Z2DA | 436-20-118 | Ft. Harrison VAMC | Solicitation Amendment 0001 | Building 141 Exterior Stair Replacement
ID: 36C25924R0128Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

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

    The Department of Veterans Affairs is soliciting bids for the replacement of exterior stairs at the Fort Harrison VA Medical Center in Montana, specifically for Building 141. The project involves demolishing existing stair structures and constructing new concrete stairs with integrated heating systems, while preserving historical elements and ensuring compliance with infection control protocols. This renovation is crucial for enhancing accessibility and safety at the facility, with an estimated budget between $500,000 and $1 million. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Contract Specialist Mark A. Holland at Mark.Holland@va.gov.

    Point(s) of Contact
    Mark A Holland (CS)Contract Specialist
    Mark.Holland@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks bids for the replacement of stairs, handrails, and landscaping at the Ft. Harrison VA Medical Center in Montana. The primary objective is to renovate the East entrance of Building 141, ensuring compliance with safety and historic preservation guidelines. Offerors are required to provide labor, materials, and supervision for the project, adhering to detailed specifications and timelines. The estimated cost range is between $500,000 and $1 million. Bids, along with the necessary bonds and documentation, are due by September 9th, 2024. Evaluations will prioritize past performance and then price, with contracts potentially leading to discussions and proposal revisions. Key dates include a pre-bid site visit and a mandatory site visit on August 20th, 2024.
    The document outlines an amendment for solicitation number 36C25924R0128, pertaining to the Ft. Harrison Stair Replacement project managed by the Department of Veterans Affairs (VA). Key amendments include the extension of the proposal due date from September 9, 2024, to September 30, 2024, caused by ongoing revisions to site visit documents that address contractor concerns. Questions raised during the site visit prompted the VA to update existing drawings and specifications. The amendment incorporates the attendance sheet and meeting documentation from the site visit as attachments for contractor reference. Future amendments will allow vendors to adjust their proposals based on updated specifications and questions. Other terms and conditions of the original solicitation remain unchanged. This process emphasizes the VA’s commitment to ensuring a comprehensive and transparent proposal process, aiding bidders by providing essential information and clarifications regarding the project specifications.
    The primary objective of this procurement is to replace the exterior stairs and enhance the historical building's accessibility and safety at the Fort Harrison VA Medical Center in Montana. The VA seeks contractors to demolish and reconstruct two contiguous stair runs at the east and south ends of Building 141, a structure with significant historical value. The scope of work entails saw-cutting and removing existing stairs and landings while preserving historic elements like brick cheek walls and columns. The new stairs will be constructed with cast-in-place concrete, integrated with heating systems to melt ice and snow. The project also involves installing a new steel canopy, lighting fixtures, and historical replication of the brick cheek walls. Additionally, the VA requires landscaping modifications, including shrubbery and hardscaping. Contractors will need to adhere to strict infection control protocols during the project, as outlined in the provided assessment. The work must be coordinated with the VA's requirements for infection prevention, ensuring barriers and containment measures are in place. Key dates include an August 2023 issue date, with submission deadlines for questions and proposals expected shortly after. Evaluations will likely focus on the contractor's ability to execute the complex historical renovation and adhere to the stringent infection control protocols.
    The government agency seeks to procure electric snow-melting systems, specifically Watts SunTouch ProMelt cables and mats, along with associated installation services. These systems are intended to clear snow from exterior surfaces like stairs, driveways, and walkways in both residential and commercial areas. The focus is on ensuring clear and safe pathways. The RFP outlines detailed technical specifications for the ProMelt cables and mats, emphasizing their wattage, voltage options, and installation requirements. The agency requires a range of sizes and configurations to fit different areas, with specific instructions for concrete, asphalt, and paver applications. Installers will be responsible for carefully laying and securing the heating cables or mats, connecting them to junction boxes, and ensuring proper electrical connections. The work involves collaborating with electrical contractors for seamless integration. The contract is likely to be a firm-fixed-price arrangement, with a total estimated value of around $2,500 to $5,000 for each system, depending on the configuration. Vendors will be evaluated based on their proposed system costs, installation expertise, and adherence to technical specifications. Key dates include a submission deadline of June 15th, 2023, with installations targeted for completion by the end of the year. The agency prioritizes timely delivery and high-quality installation, aiming to have the snow-melting systems in place before the next winter season.
    The procurement objective of this file is to obtain infection control risk assessment services for construction, renovation, and maintenance projects within the VHA. The focus is on categorizing construction activities and assessing patient risk to determine the necessary precautions to mitigate infection risks. The required services involve comprehensive assessments and the implementation of control measures. The file specifies four categories of construction activity, ranging from brief inspections to large-scale construction, with corresponding patient risk levels. The assessments aim to identify the impact areas and determine the appropriate level of infection prevention precautions, ensuring the protection of patients and employees. The scope of work involves risk categorization, affected area identification, and the application of corresponding control measures. This includes tasks like barrier installation, pressure monitoring, and surface cleaning. The file also includes a permit form with sections to be completed for each project, which must be posted at the project site. This permit outlines essential control measures and is categorized into four levels of infection precaution, with higher levels requiring more stringent protocols. Evaluation criteria are not explicitly mentioned, but it can be assumed that the ability to perform thorough infection control risk assessments, adhere to VHA directives, and demonstrate experience in managing infection prevention measures would be key factors in selecting a successful vendor. The emphasis on detailed control measures and the permit system suggests a comprehensive evaluation process focused on the technical capabilities of bidders.
    The procurement objective of this request for proposal (RFP) is to obtain specialized services for infection control risk assessments (ICRAs) related to construction, renovation, and maintenance projects within healthcare facilities. The focus is on categorizing the scope and risk of these activities to determine the necessary infection prevention and control precautions. The RFP seeks a service provider to assist in identifying the appropriate level of infection control measures required during facility upgrades or modifications. This involves assessing activity categories, affected areas, patient risk, and establishing control levels accordingly. The provider will guide the facility in implementing and monitoring these precautions, ensuring compliance with infection control standards. Key requirements include customizing the ICRA template to fit site-specific details and incorporating more stringent criteria if needed. The provider must work closely with the facility's infection prevention and control team, offering expertise in determining the extent of control measures, which could range from basic dust control to complex containment strategies. Contract details are not explicitly mentioned in the file, but the nature of the service required suggests a consulting or professional services agreement. The evaluation of proposals may prioritize technical expertise, demonstrated experience in healthcare construction projects, and a robust quality management system.
    The government seeks to evaluate the past performance of potential contractors through this detailed questionnaire. The focus is on assessing various aspects of their contractual work, including quality, timeliness, customer satisfaction, management, financial handling, safety, and general responsiveness. The evaluation is aimed at gathering comprehensive information about the contractors' abilities and potential risks. This past performance data will likely play a crucial role in future procurement decisions, helping the government gauge the suitability of bidders for upcoming projects. Key among the procurement-related details are the contractor's past ability to meet quality standards, deliver on schedule, manage resources effectively, and cooperate with clients. The government also seeks insights into financial stability, safety records, and the contractor's capacity to handle emergency situations. The evaluation framework includes a comprehensive rating system and space for narrative explanations, ensuring a nuanced assessment of past performance. Contracting officers will use this information to vet potential suppliers, with submissions due by a specified date. This past performance evaluation is a key step in the government's procurement process, enabling them to make informed decisions regarding the awarding of future contracts.
    The procurement objective of this RFP is to contract construction services for the replacement of exterior stairs and related modifications at the Fort Harrison Veterans Affairs Medical Center (VAMC) in Montana. The project, designated Building 141 Exterior Stair Replacement, entails comprehensive construction work encompassing various specialties. The primary focus is on demolishing existing structures and installing new concrete stairs, along with heating elements for snow and ice melting. This involves modifying support structures, installing new stairs and cheek walls, and replacing damaged bricks. Additionally, the project requires modifying an access wall, tuck pointing degraded bricks on the building's façade, and installing an entry canopy. The RFP seeks a general contractor to oversee the project, including managing subcontractors and ensuring compliance with security and operational requirements specific to the medical center environment. The contractor will coordinate with the VAMC staff and follow strict guidelines for minimal disruption to the center's operations. Key dates include a submission deadline 45 days after the notice to proceed, with the project scheduled to commence in August 2023. The RFP emphasizes the importance of timely completion, indicating a firm-fixed-price contract with potential financial incentives for early finish and penalties for delays. Evaluation criteria are likely to include the contractor's ability to meet deadlines, adhere to safety and security protocols, and demonstrate experience in construction projects within operational medical facilities. Financial viability and a robust quality control plan may also be essential evaluation factors.
    The pre-proposal site visit for the Ft. Harrison Stair Replacement project took place on August 20, 2024, involving multiple contractor representatives and government personnel. Key participants included Mark Holland from NCO 19, Joseph Bilodeau as the Contracting Officer's Representative (COR), and various contractors such as PrideMetal Works and Lopper Creek Construction. Attendees provided their contact information for further communications related to the project. The purpose of the site visit is to familiarize potential bidders with the project scope and site conditions before the proposal submission. The document serves as a critical step in the federal RFP process, ensuring transparency and clarity for interested contractors, facilitating competitive bidding, and promoting adherence to federal guidelines. The exchange of contact information also signals a collaborative approach to ensure all participants are informed and can connect for additional queries. Overall, this site visit is an integral preliminary activity that supports effective project execution within federal contracting norms.
    The Ft. Harrison Stair Replacement project solicited by the Department of Veterans Affairs requires contractors to provide all necessary resources for the completion of the task at the Ft. Harrison VAMC. An introductory meeting outlined key details, including the project contacts, submission guidelines for proposals, and pertinent deadlines: questions are due by August 23, 2024, with offers due by September 9, 2024. Participants were informed that inquiries must be submitted in writing to the designated Contracting Officer, and site visits are restricted to officially organized walkthroughs. The project’s budget is estimated between $500,000 and $1,000,000, with a requirement for a bid guarantee for offers exceeding $150,000. Compliance with federal construction wage rates and COVID safety protocols is mandated throughout the project’s duration. Upon receiving the Notice to Proceed, contractors must start work within ten days and complete it within 120 days. This document emphasizes procurement procedures and regulatory compliance, reflecting the government's structured approach to contract management.
    The procurement objective of this file is to enforce compliance with limitations on subcontracting for services and construction contracts. The focus is on ensuring that contractors adhere to specific percentage thresholds for engaging Veteran-Owned Small Businesses (VOSBs) and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The predominant NAICS code, assigned to the acquisition, dictates the specific percentage requirement, which varies between services, general construction, and special trade construction. Offerors must certify their understanding and commitment to these limitations, acknowledging the potential consequences of non-compliance. This certification is a prerequisite for participation, and contractors may be subject to scrutiny and audits to ensure adherence to the specified subcontracting limits.
    Similar Opportunities
    Z2DA--Montana VA Surgical Suite Floor Renovation Project: 436-24-121
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Surgical Suite Floor Renovation project at the Montana VA Health Care System, specifically to replace the flooring in the surgical suite located on the second floor. The project involves removing approximately 4,000 square feet of existing vinyl sheet flooring and installing a new VA-approved high build glazed epoxy coating to enhance infection control and safety standards. This renovation is crucial for maintaining a sterile environment in healthcare facilities, ensuring compliance with regulatory guidelines. The estimated project cost ranges between $500,000 and $1,000,000, with proposals due by September 23, 2024, and a non-mandatory pre-bid site visit scheduled for August 29, 2024. Interested contractors should contact Contract Specialist Jesus A. Villegas at jesus.villega@va.gov or 303-712-5833 for further details.
    Z1DA--607-22-101 Renovate Inpatient Ward 7B (VA-25-00007172)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of Inpatient Ward 7B at the William S. Middleton Memorial VA Hospital in Madison, Wisconsin, under project number VA-25-00007172. This project, with a budget ranging from $5 million to $10 million, aims to modernize hospital facilities while ensuring compliance with federal regulations and prioritizing participation from service-disabled veteran-owned small businesses (SDVOSB). The renovation will encompass comprehensive upgrades across various construction disciplines, including architectural, mechanical, and electrical systems, to enhance patient care environments. Interested bidders must submit their proposals electronically by 12:00 PM local time on October 11, 2024, and can direct inquiries to Contracting Officer John J Meyers at john.meyers2@va.gov.
    Z1NZ--10/01/2024 | 436 Elevator Preventative Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for Elevator Preventative Maintenance services at the Montana VA Health Care System, specifically for the Fort Harrison and Miles City VA Medical Centers. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a base year starting October 1, 2024, with four additional option years, requiring comprehensive maintenance and emergency repair services for vertical transportation equipment. This procurement is critical for ensuring the operational effectiveness and safety of elevator systems, with contractors expected to adhere to strict performance metrics and compliance standards. Interested parties must submit their quotations by September 19, 2024, and direct any inquiries to Contract Specialist Jason Lawrence at jason.lawrence3@va.gov.
    Z2DA--Correct Fall Protection Deficiencies
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide construction services aimed at correcting fall protection deficiencies at the Clarksburg VA Medical Center in West Virginia. This project, identified as contract number 540-22-118, is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, with an estimated construction cost ranging from $500,000 to $1,000,000. The work will involve general construction and alterations to ensure compliance with safety standards, reflecting the VA's commitment to enhancing facility safety while supporting veteran-owned businesses. Interested contractors must be registered in the SBA Veteran Small Business Certification database and submit bids by November 6, 2024, with a pre-bid site visit scheduled for October 9, 2024, and a deadline for questions on October 16, 2024. For further inquiries, contact Adam Bradford, Contract Specialist, at Adam.Bradford1@va.gov or 304-255-2121 ext 4356.
    Z2DA--Tier 4 CON NRM 668-CSI-009 Renovate C208G/F for IR/RF
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of rooms C208G and C208F at the Mann-Grandstaff VA Medical Center in Spokane, Washington, under project number 668-CSI-009. The objective of this procurement is to upgrade the facilities to support infrared/radio frequency operations, which includes significant structural modifications, HVAC installation, and compliance with safety standards. This renovation is crucial for enhancing the medical center's capabilities to provide efficient services to veterans. Proposals are due electronically by September 19, 2024, with an estimated project cost between $500,000 and $1,000,000. Interested contractors should direct inquiries to Contract Specialist Dennis R. Einarson at Dennis.Einarson@va.gov.
    Amendment to Lease of MRI Equipment & Modular Building
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of MRI equipment and a prefabricated modular building at the Fort Harrison VA Medical Center in Montana. This procurement includes the installation of a functional MRI system, which is expected to be operational by May 1, 2025, following site preparation and installation, along with a minimum of 80 hours of training for the system. The initiative is part of the VA's commitment to enhancing healthcare services for veterans, ensuring that modern medical facilities are available to meet their needs. Interested vendors should submit their proposals by September 17, 2024, and can contact Stephanie Cahill at stephanie.cahill@va.gov or 303-712-5841 for further information.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    655-20-202 Atrium Renovation Bldg 22
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a comprehensive renovation of the atrium in Building 22 at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan. The primary goal is to enhance the atrium's functionality, aesthetics, and safety while ensuring the medical center remains fully operational during the construction process. Opportunity Overview This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, seeks to procure construction services for interior and exterior upgrades. The VA aims to award a firm-fixed-price contract with an estimated value of $45 million. Scope of Work The scope of work is divided into two phases and encompasses general construction, architectural adjustments, mechanical and electrical work, and finishes. Phase 1 includes: Installing exterior construction barriers and a gate Constructing temporary walls Selective demolition of existing interior elements Building an exterior canopy, sidewalk, and repairing pavement Constructing new interior walls and architectural elements Phase 2 requires: Demolishing the temporary construction wall Removing and replacing all flooring finishes The project has strict deadlines, mandating completion within 120 days of the notice to proceed. Contractors must adhere to detailed plans and specifications outlined in drawings and documents. Key Requirements Contractors must comply with OSHA and EPA regulations, attend a mandatory site visit, and meet small business size standards. They are responsible for providing a detailed project schedule, adhering to phasing plans, and ensuring compliance with strict safety and security protocols. Additionally, the installation of a HILTI firestop system is a critical requirement to maintain the Joint Commission accreditation. Eligibility Criteria Applicants for this SDVOSB set-aside must be verified in the VetCert registry. The VA will prioritize contractors with strong safety records, past performance, and experience in construction projects. Funding and Contract Details The estimated funding available for this project is $45 million. The contract type is a firm-fixed-price contract, and the solicitation document is Solicitation No. 36C25024B0058. Submission Process Interested parties should submit their applications by the deadline on July 31, 2024, at 11:30 a.m. EDT. The submission process includes a mandatory bid guarantee and performance bonds. The VA encourages contractors to ask questions prior to the deadline, with responses provided via amendments. Evaluation Criteria The VA will evaluate applications based on several factors. The primary evaluators are the contractor's safety records, past performance, and price. Technical aspects, including the technical approach, experience, and cost effectiveness, will also be considered. Contact Information For further clarification or questions, interested parties can contact Christina Shockey at Christina.Shockey@va.gov. Important Dates Key dates include a site visit scheduled for July 9, 2024, and the submission deadline on July 31, 2024.
    Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a significant project to replace the boilers and chillers in the Fort Thomas Domiciliary Building 64, Cincinnati VA Medical Center, Kentucky, seeking a reliable and efficient heating solution. The procurement process aims to award a Firm-Fixed-Price contract for this project, titled 'Replace Fort Thomas Boilers.' The scope of work is extensive, requiring general construction services, including electrical, controls, and mechanical tasks, with a particular focus on plumbing and heating systems. The project involves replacing steam boilers, chillers, and associated infrastructure and modifying the chilled water system. To minimize disruptions, the work must be carefully phased within an occupied space, achieving this without interrupting the building's operations. The VA requires the project to be completed within a maximum timeline of 913 calendar days. Key objectives also include adhering to the VA's Green Environmental Management System and ensuring minority and female workforce participation. The VA will closely scrutinize safety and environmental records, along with recent OSHA violation history, as part of the award criteria. Contractors must provide detailed information on their safety performance and Experience Modification Rate (EMR). The procurement process involves multiple stages and deadlines. There will be a site visit on June 7, 2024, and the VA encourages prospective bidders to attend. The initial offer deadline was June 25, 2024, but several amendments have extended it. The current deadline for submissions is now 10:00 a.m. EST on October 16, 2024. The VA will evaluate bids based on compliance, certifications, and price, with the lowest aggregate amount being a key consideration. This project holds significant importance, reflected in the VA's commitment to providing extensive project specifications and multiple deadlines for submissions. The department seeks a comprehensive solution while prioritizing safety, environmental sustainability, and timely execution. Eligible bidders should carefully review the provided specifications and drawings, ensuring full compliance with the outlined requirements. For further clarification or questions, interested parties should contact Contract Specialist Luke Turner at luke.turner@va.gov regarding solicitation number 36C25024B0075.
    Y1DA--668-24-112 Replace Steam Connection to Building 14
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the project titled "Y1DA--668-24-112 Replace Steam Connection to Building 14" at the Mann-Grandstaff VA Medical Center in Spokane, Washington. The objective of this procurement is to replace aging steam and condensate piping due to visible leaks, which involves excavation, installation of approximately 320 linear feet of new piping, and restoration of the site to its original condition. This project is crucial for maintaining the operational efficiency and safety of the facility's mechanical systems, ensuring compliance with safety standards throughout the construction process. Interested contractors must submit their offers by September 19, 2024, at 10:00 AM, and can direct inquiries to Contract Specialist Dennis R. Einarson at Dennis.Einarson@va.gov.