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

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL, under Project Number 556-23-101. The project involves comprehensive renovations to create a fully functional Community Living Center (CLC), including selective demolition, installation of new HVAC systems, and compliance with health and safety standards. This renovation is crucial for enhancing healthcare services provided to veterans, ensuring a safe and compliant environment for both patients and staff. Interested bidders must submit their offers by April 11, 2025, at 10:00 AM CDT, and can direct inquiries to Contract Specialist Hudell D. Ballen at Hudell.Ballen@va.gov, with the total contract value estimated at $5,685,000.

    Point(s) of Contact
    Ryan McMillin (414) 844-4839Contracting Officer
    Contract Specialist,
    (414) 844-4842
    ryan.mcmillin@va.gov
    Files
    Title
    Posted
    This document serves as Amendment 0004 to the solicitation 36C25225B0005 regarding the renovation of CLC Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The amendment is issued by the Great Lakes Acquisition Center of the Department of Veterans Affairs to communicate changes to the date for submitting offers. Specifically, it extends the deadline from March 6, 2025, to March 20, 2025, at 10:30 AM CDT. The proposal must be submitted to the specified address in Milwaukee, WI. The amendment also allows for the acknowledgment of receipt of this change prior to the deadline and details methods for submitting offers. Administrative corrections associated with the contract are also noted, but specific details are provided in the accompanying pages. This amendment highlights the ongoing process of managing government contracts and the importance of timely communication in federal contracting practices.
    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.
    This document serves as Amendment 0008 for the Invitation for Bids (IFB) concerning Project Number 556-23-101, aimed at renovating the CLC Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The primary objective of this amendment is to correct administrative errors and to extend the deadline for bid submissions. Originally set for April 4, 2025, the new deadline is now April 11, 2025, at 10:00 AM CDT, with all submissions continuing to be directed to the Great Lakes Acquisition Center. Furthermore, the amendment notes that responses to Request for Information (RFI) 119 are forthcoming, and if a complete response is not provided by the specified date, another amendment will be issued to further extend the bid due date. The document emphasizes the importance of acknowledging the receipt of the amendment to avoid rejection of offers, maintaining that all other terms and conditions remain unchanged. This summary encapsulates the essential details of the amendment, focusing on its administrative purpose and the changes made to deadlines as part of federal contracting protocols.
    The award notice outlines the details for the renovation of the CLC Building 134-2C under the Department of Veterans Affairs. The contracting office, located in Milwaukee, WI, issued a solicitation designated by number 36C25225B0005. The awarded contract, numbered 36C25225C0039, amounts to $5,685,000 and was granted to Troop Contracting, Inc., based in Willowbrook, IL. The project falls under a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside and is classified under the NAICS code 236220, linked to construction services. The award date is specified as July 1, 2025, and recovery act funds are not involved. The contracting point of contact is Hudell Ballen. This summary serves as a concise overview of the federal contract for the renovation project aimed at enhancing facilities for the VA, underscoring the commitment to supporting veteran services through infrastructure improvements.
    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.
    The Captain James A. Lovell Federal Health Care Center seeks bidders for the renovation of CLC Building 134 - 2C, as outlined in the pre-bid solicitation document dated January 21, 2025. This document addresses various requests for information (RFIs) from prospective contractors, clarifying project specifications, responsibilities, and timelines. Key points include confirming the general contractor's responsibility for building permits, details about on-site personnel requirements, and responsibilities regarding installation of patient lifts and equipment. Questions were raised about the handling of off-hour work, sustainable construction requirements, and the complexity of change order pricing. The VA insists on adherence to project specifications but recognizes the need for clarity around several technical aspects, such as the specifications for masonry and concrete infills. The document also discusses the need for qualified quality control personnel to oversee the project, emphasizing the importance of compliance with safety standards. Overall, the aim is to maintain a comprehensive understanding of the project’s scope while ensuring compliance with regulations, safety, and efficiency throughout the renovation process, highlighting the project's complexity and the importance of clear communications between the VA and contractors.
    The document outlines a Pre-Bid Solicitation for the renovation of Building 134 at the Captain James A. Lovell Federal Health Care Center. It includes responses to various Requests for Information (RFIs) from potential contractors regarding project specifics and requirements. Key topics addressed include the responsibilities of general contractors regarding permits, the handling of construction materials, the qualifications and roles of personnel required on-site (including SSHO and Quality Control Managers), specifications for masonry and concrete, and the need for sustainable construction practices. The document emphasizes the necessity for adherence to project specifications and indicates that some questions highlighted discrepancies between referenced specifications and actual drawings. Amendments to the original solicitation have been issued to clarify these issues, including a list of items to be furnished by the VA and alterations to project deadlines. Additionally, it reflects the importance of maintaining communication and documentation practices to ensure compliance and safety throughout the renovation. This emphasizes the VA's commitment to ensuring transparency and clarifying responsibilities within the bidding process to adhere to federal contracting standards.
    The document is an amendment (0009) to the Invitation for Bids (IFB) 36C25225B0005 for the renovation of CLC Building 134 – 2C at the Captain James A. Lovell FHCC in North Chicago, IL. Key updates include the publication of pre-bid responses to Requests for Information (RFIs) and a revised bid due date, now set for Tuesday, April 15, 2025, at 10:30 AM (CDT), with the location unchanged for bid submission. The amendment highlights that late submissions will be processed according to established federal regulations. It emphasizes the necessity for bidders to include a completed compliance certificate regarding subcontracting limitations. Additionally, several clauses have been removed from the solicitation, and an attached document outlines further executive order provision changes. Bidders are reminded of a requirement regarding the Small Business Administration (SBA) certification database for eligibility. The bid opening will be accessible to the public both in-person and via Microsoft Teams, with information provided for participation. This amendment aims to clarify the bidding requirements and ensure transparency in the procurement process for government contracting.
    Amendment 5 outlines revisions to project drawings for the renovation of B134-2C CLC at the Captain James A. Lovell Federal Healthcare Center. The amendment includes the reissuance of three drawings: the General Notes and Schedules (PL001), the First Floor Demolition Plans (MD100), and the Riser Diagrams (MH401). Key revisions involve updates to the symbolic legend, adjustments to demolition notes, and the addition of existing ducting details. Specifically, the plans indicate which ductwork is to be removed and reinstalled and clarify which sections of existing ductwork will remain intact. This amendment is part of the ongoing project aimed at renovating healthcare facilities, ensuring compliance with federal guidelines for improvements in infrastructure. Issued on March 6, 2025, the document reflects the project's status and necessary design modifications to streamline the renovation process while adhering to safety and operational standards.
    The document serves as a pre-bid solicitation for the renovation of CLC Building 134 at the Captain James A. Lovell Federal Health Care Center. It addresses various requests for information (RFIs) from potential bidders, providing clarifications on responsibilities regarding permits, construction specifications, and project expectations. Key topics include the contractor's responsibilities for site safety, quality control personnel, installation of patient lift systems, and sustainable construction requirements. The document also details specific construction tasks, such as masonry infills and concrete specifications, and confirms schedule adjustments for question deadlines and bid submissions. Additionally, it highlights mandatory adherence to certain standards and the necessity for coordination with architectural and engineering teams. Overall, this solicitation aims to ensure clarity and compliance in the bidding process, underscoring the government's commitment to maintaining high-quality construction standards while fostering safe working conditions.
    Amendment 2 focuses on revisions to project specifications for the renovation of Building 134, Community Living Center (CLC) at the Captain James A. Lovell Federal Healthcare Center. The amendment introduces four crucial sections, including Cast-in-Place Concrete, Maintenance of Masonry, and Masonry Mortaring. The document outlines the responsibility of contractors to prepare the site and highlights the importance of compliance with safety, quality, and regulatory requirements throughout the project. The renovation must consider the functionality of adjacent occupied wings, necessitating careful coordination to minimize disruptions. The contractor is also required to establish a security plan to protect sensitive areas and ensure the safeguard of the facility's integrity during construction. The overall goal is to modernize the healthcare center while meeting specific construction standards and safety protocols, underscoring the federal government's commitment to enhancing veteran healthcare facilities.
    The document outlines provisions and contract clauses concerning compliance with Executive Order 13899, which addresses anti-Semitism, and several labor-related regulations in federal contracts. Contractors must adhere to Executive Order 13899 and report any credible violations to the Contracting Officer. Key provisions include the replacement and modification of existing clauses related to labor standards, construction wage rates, subcontractor responsibilities, and debarment. Specifically, it updates the requirements for paying laborers and mechanics based on actual work classifications and clarifies termination grounds for breaches of specific clauses. Additionally, it notes that the System for Award Management (SAM) may retain outdated representations which are not enforceable by contracting officers, ensuring these do not impact award decisions. Overall, the document emphasizes compliance with evolving labor standards and anti-discrimination policies in federal contracts, reflecting ongoing federal commitments to civil rights and fair labor practices.
    The document pertains to the renovation project of CLC Building 134-2C at the Captain James A. Lovell Federal Health Care Center, detailed under solicitation number 36C25225B0005_1. It outlines the contractor's responsibilities for providing all necessary tools, materials, and labor to renovate a total of 12,590 square feet, including the integration of a new HVAC system. Specific directives include disregarding bid deduct alternates and emphasizing contractor installation responsibilities for various supplied appliances, such as dispensers and patient lift systems. The document lists specialty equipment, outlining what the VA will supply and what the contractor must install, aiming to ensure compliance and functionality within the renovated space. The significance of adhering to the drawings and specifications is underscored, along with specific changes in equipment responsibility as noted in the equipment schedule. Overall, this detailed addendum clarifies contractor obligations while maintaining project compliance with federal standards.
    The document outlines the requirements for compliance with limitations on subcontracting for federal contracts, particularly emphasizing renovations at the Veterans Affairs (VA) facility B134-2C CLC under RFP 36C25225B0005. It stipulates that contractors must adhere to specific percentages of subcontracted work based on the type of contract: 50% for services, 85% for general construction, and 75% for special trade contractors, focusing primarily on certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). The document also emphasizes the legal implications of misrepresenting compliance, which may result in severe penalties. The contractor is required to submit a certification affirming their intention to comply and must provide documentation to prove adherence throughout the contract's duration. This process underscores the government’s commitment to supporting veteran-owned businesses while ensuring accountability and compliance in federal contracting processes.
    The document outlines the Illinois General Decision Number IL20250008, effective January 10, 2025, which governs labor wage rates for construction projects in Du Page, Grundy, Kane, Kendall, Lake, McHenry, and Will counties. It is influenced by the Davis-Bacon Act and related Executive Orders, mandating minimum wage rates for covered workers. Notably, wages for different crafts, such as electricians, carpenters, and laborers, are specified along with the requirement for contractors to adhere to prevailing wage rates based on collective bargaining agreements. Contracts awarded on or after January 30, 2022, must comply with Executive Order 14026 for minimum wages of $17.75, while those renewed or awarded prior may fall under Executive Order 13658, setting the rate at $13.30. Additionally, the document emphasizes the need for compliance with health and safety standards, including paid sick leave provisions. The wage decision structure includes classifications, rates, and fringe benefits applicable to various labor categories, focusing on worker protections and fair compensation in federal-funded construction activities. The guidelines standardize compliance in federal and state contracts, ensuring equitable treatment of workers within the specified jurisdictions throughout Illinois.
    The document outlines Amendment 0005 for the Invitation for Bids (IFB) concerning the renovation of Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The amendment serves to correct administrative errors and announce changes related to the solicitation request for bids, specifically under project number 556-23-101. Key updates include publishing responses to pre-bid inquiries, correcting previously submitted specifications, and attaching updated wage rates. Additionally, it adds a new Veterans Affairs Acquisition Regulation (VAAR) clause regarding payments under fixed-price construction contracts. Importantly, the deadline for bid submissions remains unchanged, scheduled for March 20, 2025, at the Great Lakes Acquisition Center in Milwaukee, WI. This document reflects compliance with federal procurement practices and ensures clarity for potential bidders in the construction industry.
    The document is an amendment related to the Invitation for Bids (IFB) for Project No. 556-23-101, focused on 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. This amendment, numbered 0006, primarily addresses administrative corrections and announces key changes to the solicitation process, including the extension of the bid submission deadline from March 20, 2025, at 10:30 AM CDT to March 28, 2025, at 10:00 AM CDT. Furthermore, it informs all prospective bidders about the publication of pre-bid responses to requests for information (RFIs) that accompany the amendment. Notably, the solicitation is administered by the Department of Veterans Affairs through the Great Lakes Acquisition Center. The document underlines strict adherence to deadlines and the importance of acknowledging the amendment to comply with submission requirements. This amendment reflects ongoing efforts to streamline procurement and ensure all interested parties have access to updated information necessary for submitting compliant bids.
    This document serves as Amendment 0007 to the Invitation for Bids (IFB) No. 36C25225B0005 for the renovation of CLC Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The primary purpose of the amendment is to correct administrative errors and is particularly notable for extending the deadline for receipt of offers from March 28, 2025, to April 4, 2025, at 10:00 AM CDT, while maintaining the original time and location for bid submission. The amendment emphasizes the necessity for bidders to acknowledge receipt of this amendment and provides instructions for how to do so, underscoring the importance of compliance to avoid rejection of offers. The ongoing project number is 556-23-101, which falls under the jurisdiction of the Department of Veterans Affairs (VA) Great Lakes Acquisition Center (GLAC). This amendment reflects the government's commitment to ensuring clarity and proper administration of the bidding process to facilitate completion of necessary renovations to health care facilities.
    The document outlines Amendment 0009 to the solicitation for the Renovation Project of CLC Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL (Project No. 556-23-101). The amendment corrects administrative errors and informs bidders that the deadline for offer submissions has been extended to April 15, 2025, at 10:30 AM CDT. Key changes include additional information found in various attached documents, such as amendment details, pre-bid responses, and changes to executive order provisions and clauses. The purpose of this amendment is to ensure clarity and accuracy concerning the bidding process, enabling potential contractors to submit informed offers while remaining compliant with federal procurement guidelines.
    Lifecycle
    Similar Opportunities
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    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, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Z2DA--Renovate MICU/SICU 539-20-104
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under project number 539-20-104. The project entails comprehensive renovations covering approximately 11,000 square feet, including demolition, new layouts, fixtures, finishes, and the installation of a HEPA pandemic filtration system, with an estimated construction value between $5,550,000 and $7,250,000. This procurement is particularly significant as it aims to modernize critical care facilities, ensuring compliance with safety and infection control standards while maintaining operational efficiency. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by 1:00 PM EST on January 8, 2026, following a mandatory site visit scheduled for November 3, 2025. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Z1DA--Remodel Building 1, Marion 610-21-101
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Building 1" project at the VA Northern Indiana Healthcare System in Marion, Indiana. This comprehensive renovation project, estimated to cost between $10 million and $20 million, involves the remodeling of approximately 20,000 square feet, including hazardous material abatement, structural modifications, and upgrades to HVAC, electrical, and IT/security systems. The project is critical for consolidating various services within the facility while ensuring compliance with safety and environmental regulations, particularly concerning the removal of hazardous materials such as asbestos and lead-based paints. Bids are due by January 30, 2026, at 9:00 AM EST, with a mandatory pre-bid site visit scheduled for January 6, 2026. Interested contractors should contact Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.
    Z1DA--578-15-008 Update Wayfinding Signage Hines CON
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to update wayfinding signage at the Edward Hines Jr. VA Hospital in Hines, Illinois, under Project Number 578-15-008. The project involves replacing outdated and non-compliant signage with new interior and exterior wayfinding signs, ensuring clear navigation for Veterans, families, visitors, and staff across the hospital and its Community Based Outpatient Clinics (CBOCs). This initiative is crucial for enhancing accessibility and improving the overall experience within the facility, with a contract value estimated between $5 million and $10 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by January 28, 2026, at 1:00 PM CST, and are encouraged to attend a mandatory pre-bid conference and site visit on December 16, 2025, at 10:00 AM CST. For further inquiries, contact Contracting Officer Juan C. Gaytan at Juan.gaytan@va.gov or by phone at 224-610-3644.
    Z1DA-- Renovate OR for Hybrid Installation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating rooms for a hybrid installation at the VA Northern California Healthcare System in Mather, California. This project involves the comprehensive renovation of approximately 12,500 square feet of existing operating room space, including the upgrade of four operating rooms and the addition of a fifth hybrid operating room, with a focus on adhering to current VHA Design Guides. The renovation is crucial for enhancing surgical capabilities and ensuring compliance with modern healthcare standards. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by January 29, 2026, following a mandatory site visit on December 11, 2025. For further inquiries, contractors can contact Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511. The estimated project value ranges between $10 million and $20 million.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    Y1DZ--EHRM Infrastructure Upgrades Tier 1 Construction 695-21-700 Milwaukee
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the EHRM Infrastructure Upgrades Tier 1 Construction project at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This project involves a single firm-fixed-price contract for design-bid-build infrastructure improvements, including electrical upgrades, HVAC assessments, communication infrastructure enhancements, and physical security upgrades across multiple buildings on the campus. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is anticipated to be issued in early to mid-January 2026, with a performance period of approximately 1,460 calendar days and an estimated construction magnitude between $50 million and $100 million. Interested parties should direct all inquiries to Contract Specialist Bailey Donato at bailey.donato@va.gov.