Y1DA--Concrete Removal and Replacement Building 7
ID: 36C25725Q0055Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

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 removal and replacement of concrete at Building 7 of the Doris Miller VA Medical Center in Waco, Texas. This project, exclusively open to Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves demolishing approximately 695 square feet of concrete and constructing a new slab with specific drainage and reinforcement features, all to be completed within a 121-day timeframe. The initiative underscores the VA's commitment to maintaining safe and operational infrastructure for its facilities, with a project magnitude estimated between $25,000 and $100,000. Interested contractors must submit their competitive quotes by 10:00 AM CST on November 8, 2024, following a mandatory site visit on October 18, 2024, and can direct inquiries to Contract Specialist Tailor E. Brown at Tailor.Brown2@va.gov.

    Point(s) of Contact
    Tailor BrownContracting Officer
    (254) 743-9963
    tailor.brown2@va.gov
    Files
    Title
    Posted
    The Central Texas Veterans Health Care System has issued a presolicitation notice for a project involving the removal and replacement of concrete at Building 7 of the Doris Miller VAMC in Waco, TX. This project requires a contractor to handle all aspects, including the demolition of existing concrete and the construction of a new concrete slab. The contract falls under NAICS code 236220 and has a projected value between $25,000 and $100,000. It is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must ensure they are verified by the Department of Veterans Affairs Center for Verification and Evaluation (CVE) according to specified regulations prior to submitting proposals, as failure to achieve this will result in disqualification. The point of contact for further information is Tailor Brown at the provided email address. This notice exemplifies the government’s commitment to supporting veteran-owned businesses through targeted contracting opportunities.
    The solicitation, identified by number 36C25725Q0055, is for a construction project involving the removal and replacement of concrete at Building 7 of the Dorris Miller VA Medical Center in Waco, Texas. The Department of Veterans Affairs is issuing this request exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude between $25,000 and $100,000 under NAICS code 236220. Interested contractors must provide a competitive quote by 10:00 AM CST on November 8, 2024, with a mandatory pre-bid site visit scheduled for October 18, 2024. To submit a bid, contractors must complete various documentation, including OSHA-related compliance data and past performance reports, demonstrating prior successful projects of similar scope. Bids will be evaluated based on past performance and pricing, with a focus on the best value for the government. Contractors are required to maintain OSHA compliance and possibly provide performance and payment bonds as part of the contract. The document details instructions for proposal submissions, including email formatting and documentation requirements, ensuring a structured approach to the bidding process. Overall, this solicitation underscores the federal government's commitment to engaging veteran-owned businesses in construction contracts while maintaining rigorous compliance standards.
    The document pertains to Amendment 1 of a solicitation from the Department of Veterans Affairs (VA), specifically regarding a contract for the Central Texas Veterans Healthcare System. This amendment corrects the date for a scheduled site visit, now set for Friday, October 18, 2024. The amendment requires bidders to acknowledge receipt of the change either by returning copies of the amendment, noting it on their offer copies, or via separate correspondence referencing the amendment and solicitation numbers. All other terms and conditions in the existing contract remain unchanged, emphasizing the document's role in ensuring clarity and communication between the VA and potential contractors. The amendment reflects the regulatory processes common in federal RFPs, ensuring compliance and awareness among bidders.
    The document outlines Amendment 2 to solicitation number 36C25725Q0055 from the Department of Veterans Affairs, specifically the Central Texas Veterans Health Care System. This amendment serves to revise important details regarding contractor qualifications and deadlines related to the solicitation. Key changes include adjusting the request for information (RFI) due date to October 25, 2024, and revising the contractor verification requirements. Previously, contractors needed verification from the Department of Veterans Affairs Center for Verification and Evaluation (CVE) but now must be both visible and certified on the U.S. Small Business Administration's MySBA Certifications website. Failure to meet these criteria prior to the offer due date will lead to proposals being deemed non-responsive. Additionally, photographs of the work site area at the loading dock of building 7 are included as attachments to provide clarification on the project site. This amendment emphasizes the need for compliance with updated certification processes and deadlines, crucial for potential bidders aiming to secure contracting opportunities with the VA.
    The Waco VA Project involves the removal and replacement of concrete at the Loading Dock of Building #7 at the Doris Miller VAMC in Waco, Texas. The contractor is tasked with providing all necessary labor, materials, and equipment for this 121-day project, which includes safely demolishing approximately 695 square feet of concrete, ensuring compliance with environmental regulations for disposal, and constructing a new concrete slab with specified reinforcement and drainage features. Essential safety measures include maintaining secure barriers to prevent unauthorized access, using appropriate personal protective equipment, and following various building codes and safety standards. Invoices for the completed work must be submitted through the Tungsten System, detailing services performed, associated costs, and other required documentation. The contractor's compliance with government holiday observances and safety plan submission prior to starting work is also mandated. This project underscores the VA's commitment to maintaining safe and operational infrastructure for its facilities while adhering to federal standards and regulations.
    The document outlines specifications for a concrete project, focusing on the use of 3500 P.S.I. concrete with specified slopes for drainage. It details the need for a 5" slump and specifications for rebar placement. The slopes are quantified as 1:65 and 1:30, indicating a requirement for drainage efficiency. These stipulations are essential for ensuring the integrity and performance of the concrete work, particularly in terms of water management and load-bearing capabilities. The emphasis on concrete quality and drainage design reflects industry standards and compliance with federal or local construction guidelines. Such details are crucial for contractors responding to relevant federal or state/local RFPs, ensuring proper execution and adherence to safety and performance benchmarks in infrastructure projects.
    The document outlines wage determination for building construction projects in McLennan County, Texas, under the Davis-Bacon Act. It specifies minimum wage rates that contractors must adhere to if their contracts are government-funded and related to the Executive Orders 14026 and 13658. For contracts effective on or after January 30, 2022, workers must be paid at least $17.20 per hour. If awarded between January 1, 2015, and January 29, 2022, the minimum wage is $12.90 per hour. The document lists various classifications of workers, alongside corresponding wage rates and fringe benefits for specific trades like electrical work, plumbing, welding, and more. It highlights that contract renewals and extensions are subject to the established rates. There’s also mention of additional worker protections under Executive Order 13706 regarding paid sick leave. The process for appealing wage determinations is also outlined, providing a structured approach for interested parties to challenge decisions. This document serves as essential guidance for contractors and stakeholders involved in federal and state-funded construction projects, ensuring compliance with wage standards and promoting worker rights.
    The Past Performance Questionnaire is a structured form used to evaluate contractors' previous work for government projects, critical in the context of federal and state RFPs and grants. It mandates contractors to provide detailed information about their firm, project involvement, contract type, performance metrics, and clients. The questionnaire assesses the quality, schedule adherence, customer satisfaction, management efficiency, cost management, safety requirements, and general performance of the contractor. Key sections include a client feedback portion where clients rate various aspects of the contractor's performance on a scale from Exceptional to Not Available. Feedback on strengths, weaknesses, and deficiencies is also solicited to help in performance risk evaluation. The document emphasizes the importance of maintaining quality standards, meeting deadlines, effective management of resources, and compliance with safety and security measures. Ultimately, this structured evaluation aids government entities in making informed decisions regarding contractor reliability for future projects.
    The document outlines a technical project associated with buildings numbered 8 through 12, primarily focusing on engineering tasks labeled as "ENGINEER-ONLY." These tasks presumably relate to the management or renovation of facilities through strategic planning and execution. The notation "MARKING LOT" suggests an area designated for specific operations or inquiries, emphasizing the need for specific designations or clarifications within engineering practices. Although the document lacks extensive detail, it indicates a structured approach to managing resources and expertise, underlined by the "C" classification that likely denotes a certain project phase or category, hinting at systematic processing within government frameworks. Overall, this document appears to be part of a larger series of RFPs or grants, likely aiming to enhance infrastructure or engineering services linked to federal or local projects.
    Lifecycle
    Similar Opportunities
    J056--CTX Floor Tile Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the CTX Floor Tile Repair project at the Doris Miller Veterans Affairs Medical Center in Waco, Texas. The procurement involves the removal and replacement of approximately 2,528 square feet of flooring, requiring contractors to provide all necessary labor, equipment, and materials while adhering to safety and environmental regulations. This initiative is crucial for maintaining and upgrading facilities that support veteran healthcare, with a contract value anticipated at $19 million and a performance period from November 25, 2024, to September 30, 2025. Interested parties must submit their proposals by October 25, 2024, and can contact Contract Specialist Abduel Sanford at abduel.sanford@va.gov or (254) 922-1975 for further information.
    Z1DZ--523A5-24-010 Expansion Joint Corrections
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "523A5-24-010 Expansion Joint Corrections" project at the VA Medical Center in Brockton, MA. This project involves the replacement of existing expansion joints and the installation of new flooring, with an estimated contract value between $500,000 and $1,000,000, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The work must adhere to strict safety and operational protocols due to the presence of patients, and contractors are required to submit bids electronically by 2:00 PM EST on November 12, 2024, following a pre-bid site visit on October 22, 2024. For further inquiries, interested parties can contact Contracting Officer Heather M Libiszewski-Gallien at heather.libiszewski-gallien@va.gov.
    PROJECT 580-20-106 INSTALL SALLY PORT
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the installation of a locked sally port at the Michael E. DeBakey VA Medical Center in Houston, Texas, under project number 580-20-106. The project aims to enhance safety for patients, staff, and visitors by preventing patient elopement and includes comprehensive construction tasks such as demolition, relocation, and compliance with federal and local regulations. The anticipated contract, valued between $500,000 and $1 million, requires adherence to strict safety guidelines and minimal disruption to hospital operations, with a performance period of 270 calendar days from the Notice to Proceed. Interested contractors should contact Lisa Peace at Lisa.Peace@va.gov and are encouraged to register for notifications regarding the solicitation, which will be available electronically on or about October 25, 2024.
    Z1DA-- 460-24-016 NFS Dish Room Floor
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of the NFS Dish Room Floor at the Wilmington VA Medical Center, with a focus on mold remediation and flooring repairs. This project, estimated to cost between $25,000 and $100,000, is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with prevailing wage laws, submission of performance and payment bonds, and adherence to environmental and safety regulations. Interested contractors must attend a pre-bid meeting on October 16, 2024, and submit their proposals by November 6, 2024, with all inquiries directed to Contract Specialist Hanna Karmazyn at Hanna.Karmazyn@va.gov.
    Z2DA--Renovate Halls, Walls, Ceilings
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of halls, walls, and ceilings in Building 1 at the Durham VA Medical Center, under solicitation number 36C24624B0005. The project aims to upgrade the existing infrastructure while ensuring minimal disruption to hospital operations, involving comprehensive work such as hazardous material remediation, demolition, and installation of new finishes, with strict adherence to safety and infection control measures. This initiative underscores the government's commitment to enhancing healthcare facilities for veterans, with an estimated contract value between $2,000,000 and $5,000,000, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses. Interested contractors must submit sealed bids by January 16, 2025, following a mandatory site visit on December 4, 2024, and should direct inquiries to Contract Specialist Alice V Custis at Alice.Custis@va.gov.
    Y1DA--Project 671-24-200 Elevator Modernization
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the modernization of passenger and service elevators at the Audie L. Murphy Memorial Veterans' Hospital in San Antonio, Texas. The project involves replacing obsolete components of elevators P1, P2, P3, P4, S5, S6, and S10, ensuring compatibility with existing Fire Safety systems, and integrating new non-proprietary components. This procurement is significant for enhancing the infrastructure of veteran healthcare facilities and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a budget estimated between $2 million and $5 million. A Request for Proposal (RFP) is anticipated to be released on or about October 21, 2024, with proposals due within 30 days; interested vendors should contact Contract Specialist Michael Walls at michael.walls2@va.gov 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 VA Hospital in Madison, Wisconsin. This project, classified as VA Project 607-22-101, aims to modernize hospital facilities with a budget ranging from $5 million to $10 million, prioritizing participation from service-disabled veteran-owned small businesses (SDVOSB). The renovation will encompass comprehensive upgrades across various construction disciplines, ensuring compliance with federal regulations and VA standards to enhance patient care environments. Bids are due via email by 12:00 PM local time on October 11, 2024, with a virtual bid opening scheduled for 1:00 PM on the same day. Interested contractors should contact Contracting Officer John J Meyers at john.meyers2@va.gov for further details.
    Y1DZ--PROJECT #756-23-103 Relocate Facility Fiber
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor for the Y1DZ--PROJECT 756-23-103, which involves relocating facility fiber at the El Paso VA Medical Center. The project aims to modernize the communication infrastructure by installing new conduits and a 72-strand single-mode fiber optic cable, while ensuring minimal disruption to hospital operations and compliance with safety standards. This initiative reflects the government's commitment to enhancing facilities for veterans and maintaining operational continuity during construction. Interested parties should note that this is a 100% service-disabled veteran-owned small business set-aside, with an estimated project cost between $250,000 and $500,000. Key deadlines include a mandatory pre-bid site visit on October 29, 2024, and bid submissions due by 11:00 AM CST on November 14, 2024, with inquiries accepted until November 5, 2024. For further information, contact Contract Specialist Tailor E Brown at Tailor.Brown2@va.gov.
    Z2DA--SL 554 Irrigation and Concrete Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to perform irrigation and concrete repairs at the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. The project involves repairing sections of the irrigation main pipe and associated lines, as well as addressing concrete sidewalk hazards near the facility's entrances. This work is critical for maintaining the safety and functionality of the medical center's grounds, ensuring proper irrigation and preventing slip/trip incidents. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by November 7, 2024, following a mandatory site visit on October 23, 2024. For further inquiries, contact Contract Specialist Christopher D Wentworth at Christopher.Wentworth@va.gov.
    Y1LZ--Expand Medical Center Site Saginaw Minor Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Firm-Fixed-Price contract to undertake minor construction aimed at expanding the Saginaw VA Medical Center in Michigan. The project encompasses comprehensive site preparation across approximately 25 acres, which includes demolition of existing structures, utility rerouting, and the installation of new infrastructure, all in compliance with local and national codes. This initiative is part of the VA's commitment to enhancing facilities that serve the veteran community and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The anticipated award date is between late September and early October 2024, with a construction magnitude estimated between $5 million and $10 million, and a projected completion timeline of approximately 551 days from the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Dawn Schydzik via email at Dawn.Schydzik@va.gov.