassing phases 2, 3, and 4 of the project. The objective is to enhance the facility's operational efficiency and safety through significant renovations, including HVAC system upgrades, plumbing, and stringent infection control measures, with a total project cost estimated between $2 million and $5 million. This initiative is crucial for modernizing healthcare infrastructure, ensuring compliance with national standards, and improving sterile processing capabilities within the medical center. Interested contractors, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB), must submit their bids by March 17, 2025, following a pre-bid site visit on February 24, 2025; for further inquiries, contact Contracting Officer Stacy Hoover at stacy.hoover2@va.gov or 414-844-4830.
    Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
    Buyer not available
    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, under Project Number 556-23-104. The project 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 the operational integrity of the healthcare facility, ensuring compliance with safety and health standards during construction. Interested contractors must submit their offers by March 12, 2025, and can direct inquiries to Contracting Specialist Deontrinese Dalton at deontrinese.dalton@va.gov.
    Y1DZ--556-23-108: (CON) Expand Police Dispatch Captain James A. Lovell FHCC, North Chicago, IL 60064-3048
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the expansion of the Police Dispatch facility at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This project requires contractors to provide all necessary labor, materials, and supervision to complete renovations, with a focus on maintaining operational integrity within the healthcare facility throughout construction. The estimated contract value ranges from $1,000,000 to $2,000,000, and it is exclusively available to verified Service-Disabled Veteran-Owned Small Business Firms. Interested contractors must submit their bids by March 11, 2025, and are encouraged to contact Contracting Specialist Deontrinese Dalton at deontrinese.dalton@va.gov for further details.
    Z1DA--556-23-105 Roadway and Sidewalk Improvements (VA-25-00021311)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Z1DA--556-23-105 Roadway and Sidewalk Improvements project at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This initiative aims to enhance accessibility and safety through significant infrastructural upgrades, including the installation of concrete sidewalks, ADA ramps, and traffic control measures, while ensuring compliance with all relevant regulations. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with an estimated budget between $2 million and $5 million, and bids are due by 10:00 AM CST on March 5, 2025. Interested contractors should contact Contract Specialist Hudell D Ballen at hudell.ballen@va.gov for further details.
    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.
    Y1DA--537-23-102 VMU Equipment Tie-in
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the VMU Equipment Tie-in project at the Jesse Brown VA Medical Center in Chicago, IL. This procurement involves the installation of utility connections for washing equipment and the construction of stainless steel partitions, with a project magnitude estimated between $100,000 and $250,000, specifically set aside for verified service-disabled veteran-owned small businesses. The successful contractor will be required to complete the work within 187 calendar days following the Notice to Proceed, ensuring compliance with safety regulations and maintaining operational capabilities in an occupied medical facility. Interested parties should direct inquiries to Contract Specialist Kristine A Sutton at kristine.sutton@va.gov, with bids due by March 4, 2025, following a pre-bid site visit on February 12, 2025.
    Renovate Community Living Center (CLC) - 1st & 2nd Floor
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of the Community Living Center (CLC) at the Miami VA Medical Center, specifically targeting the 1st and 2nd floors. The project aims to enhance the facility's functionality and safety through extensive renovations, including demolition, installation of new finishes, and upgrades to mechanical and electrical systems, all while ensuring compliance with safety and accessibility standards. This initiative underscores the VA's commitment to modernizing healthcare facilities for veterans, with a budget estimated between $1 million and $5 million and a performance period of 800 days post-award. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit proposals by February 28, 2025, and can direct inquiries to primary contact Jean O. Pierre at Jean.Pierre1@va.gov or secondary contact Aldwyn Singleton at aldwyn.singleton@va.gov.
    C1DA--556-25-109 A/E MEP at FHCC Fire Alarm Upgrade
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide Mechanical, Electrical, and Plumbing (MEP) services for a fire alarm upgrade project at the Captain James A. Lovell Federal Health Care Center (FHCC) in North Chicago. The procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires specialized experience in healthcare facility design, with a focus on compliance with federal regulations and standards. This project is critical for ensuring the safety and operational efficiency of healthcare services, with an estimated contract value between $20 million and $25 million, and a design period of approximately 206 days followed by construction services lasting up to five years. Interested firms must submit their qualifications electronically by February 24, 2025, and can direct inquiries to Contracting Officer Lynn VanderVelde at Lynn.VanderVelde@va.gov or (414) 844-4872.
    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.
    Z2DA-- Renovation of the 1D Clinic Project No: 671-22-157
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the 1D Clinic at the Audie L. Murphy VA Medical Center in San Antonio, Texas. The project requires contractors to provide all necessary labor, materials, and equipment for a comprehensive renovation covering approximately 1,310 square feet, with a focus on minimizing disruption to hospital operations and adhering to strict safety and infection control standards. This initiative is part of the VA's commitment to enhancing healthcare infrastructure for veterans, with an estimated construction cost between $500,000 and $1,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit bids by February 28, 2025, following a mandatory site visit on February 4, 2025, and are encouraged to direct inquiries to Contract Specialist Makarim Abdul-Jabbar at makarim.abdul-jabbar@va.gov.