This amendment addresses the Request for Invitation for Bid (IFB) Number 36C25026B0003 for the 'Remediate Temperature Controls for the Veterans Affairs Medical Center (VAMC)—Cincinnati, OH' project. It provides crucial information by posting the Government's responses to Requests for Information (RFIs) and the TEAMS call-in details for the bid opening. Key clarifications include the acceptance of Submittal Exchange for project management software and a QC manager with 20+ years of experience in lieu of a graduate engineer/architect, provided proof of experience is submitted. However, the SSHO role must be independent of the superintendent. The amendment also confirms that a professional photographer is not required, clarifies details regarding door support elevation 2 (new supports for door C-3-7, potentially requiring utility relocation), and defines 'ETR' as 'Existing to Remain.' Furthermore, it addresses construction security requirements, stating that fencing should enclose laydown space, the size of which will be determined prior to mobilization, and confirms that laydown space for storage containers will be allocated at the COR's discretion. This document is critical for all offerors, as it modifies the solicitation with important updates and clarifications, ensuring all parties have the necessary information before the bid opening.
Amendment 0002 to Solicitation 36C25026B0003 for the Department of Veterans Affairs clarifies the "Repair and Replace Doors" project at the Veterans Affairs Medical Center in Cincinnati, OH. This amendment corrects a previous heading error, confirms the relevance of all prior RFI questions and answers to the door project, provides additional RFI questions and answers, and includes a Hazardous Material Report as an attachment. The purpose is to ensure offerors have accurate and complete information regarding the project scope, particularly concerning hazardous materials like asbestos and lead-based paint, for the "Repair and Replace Doors" project.
The Department of Veterans Affairs, Network Contracting Office (NCO) 10, intends to release an Invitation for Bid (IFB) 36C25026B0003 for Project #539-22-202, "Renovate Repair and Replace Doors," around November 04, 2025. This project will repair and replace interior and exterior doors and frames at the Cincinnati and Ft. Thomas Campuses to correct deficiencies and enhance patient safety. The estimated construction cost is between $500,000.00 and $1,000,000.00. This procurement is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation, specifications, and drawings will be available electronically and free of charge on www.sam.gov. The response date is December 11, 2025, at 1:00 PM Eastern Time.
The Department of Veterans Affairs (VA) is soliciting bids from Service-Disabled Veteran-Owned Small Businesses for the "Repair & Replace Doors" construction project at the Cincinnati VA Medical Center and Ft. Thomas, Kentucky campuses. The project, with an estimated value between $500,000 and $1,000,000, involves providing all tools, equipment, materials, labor, and supervision for demolition, installation of new doors, frames, and hardware, and associated carpentry and electrical work in Buildings 1, 3, 15, and 64. The period of performance is 730 calendar days from the Notice to Proceed. Bids are due by December 11, 2025, at 1:00 PM EST and must be submitted via email. A mandatory site visit is scheduled for November 14, 2025, at 2:00 P.M. EST. Bidders must provide a bid guarantee, and the awarded contractor will be required to furnish performance and payment bonds. The solicitation emphasizes compliance with various federal regulations, including Buy American requirements, SAM registration, E-Verify, and specific VAAR clauses related to small business set-asides and subcontracting limitations.
The Cincinnati VA Medical Center's NEPA form details the
This document, General Decision Number OH20250082, outlines prevailing wage rates for building construction projects in Hamilton County, Ohio, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into or extended on/after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed/extended). The document lists various craft classifications with their respective hourly rates and fringes, such as Asbestos Worker, Bricklayer, Carpenter, Electrician, and Ironworker. It also includes information on Executive Order 13706, which mandates paid sick leave for federal contractors. The file clarifies identifiers for union, union average, and survey rates, and provides an appeals process for wage determination matters, including contacts for the WHD Branch of Wage Surveys and the WHD Branch of Construction Wage Determinations.
The "Repair and Replace Doors" project (539-22-202) at the Cincinnati VAMC involves extensive construction to repair and replace doors across multiple buildings (1, 3, 15, and 64), including the Ft. Thomas Domiciliary. The project requires the contractor to manage site preparation, demolition, and the installation of new doors, frames, and associated hardware, as well as electrical work. Key requirements include strict safety protocols, environmental controls, and coordination with ongoing medical center operations, often necessitating work during nights and weekends. The project spans 730 calendar days and includes specific phasing for different buildings and floors. The contractor is responsible for providing a web-based project management software, adhering to stringent security procedures, managing waste, and ensuring proper disposal of hazardous materials like PCBs. Comprehensive warranty management, detailed as-built drawings, and thorough testing of all mechanical and electrical systems are also mandatory. The project emphasizes the need for minimal disruption to hospital services, protection of existing infrastructure, and a high level of coordination with the COR and other VA personnel.
The VA Cincinnati Repair & Replace Doors project involves comprehensive door and frame replacement and repair at the Department of Veterans Affairs Medical Center in Cincinnati, OH, and the Ft. Thomas Domiciliary in Ft. Thomas, KY. The project, spanning 730 calendar days, includes electrical work and is divided into nine phases across multiple buildings (1, 3, 15, and 64). Critical to the project are stringent infection control measures, requiring temporary barriers, negative pressure monitoring, and coordination with VA staff. All work must largely occur during night shifts (5:00 PM to 5:00 AM) to minimize disruption, with specific areas requiring anti-ligature hardware. Hazardous materials like asbestos and lead paint are assumed in certain locations, necessitating careful handling. The contractor is responsible for comprehensive coordination, adherence to safety regulations, and ensuring minimal impact on ongoing facility operations.
RFI 36C25025B0003 is a Request for Information issued by the Department of Veterans Affairs, Network Contracting Office 10, for the "Repair and Replace Doors" project at the Cincinnati VA Medical Center. Contractors are required to thoroughly review all solicitation documents, specifications, and drawings before submitting questions or requests for clarification. All inquiries must specifically identify the relevant section(s) or drawing number(s) to be considered for a response. Failure to meet these requirements may prevent the Government from providing a timely answer. RFIs will be addressed through amendments. Ronald T. Heidemann, Contract Specialist, is the point of contact for this RFI.
The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 10, seeks to acquire Corbin Russwin door locksets for the Cincinnati and Ft. Thomas campuses. This acquisition, identified as 36C250-26-AP-0239, is justified as “Other Than Full and Open Competition” due to the existing campus-wide Corbin Russwin lock system. Maintaining a single lock manufacturer with a grand master key system is crucial for security, emergency response, and patient/staff safety. Changing to a different system would cause substantial duplication of cost and impede emergency access. Market research confirmed Corbin Russwin as the only manufacturer meeting the single master key requirement. This project, an Invitation for Bid (IFB), will ensure fair and reasonable costs based on price analysis and an Independent Government Cost Estimate. Future solicitations may explore “brand name or equal” options if feasible, but this immediate need requires an exact match to the current proprietary system.
The Pre-Award Contractor Safety and Environmental Record Evaluation Form (Solicitation No. 36C25026B0003) is used to assess a contractor's safety and environmental performance. It requires companies to provide contact information and detailed OSHA 300 data for 2022-2024, including man-hours, cases involving days away/restricted activity, and DART rates. Contractors must also disclose serious, willful, or repeat OSHA violations from the last three years, with explanations, and attach OSHA 300 and 300a forms. The form asks for the company's six-digit NAICS code (236220), the administrator of its Safety and Health Program, and its Insurance Experience Modification Rate (EMR). This evaluation is critical for federal government RFPs to ensure potential contractors meet safety and environmental standards.
VAAR 852.219-75 outlines the Department of Veterans Affairs' (VA) limitations on subcontracting for services and construction, specifically for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Offerors certify compliance with these limitations, which vary by contract type: services (50%), general construction (85%), and special trade construction (75%), restricting the percentage of work that can be subcontracted to non-certified firms. Costs for materials are excluded in construction contracts. The certification is subject to federal law, and false claims can lead to severe penalties, including criminal prosecution and debarment. The VA reserves the right to request documentation to verify compliance at any time, and failure to cooperate may result in remedial action. Non-compliant offers will be deemed ineligible for award, emphasizing the importance of this certification.
The VHA Directive 1192.01 establishes a mandatory seasonal influenza vaccination policy for all health care personnel (HCP) within the Veterans Health Administration, requiring annual vaccinations unless a medical or religious exemption is obtained. The directive emphasizes the importance of vaccination in preventing influenza transmission in vulnerable populations and outlines compliance requirements, responsibilities for implementation, and potential disciplinary actions for non-compliance. Any prior conflicting VHA policies are superseded by this directive, which is set for recertification by August 31, 2025.
The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 10, is processing a Justification and Approval for Other Than Full and Open Competition for Best Access door locksets at the Ft. Thomas Campus. This action is necessary to maintain a single lock system for security and consistency across the campus, which houses patients experiencing homelessness, traumatic brain injuries, and drug/alcohol issues. The project involves replacing doors, frames, and hardware, requiring uncombinated removable small format interchangeable core cylinders (SFIC) that are compatible with the existing Best Access grand master key system. The VA cites the need for a single master key system for rapid emergency response and patient/staff safety as the primary justification for restricting competition to Best Access, as changing to a different system would incur substantial duplication costs and operational delays. Market research has consistently shown that other manufacturers cannot meet the single grand master key requirement. Future solicitations may consider "brand name or equal" language if deemed to be in the government's best interest.
The Department of Veterans Affairs (VA) is seeking to procure Johnson Controls Physical Access Controls System (PACS) components to repair and replace doors at its Cincinnati and Ft. Thomas campuses. This acquisition, identified by ID# 36C250-26-AP-0239, is being processed as an Other Than Full and Open Competition due to the proprietary nature of the existing Johnson Controls PACS. The new components must be manufactured by Johnson Controls to ensure compatibility and seamless integration with the current security system, which is crucial for maintaining consistent security monitoring and preventing software conflicts. The VA emphasizes that intermingling different manufacturers' PACS devices would pose significant security risks. Market research has confirmed the industry standard of proprietary software for PACS, prohibiting communication between different systems. The estimated cost will be determined fair and reasonable through price analysis and an Independent Government Cost Estimate. Future solicitations may utilize "brand name or equal" language, but this specific requirement necessitates brand-name products to replicate and extend the existing system.
The document outlines two permits under the unique permit number 539-22-202 for the replacement of doors and frames at Ft. Thomas and the main campus. The project manager is Paige Bach, with a contact number of 513-861-3100 x. 205118; completion and permit expiration dates are not provided for Ft. Thomas, while the main campus permit expires on July 23, 2030. Additionally, an Infection Control Risk Assessment is required for the project.
This government file, General Decision Number KY20250088, details prevailing wage rates and fringe benefits for building construction projects in Campbell County, Kentucky, excluding single-family homes and apartments up to four stories. It outlines minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts post-January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). The document also includes specific wage rates for various trades like Asbestos Workers, Electricians, Ironworkers, and Laborers, along with their respective fringe benefits. It further addresses paid sick leave for federal contractors under EO 13706 and provides a comprehensive appeals process for wage determinations. The file is essential for contractors to ensure compliance with federal labor standards and fair wages for workers on covered projects.
This government file details a hazardous materials site visit conducted on November 14, 2022, by Castle Hill Associates at the Cincinnati and Ft. Thomas VA Medical Centers. The purpose of the visit was to identify asbestos-containing materials (ACM) and lead-based paint (LBP) as part of the “Repair and Replace Doors 22.8001.01” project. Findings indicate that wood fire door interiors are assumed to contain asbestos, though no sampling was performed on these cores. Lead paint was detected on a door frame in Basement 2 of Building 64 at the Ft. Thomas VAMC (C-B-4-2). The summary tables provide a breakdown of asbestos assumptions and lead paint presence by building and floor for both medical centers. While most tested metal doors and frames were negative for lead, the specific door frame at Ft. Thomas VAMC showed a positive result of 6.2 mg/cm2. Metal passage and entry doors are not suspected of containing asbestos. This report is crucial for informing the safe and compliant repair and replacement of doors at these VA facilities.