Y1DA--Project 612-164 - Dental Expansion and Relocation Northern California VAMC Located on Travis AFB, California
ID: 36C77624R0085Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC HEALTH INFORMATION (36C776)INDEPENDENCE, OH, 44131, 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 proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the Dental Expansion and Relocation project at the Northern California Veterans Affairs Medical Center located at Travis Air Force Base, California. The project involves the construction of a one-story, 12,650 square-foot dental clinic featuring 17 exam lanes and specialized surgery facilities, aimed at enhancing healthcare services for veterans. This initiative underscores the government's commitment to improving veteran healthcare infrastructure while adhering to federal regulations and safety standards. Interested contractors must submit their proposals by September 20, 2024, at 4:00 PM PT, and can direct inquiries to Contract Specialist Latoya Greene at Latoya.Greene@va.gov or by phone at 216-447-8300.

    Point(s) of Contact
    Latoya GreeneContract Specialist
    (216) 447-8300
    Latoya.Greene@va.gov
    Files
    Title
    Posted
    This Request for Proposal (RFP) from the Department of Veterans Affairs seeks qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to undertake a construction project at the VA Northern California Healthcare System in Fairfield, CA, with an estimated cost ranging between $10,000,000 and $20,000,000. The interested contractors must provide all necessary resources, while adhering to the project's specifications, performance bonds, and maintenance requirements. Proposals must reflect the best value to the government, based on project experience, schedule, past performance, and price, with priority given to those demonstrating relevant experience, particularly with medical construction. Key requirements include submission of a bid guarantee, detailed technical and price proposals, and compliance with accessibility standards and equitable employment opportunities. There will be a pre-proposal site visit for potential bidders, and proposals must be submitted via email by a specified deadline. The contractor must have a proven track record under similar contracts and be properly registered with the System for Award Management (SAM) and the Contractor Performance Assessment Reporting System (CPARS). This solicitation emphasizes the importance of service-disabled veteran ownership, further supporting the government's commitment to inclusivity in federal contracting.
    The document pertains to Amendment 1 of the solicitation 36C77624R0085 concerning the Dental Expansion and Relocation project at Northern California VMAC, Travis AFB. Issued by the Department of Veterans Affairs, the amendment primarily serves to address questions received as of August 23, 2024. It confirms that the deadline for offers has been extended to September 20, 2024, at 16:00 PT, requiring contractors to acknowledge the amendment. It also outlines procedures for submitting amendments, including options for acknowledgment through completed forms or electronic communication. The amendment emphasizes that except for the changes specified, all original terms and conditions remain in effect. This document signifies the ongoing engagement with potential bidders, ensuring transparency and clarity in the bidding process while highlighting the VA's administrative adjustments necessary for project execution.
    This document serves as an amendment to solicitation number 36C77624R0085, issued by the Department of Veterans Affairs' Program Contracting Activity Central, concerning a dental expansion and relocation project. The amendment aims to provide information regarding a site visit and answers to questions submitted prior to the visit, held on August 29, 2024. Additionally, it corrects the email address of the Contract Specialist, LaToya Greene, ensuring accurate communication. The document emphasizes that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment and understand that failure to do so may result in the rejection of their offer. Relevant attached documents include attendance records from the site visit, an agenda, and responses to requests for information (RFI) regarding the dental project. This amendment highlights the procedural updates necessary for potential contractors to effectively engage with the solicitation process.
    The solicitation 36C77624R0085 pertains to the Dental Expansion and Relocation project at the Northern California Veterans Affairs Medical Center (VAMC) located at Travis Air Force Base (AFB). It invites bids specifically from Service-Disabled Veteran-Owned Small Businesses and outlines several key requirements for potential prime contractors. Applicants must possess a general contractor's license and an appropriate form of identification for base access; there is no Project Labor Agreement or prequalification necessary for this project. The documents clarify the inclusions in the project scope related to lighting, receptacles, and conduits, as mentioned in Specification 01 00 00, under Deduction Alternate 3. The overall aim of this solicitation is to enhance dental care facilities for veterans while ensuring compliance with federal contracting regulations.
    The document pertains to a Request for Proposals (RFP) related to the Dental Expansion and Relocation project at the Northern California Veterans Affairs Medical Center, specifically located at Travis Air Force Base. This project is designated as a service-disabled veteran small business set-aside, meaning only qualifying businesses can apply. Key technical inquiries received include confirmations that a general contractor’s license and valid identification are needed to bid, with no pre-qualification required for participation. It is noted that there is no Project Labor Agreement in place, and the parking lot work has been removed from the project's scope. Additionally, bidders must refer to specific specifications for clarifications on deducts related to project components. Overall, the document outlines critical eligibility criteria and project specifications for interested contractors in a structured manner, reflecting standard practices in federal procurement processes.
    The document details the project to relocate and expand the dental clinic at the VA Medical Center in Fairfield, California, under Project No. 612-164. It encompasses comprehensive plans including plumbing, mechanical, electrical, fire protection, and civil engineering aspects, aiming to enhance the facility's capabilities for veterans' dental care. The scope includes constructing new operatory spaces, waiting areas, administrative offices, and supporting utilities, while adhering to health codes and safety regulations. Key features of the project involve coordinating utility layouts among subcontractors, ensuring safety measures during construction, and addressing any potential hazardous materials on-site. The plan also includes provisions for accessibility, adequate egress routes, and fire safety requirements in alignment with existing codes. Special attention is emphasized on maintaining cleanliness and minimal disruption to ongoing medical operations during the construction phase. This project illustrates the ongoing efforts by the Department of Veterans Affairs to modernize healthcare facilities, thereby improving service delivery for veteran patients. The outlined construction practices and standards demonstrate a commitment to quality and safety in fulfilling the community's healthcare needs.
    The document outlines the design and structural specifications for relocating and expanding the dental clinic at the VA Medical Center in Fairfield, CA. It details various elements of the construction plans, including framing elevations, brace frame details, and welding requirements, adhering to AISC and AWS standards. The document emphasizes the importance of reinforced connections, protective zones for braced frameworks, and the specific materials to be used in the construction process. It includes instructions for compliance with safety regulations and the necessary quality assurance protocols for inspections and welding operations. This comprehensive planning document is pivotal for ensuring the project aligns with federal guidelines and allows for the safe expansion of medical facilities, thus reflecting the government's commitment to enhancing veteran healthcare services.
    The document outlines the specifications and standards for the relocation and expansion of the dental clinic at the VA Medical Center in Fairfield, CA. It details the interior finish schedule, including the types of flooring, wall treatments, ceiling, and hardware requirements to ensure compliance with safety and aesthetic standards. Significant emphasis is placed on incorporating fire-resistant materials and ensuring proper accessibility features within the clinic's architecture. The project also includes specific instructions regarding door types and finishes, highlighting the importance of using appropriate materials to maintain safety standards and ensure durability. Additionally, the document addresses the installation of a suspended ceiling system and the supporting structural details for lighting fixtures, including guidelines for seismic design considerations. This comprehensive approach illustrates adherence to both local building codes and federal regulations for healthcare facilities. The overall goal of the renovation project is to enhance patient care facilities while ensuring the construction meets rigorous health and safety standards expected in a medical environment.
    The document outlines the plumbing, medical gas, and ventilation systems for the expansion and relocation of a dental clinic at the VA Medical Center in Fairfield, CA. It details specifications for various components, including fire-stopping systems, piping diagrams, and connections for medical gases such as oxygen and nitrous oxide, emphasizing compliance with NFPA standards. Key infrastructure features include a collection tank, exhaust pipes, and specialized shut-off systems for medical gases, ensuring safety and regulatory adherence during installation. Structural elements also require the installation of accessible testing valves and backflow preventers. This project reflects the government's commitment to enhancing healthcare facilities while ensuring patient safety and system efficiency.
    The document outlines the plans and specifications for the relocation and expansion of the dental clinic at the VA Medical Center in Fairfield, CA. It includes enlarged mechanical floor plans, electrical lighting plans, and general notes related to HVAC, plumbing, and electrical systems. Essential details cover the installation of equipment, thermoregulation systems, ductwork, and compliance with safety standards in patient care areas. The plans emphasize fire safety measures, such as sealants for fire stops and water-tight roof penetrations. The document directs contractors to follow specific guidelines for ductwork in critical areas, mandates the installation of smoke/fire dampers, and stresses sufficient clearance for maintenance access. By providing detailed drawings and installation requirements, this document aims to ensure a comprehensive approach to upgrading the facility, maintaining compliance with federal and state standards, and enhancing service delivery at the dental clinic.
    The document outlines the electrical specifications and installation requirements for the renovation and expansion of the Dental Clinic at the VA Medical Center in Fairfield, California. It includes comprehensive details on branch feeders, wire sizes, and conduit specifications tailored to meet the National Electrical Code (NEC) as well as VA Medical Center standards. Major points cover the installation of electrical systems, including safety switches, power distribution panels, and the use of grounding systems to ensure compliance with safety regulations. The document emphasizes outdoor conduit materials and mounting requirements, along with mechanical system connections and the necessity for waterproof seals for exterior penetrations. Additionally, specific electrical panel schedules and load calculations are included, indicating the approximate power demands from multiple sources within the dental clinic. This precise documentation is vital for contractor adherence and project execution, reflecting government protocols for ensuring effective, safe, and compliant renovations in federal facilities.
    The document outlines the specifications for relocating and expanding the dental clinic at the VA Fairfield facility, prepared by K. F. Davis Engineering, Inc. It includes a comprehensive index of required construction activities across various sections such as general requirements, demolition, structural framing, plumbing, electrical, HVAC systems, and safety protocols. The project encompasses site preparation, electrical system installation, and mechanical and plumbing work, addressing the needs of the new clinic structure while ensuring minimal disruption to existing operations. The contractor must adhere to VA standards, managing safety measures and complying with security protocols due to the facility's sensitive nature. The planning demands thorough scheduling, quality control, and temporary arrangements for continuous medical services. This project showcases the VA's commitment to enhancing healthcare facilities for veterans while ensuring operational integrity and compliance with regulatory requirements.
    The document outlines the relocation and expansion of a dental clinic at the Veterans Affairs (VA) Fairfield facility, detailing the final construction designs and requirements. It specifies related work areas, applicable codes, and relevant standards for engineering and construction, including sections for general requirements, plumbing systems, and electrical installations. A comprehensive range of materials and equipment is listed alongside strict quality assurance measures, emphasizing adherence to VA specifications and applicable safety codes. Submittal guidelines dictate that the contractor must provide manufacturer documentation, installation instructions, and maintenance plans to ensure all systems operate efficiently. Furthermore, the document addresses cleanliness, storage, and handling of materials, stressing the importance of preventing contamination. Additionally, provisions for identifying equipment, conducting necessary testing, and maintaining operation and maintenance manuals post-installation are described. The primary aim is to ensure compliance with federal regulations while delivering a functional and safe dental clinic environment for veterans, reflecting a commitment to high standards in public health infrastructure.
    The document delineates the final construction design submittal for relocating and expanding the Dental Clinic at the VA Medical Center in Fairfield, California. The project involves a one-story, 12,650 square-foot building featuring 17 exam lanes, specialized surgery facilities, and necessary support areas, conforming to VA design standards. Key engineering aspects include structural design based on the 2015 International Building Code, an energy-efficient all-electric HVAC system, and a plumbing framework aligned with the latest regulations. Notably, due to the absence of natural gas, an electric water heating system will be implemented. Furthermore, the electrical infrastructure will be integrated with existing power systems to ensure reliability during operations, including emergency power for critical areas. Civil engineering efforts entail site preparation, new utility installations, and traffic management during construction to mitigate disruptions. The project emphasizes compliance with accessibility standards, LEED certification requirements, and environmental sustainability, showcasing the VA's commitment to enhancing healthcare facilities while ensuring safety and efficiency throughout the design and execution phases.
    The document outlines the specifications for the Amico Alert-1 Series Alarm Valve Combo Unit, intended for regulated medical gas systems in healthcare environments. It includes key components such as an 18-gauge steel valve box with LED displays, gas-specific sensors, and audible alarms exceeding 90 decibels. The combo unit will accommodate various wall thicknesses, ensuring adaptability for installations. The alarm system provides digital readouts for pressure and vacuum, with adjustable high/low set points. Additionally, robust safety features prevent unauthorized access to the medical gas control valves. The document also details technical aspects for related systems, including AXEON reverse osmosis systems designed for light commercial application, featuring low-energy membranes and standard pre-filters. The final sections discuss mechanical and electrical specifications for HVAC systems and exhaust fans, all geared towards efficiency and safety in clinical settings. The purpose of this document is to provide comprehensive guidelines for equipment that complies with federal and state healthcare regulations and standards, ensuring safe medical gas management and installation procedures within health facilities, particularly focusing on durability, accessibility, and regulatory compliance.
    This government document outlines specifications and features for the SNLED Lensed LED strip lighting system and the Encounter LED troffer fixtures. Both products are designed to meet rigorous efficiency and performance standards, suitable for various commercial and industrial applications. The SNLED Lensed series highlights adaptability with options for different lens types, color temperatures, and reflector choices, achieving up to 153 LPW efficiency and compliance with the Trade Agreements Act. The Encounter series utilizes WaveStream technology, provides multiple CCT options, and caters to energy savings as it remains competitive with fluorescent fixtures. The document emphasizes the product's certifications, highlighting compliance with standards such as DesignLights Consortium and California Title 24 regulations. It also details ordering information, customization options, and energy performance data, indicating potential applications across commercial spaces, schools, and retail environments. The offerings reflect ongoing efforts to support sustainable lighting solutions while meeting local and federal compliance standards in procurement processes, making them prime candidates for government RFPs and grants.
    The document pertains to the "Relocate and Expand Dental Clinic" project at the VA Medical Center in Fairfield, California, detailing essential engineering and structural calculations. It includes sections on electrical and mechanical systems design, highlighting critical air system sizing, load calculations, and HVAC components necessary for the facility's operation. The mechanical section outlines a rooftop packaged Variable Air Volume (VAV) system, detailing airflows, cooling loads, and outdoor ventilation specifications, ensuring compliance with design standards. Additionally, structural calculations address the building's structural integrity, focusing on gravity and lateral design criteria, incorporating necessary safety considerations under seismic and wind load codes. The design adheres to the latest International Building Code (IBC) regulations while ensuring material specifications are met. This comprehensive detail serves the RFP process by clearly articulating the project requirements necessary for securing funding and ensuring that bids are based on accurate, precise calculations critical for the planning and execution of the clinic expansion. The document exemplifies the methodical approach necessary in government projects where precise adherence to engineering standards and legislative compliance is paramount to achieving a successful outcome.
    The document outlines the structural analysis and design of special concentric braced frames (SCBF) per AISC 341-16 standards. It includes detailed calculations for brace geometry, properties, demands, capacities, and design considerations for multiple frames. Each analysis identifies material properties, including yield strength and configurations while ensuring compliance with seismic provisions. Key points include the evaluation of brace member types, member sizes, and effective length considerations, with assessments of vertical and lateral forces acting on various components. The appendices provide tension and compression capacities, and foundation reaction calculations are focused on maintaining safety during seismic events, with all calculations following AISC and ASCE guidelines. This document serves a dual purpose: ensuring structural integrity while addressing relevant code requirements. The comprehensive nature of the analysis reflects the need to meet rigorous standards associated with federal and local construction contracts, possibly corresponding to government RFPs and grants intended for structural improvement or new construction projects. The focus on safety, compliance, and building efficiency emphasizes its importance for future structural applications and public safety.
    The SCBF (Special Concentrically Braced Frame) Connection Design report details the engineering evaluations for brace connections in a structural framework using AISC (American Institute of Steel Construction) standards. It describes calculations for brace forces, including maximum compression and tension forces, alongside design specifications for weld connections to gussets. The report verifies the adequacy of gusset plate dimensions and the reinforcing plate properties necessary for maintaining structural integrity under various loading conditions, including shear and tensile strength checks. Key parameters such as yield strength, effective area, and design weld length are meticulously calculated and validated against specified requirements. The findings affirm that all parameters meet or exceed safety standards, with specific checks conducted on the gusset's interaction with beams and columns, ensuring adequate yield strength. The document highlights the importance of precise calculations in structural design to ensure safety and compliance in construction practices relevant to government contracts and grants, illustrating a commitment to engineering excellence and public safety. This summary encapsulates the critical elements necessary for ensuring robust design within the parameters of federal and state guidelines for structural integrity in civil engineering projects.
    The document provides detailed calculations and structural assessments for the base plate and anchor bolt design of the Special Concentrically Braced Frames (SCBF) system, adhering to AISC 360-16 and AISC 341-16 design standards. Key calculations include embedment depth, shear, bending stresses, and anchor rod properties to confirm the structural integrity of the connections. It details specific parameters such as column loads, plate compression, concrete strength, and bearing requirements, which guide the design choices. Each subsection addresses performance criteria for different connection types and loads, ensuring safety under seismic conditions. The analysis confirms the adequacy of the designs through comprehensive capacity checks of components, including base plates, anchor rods, and washers. The overall goal is to ensure compliance with engineering standards while addressing factors like seismic safety and load distribution, thereby supporting the construction of a robust and resilient structure. In essence, this document serves as a technical guide for engineers to implement effective designs for the SCBF system, demonstrating commitment to safety, reliability, and adherence to regulatory standards in the infrastructure development process.
    The document outlines the electrical load monitoring project at Travis Air Force Base's Unit Substation #2B, conducted from December 14 to December 21, 2020. It details voltage, current, power factor, and frequency readings for different phases (A, B, and C), highlighting maximum, average, and minimum values observed during the monitoring period. Key metrics indicate that the maximum voltage reached 281.9 Vac with peak currents of up to 878.0 Aac and a power factor averaging around 0.9. The findings underscore the substation's operational efficiency, with a 44% capacity availability reported. This monitoring effort, commissioned by K.F. Davis Engineering, Inc., is essential for ensuring the reliability and safety of electrical systems that support critical military operations. The detailed data serves as a foundation for evaluating performance and planning future upgrades, ensuring compliance with federal regulations concerning electrical infrastructure. Overall, the project demonstrates the importance of systematic monitoring in optimizing energy usage and maintaining operational integrity at military installations.
    The document provides essential information for individuals attending a site visit at a VA hospital project site. It includes specific vehicle entry instructions, emphasizing that vehicles with logos or contractor names must enter through the South Commercial Gate. Attendees must fill out a DBIDS form prior to their visit, unless they have a contract and sponsor, and send it to the site manager, Derrick Shelton. The document outlines the need for a matching name on the DBIDS form and ID, along with instructions to save and share the confirmation QR code. Additionally, it requests attendees to complete a table with their company's information for registration purposes. Overall, these steps ensure proper security protocol is followed for access to the military base, which is crucial for compliance with federal regulations concerning site visits related to government contracts and projects.
    The document provides information on the DBIDS (Defense Biometric Identification System) enrollment process. It offers a solution for individuals facing long wait times for registration by encouraging them to complete their application online. Users are instructed to access a specific URL, fill out the necessary application, and present a confirmation code to the registrar, which expedites the enrollment procedure. The emphasis is on technology's role in improving efficiency and reducing the hassle associated with the in-person registration process. This initiative reflects the federal government's ongoing efforts to streamline processes and enhance service delivery for individuals interacting with defense systems.
    The DBIDS Visitor Enrollment System (DVES), overseen by TSgt Donald Gresham in the Access Control Section, outlines the procedures for gaining base access through a designated sponsor. Visitors must start with a pre-enrollment process via a QR Code or web browser, completing the necessary documentation to obtain a QR/Alphanumeric code, which should be saved as a PDF. They are required to provide valid identification, ideally a REAL ID, or an alternative form of ID if they do not possess one. This documentation must then be sent to the sponsor for verification. The sponsor is responsible for confirming the submission and forwarding the required details to the Visitor Control Center (VCC) through a specified email address. Once the VCC receives the documents, they will respond with visitor passes or additional instructions. This system aims to streamline and secure the visitor access process at the base while complying with federal identification regulations.
    The document outlines the General Decision Number CA20240007 regarding wage determinations for construction projects in various counties in California. It emphasizes compliance with the Davis-Bacon Act, mandating that contractors pay minimum wage rates as specified by Executive Orders 14026 and 13658, depending on when contracts are initiated or renewed. The wage determinations provide detailed hourly rates and fringe benefits for various trades, including carpenters, electricians, laborers, and specialized workers such as asbestos removers and boilermakers. The report categorizes wages by area, highlighting differences across two regions (Area 1 and Area 2). It also specifies rates for classifications of workers in building, heavy, highway, and dredging construction projects, ensuring adherence to federal labor standards. This document serves as a key resource for contractors responding to federal and state RFPs and grants, as it establishes necessary wage protocols and labor requirements within California’s construction industry.
    The document outlines the VAAR 852.219-75, a certification form for contractors regarding compliance with limitations on subcontracting when awarded contracts involving general construction. Contractors must certify that no more than 85% of the funds paid by the government will be subcontracted to entities that are not certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). Any further subcontracting by these certified businesses counts toward this limitation. The certification also highlights the legal responsibilities and potential penalties for false claims, including criminal and civil repercussions. Contractors must be prepared to provide documentation to demonstrate compliance and cooperate with the VA during compliance checks, as failure to do so may trigger remedial actions. The certification must be completed and submitted with the contractor's proposal for evaluation, stressing its necessity for award consideration. The document enforces the VA's commitment to preventing misuse of funds while supporting certified veteran-owned businesses in federal contracting.
    The Past Performance Questionnaire (PPQ) is a critical component of the procurement process for the Veterans Health Administration (VHA) Program Contracting Activity Central. The document outlines the necessary information and evaluation criteria for contractors seeking federal contracts. It indicates that contractors must complete specific sections detailing their company information, contract details, project descriptions, and relevant performance metrics. Evaluators are tasked with assessing the contractor’s past performance across various categories, including quality, timeliness, communication, and cost management. Evaluators must provide detailed comments and ratings according to predefined adjectival scales ranging from "Outstanding" to "Unsatisfactory." The questionnaire significantly influences the contractor's proposal evaluation and overall ability to secure contracts. Timely submission of completed PPQs is emphasized, as late submissions will not be accepted. This structured approach aids in objectively evaluating contractor capabilities, critical for awarding contracts in federal government projects.
    The document is a Construction Program Estimate Worksheet prepared for the Department of Veterans Affairs, detailing cost estimations across various project divisions. It is organized into 28 sheets, each representing different construction divisions such as Concrete, Electrical, Plumbing, and Fire Suppression. The worksheet outlines categories for labor and materials, offering placeholder amounts to allow estimators to insert values for a preliminary design project. The document also includes calculations for overhead, profit, and bonds, along with subtotals and a final project total. This structured approach is essential in responding to government RFPs and grants, ensuring compliance with outlines necessary for project funding and execution. The document's primary purpose is to aid in the financial planning and estimation processes for construction projects managed by the VA, reflecting systematic organization and thorough evaluation within the governmental construction framework.
    The Department of Veterans Affairs (VA) seeks justification for awarding a contract for the Relocate and Expand Dental Clinic project at Travis Air Force Base, Fairfield, without full and open competition. The procurement includes specific brand-name materials essential for standardization within the facility. Key brand-name components include Johnson Controls for programming, Secutron for the fire alarm system, and Software House for the card reader system, totaling an estimated value of $347,746.32. The justification cites that using these brands is crucial for operational compatibility and cost-efficiency, as they integrate seamlessly with existing systems at the Mather VA Medical Center. The authorized use of other than full and open competition is supported by the need for only one responsible source and the unique qualifications of each brand. The project will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to encourage competition. Market research conducted by the Contracting Officer supports this need for brand-name procurement to prevent operational disruptions and ensure effective system integration. Overall, the justification illustrates the necessity of adhering to pre-existing standards and systems to maintain operational integrity and safety within the VA facilities.
    The document pertains to the site visit sign-in sheet for the Dental Expansion and Relocation Construction project at the Northern California Veterans Affairs Medical Center (VAMC), scheduled for August 29, 2024. Attendees included representatives from various construction and engineering firms, as well as federal personnel associated with the project. The sheet lists participants by name, title, company affiliation, email addresses, and phone numbers, evidencing the collaborative nature of the project. The purpose of this sign-in sheet is to catalog interest and presence from contractors and stakeholders involved in the bidding or execution of the construction initiative, a common practice in federal Requests for Proposals (RFPs) to ensure transparency and engagement from various stakeholders. The project aims to meet the needs of the dental facility at the VAMC, suggesting a significant investment in healthcare infrastructure, which aligns with the government’s broader objectives to enhance veteran services. This documentation serves as a formal record for subsequent communications and potential bidding processes, reflecting the systematic approach of government contracting in public sector projects.
    The document outlines details for the Request for Proposal (RFP) regarding the Dental Expansion and Relocation Construction project at Travis Air Force Base. The site visit agenda scheduled for August 29, 2024, includes introductions of key personnel such as the Contracting Officer and Architect-Engineer, and clarifies the importance of submitting all technical questions in writing before the cut-off date of September 4, 2024. Notably, this solicitation is designated entirely for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), meaning proposals from other entities will not be accepted. The solicitation is issued under FAR Part 15, with a closing date set for September 20, 2024, at 4:00 PM PT. The project has an estimated monetary range of $10 to $20 million, with a performance period of 730 days post-award. Emphasizing proper protocol, the document specifies that site visits should remain collaborative and that questions should not be directed individually to staff members. Overall, the summary highlights the RFP’s focus on SDVOSB participation, procedural adherence for proposals, and the collaborative nature of the site visit process.
    Similar Opportunities
    Z1DA-- Construction Renovate Outpatient Pharmacy and HVAC, Mather 612A4-19-016
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of the outpatient pharmacy and HVAC systems at the VA Northern California Healthcare System in Mather, California. This project aims to upgrade the existing pharmacy space to enhance operational efficiency and workflow, addressing critical deficiencies in plumbing and mechanical systems while providing a state-of-the-art facility for patient care. The anticipated contract value is between $5 million and $10 million, with a performance period of approximately 426 calendar days from the notice to proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must be registered in the System for Award Management (SAM) and verified by the SBA's VetCert program, with proposals due following the solicitation release on or about August 29, 2024. For further inquiries, contact Rosario Chaidez at Rosario.chaidez1@va.gov or call 916-923-4548.
    Y1DA--Renovation and Expansion of SPS NRM Project 640-23-108
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the renovation and expansion of the Sterile Process Supply facility at the VA Palo Alto Healthcare System in California. The project aims to enhance functionality and compliance with VA standards by creating distinct areas for Sterile Processing Service and Supply Chain Service, ensuring effective workflow and safety in handling reusable medical devices. This initiative is critical for improving healthcare facilities and maintaining safety standards during construction, with an estimated project value between $10 million and $20 million. Interested parties must submit their qualifications and capability information to Contracting Officer Corey R. Kline at corey.kline3@va.gov by 12:00 PM PDT on September 19, 2024, in preparation for a Request for Proposal anticipated to be released in early November 2024.
    Z2DA--589-22-885 Expand Sterile Processing Service Space to Meet Requirements
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the project titled "Expand Sterile Processing Service Space to Meet Requirements" at the Kansas City VA Medical Center. This initiative aims to renovate approximately 18,000 square feet of space to enhance Sterile Processing Services, including significant alterations such as demolition, installation of new systems, and compliance with stringent safety and health regulations due to the active medical facility environment. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated contract value between $10 million and $20 million. Interested contractors must submit their proposals, including a safety plan and quality management documentation, by the specified deadlines, and can contact Contract Specialist David S. Sterrett at david.sterrett@va.gov for further information.
    C1DZ--Create Ambulatory Surgery Center Minor Design - Boise 531-327
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the design of a new Ambulatory Surgery Center at the Boise VA Medical Center in Idaho. The project entails a comprehensive architectural and engineering design to expand approximately 12,800 square feet to Building 88, ensuring compliance with VA standards and current building codes, particularly seismic regulations. This initiative is crucial for enhancing healthcare facilities for veterans, with an estimated construction budget ranging from $20 million to $50 million and an anticipated contract award date in February 2025. Interested firms must submit their qualifications via Standard Form (SF) 330 by September 23, 2024, and can direct inquiries to Contract Specialist Kara Evert at kara.evert@va.gov or (216) 447-8300.
    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.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    Z2PZ--Construction of a Gold Star Memorial for the Richard A. Pittman VA Clinic at French Camp, CA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide construction services for a Gold Star Memorial at the Richard A. Pittman VA Clinic in French Camp, CA. This project, which is set aside for eligible NCO 21, MACC GROUP 2 IDIQ contract holders, involves the construction of a memorial honoring families of fallen veterans, with a budget estimated between $250,000 and $500,000. The successful completion of this project is significant as it enhances the clinic's outdoor environment and fulfills the VA's commitment to honoring service members and their loved ones. Proposals are due by 8:00 AM PT on October 9, 2024, and interested parties must contact Contract Specialist Rosario Chaidez at rosario.chaidez1@va.gov for further information.
    6520--Copy of Dental Prosthesis Service-544
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for dental laboratory services under the title "6520--Copy of Dental Prosthesis Service-544." The selected contractor will be responsible for providing a range of dental prostheses, including crowns, bridges, and dentures, while adhering to stringent quality standards set by FDA and ANSI regulations. This procurement is particularly significant as it aims to ensure high-quality dental services for veterans, with an initial contract period of one year and the possibility of four additional option years. Interested parties should contact Contracting Officer Marcus Watts at marcus.watts@va.gov for further details regarding the proposal submission process and deadlines.
    Bakersfield Vet Center Relocation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to lease a new Vet Center in Bakersfield, California, requiring a minimum of 5,655 rentable square feet and a maximum of 5,937 rentable square feet of medical space. The facility must be in a quality building that complies with federal laws, building codes, and the Americans with Disabilities Act (ADA), and should be either newly constructed or modernized to meet VA standards. This procurement is crucial for providing accessible counseling services to veterans, ensuring a secure and functional environment tailored to their needs. Interested offerors must submit proposals by September 30, 2024, with an estimated award date of November 30, 2024, and occupancy expected by May 30, 2025. For inquiries, contact Juan Razo at juan.razo@va.gov or Bruce Anast at bruce.anast@va.gov, phone 951-601-4538.
    6515--36C26124Q1043 | 3Shape TRIOS INTRAORAL 3D SCANNER DENTAL SERVICE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the procurement of a 3Shape TRIOS Intraoral 3D Scanner dental service, under solicitation number 36C26124Q1043. This procurement is specifically aimed at enhancing dental services at the VA Palo Alto Health Care System, requiring specialized equipment and software that includes brand name items such as the 3Shape Trios 4 POD and DELL Precision 7680, along with annual licenses and training. The contract is set aside exclusively for small businesses, with a response deadline of September 18, 2024, at 12:00 PM Pacific Time, and interested offerors must submit their quotes via email to the designated Contract Specialist, David Rovner, at david.rovner@va.gov. The acquisition aligns with federal regulations and emphasizes the importance of supporting small businesses while enhancing healthcare delivery for veterans.