Z1DA--NRM | 529-25-107 Replace Roof on Buildings 5 and 46 | NCO 4 Construction West (VA-25-00064304)
ID: 36C24425B0009Type: Solicitation
AwardedJul 1, 2025
$182.6K$182,644
AwardeeInfinity Construction Management LLC GOODLETTSVILLE 37072
Award #:36C24425C0033
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the replacement of roofs on Buildings 5 and 46 at the Butler VA Medical Center, under project number 529-25-107. Contractors are required to manage labor, materials, and safety protocols while removing existing roofing and installing new architectural asphalt shingles that match the existing structures. This project is crucial for maintaining the integrity and safety of facilities that serve veterans, ensuring compliance with federal regulations and safety standards throughout the construction process. Interested bidders must submit their proposals by June 10, 2025, and are encouraged to contact Contract Specialist Amanda M. Murphy at amanda.murphy5@va.gov for further details.

    Point(s) of Contact
    Amanda M MurphyContract Specialist
    amanda.murphy5@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is preparing to issue a solicitation for construction services to replace roofs on Buildings 5 and 46 at the Butler VA Medical Center in Pennsylvania. This project, classified under solicitation number 36C24425B0009, will entail a single firm fixed-price contract. The performance period for the contract is set for 60 days following the Notice to Proceed. The solicitation process is designated as a total Veteran-Owned Small Business (VOSB) set-aside, encouraging participation from Veteran-Owned Small Businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The estimated construction cost ranges between $250,000 and $500,000, with the NAICS code for this project being 238160, which covers roofing contractors. Interested parties must obtain the solicitation documents and any amendments exclusively through the SAM.gov website, where a pre-bid conference and site visit will be conducted. Questions regarding the solicitation must be submitted in writing to the designated Contract Specialist, Amanda Murphy. The anticipated issue date for the solicitation is around May 6, 2025. This initiative reflects the VA's commitment to maintaining and improving its facilities, ensuring compliance with applicable codes and standards.
    The document outlines the Invitation for Bid (IFB) No. 36C24425B0009 issued by the Department of Veterans Affairs for construction services at Butler VA Medical Center. The project, designated as #529-25-107, involves replacing roofs on Buildings 5 and 46. Bidders must provide comprehensive labor, materials, and supervision, adhering to VA standards. The solicitation promotes a total set-aside for Veteran-Owned Small Businesses (VOSBs) and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a NAICS code of 238160. Key requirements include submission of bids by June 10, 2025, with a site visit scheduled for May 13, 2025. A bid guarantee of 20% of the bid price is required, with the project valued between $250,000 - $500,000. Compliance with applicable wage determinations and construction laws is mandatory. Failure to fulfill solicitation terms may result in bid rejection. The document emphasizes clear guidelines on technical questions, bidding procedures, and protest filing, ensuring a structured procurement process. This solicitation reflects the government’s commitment to supporting veteran businesses while adhering to regulatory stipulations essential for project execution.
    This document is an amendment to project number 529-25-107, which involves replacing the roofs of Buildings 5 and 46 under the Department of Veterans Affairs, Network Contracting Office 4. The amendment primarily serves to publish the Site-Visit Sign-In sheet, an essential component for potential contractors or bidders to acknowledge their attendance at a pre-bid site visit, indicating their familiarity with the project scope and conditions. The amendment also includes standard instructions on how offerors must acknowledge receipt of this amendment, emphasizing the importance of timely communication to avoid the rejection of offers. The inclusion of standard form elements reflects typical procedures and regulatory compliance within federal contracting processes. Overall, the document underscores the procedural aspects of the bidding process, ensuring transparency and adherence to established protocols for government contracts.
    This document serves as an amendment to Project Number 529-25-107, focused on the replacement of roofs for Buildings 5 and 46 managed by the Department of Veterans Affairs, Network Contracting Office 4. The primary purpose of the amendment is to revise the North American Industry Classification System (NAICS) code from 238160 to 236220 to promote adequate competition for bids. The new NAICS code, 236220, has a size standard of $45 million. The amendment clarifies that all other terms, conditions, and the bid opening date will remain unchanged. This modification underscores the government's efforts to facilitate fair competition and ensure that only qualified contractors can participate in the bidding process while maintaining continuity in the project timeline and scope.
    The construction specifications outline the project to replace roofs on Buildings 5 and 46 at the Butler VA Medical Center, with project number 529-25-107, prepared on November 25, 2024. The document details general requirements, project schedules, safety protocols, and operational guidelines meant to ensure compliance during construction. Key sections include safety protocols, security requirements, logistical arrangements, demolition procedures, and operational security measures adhering to VA policies. The contractor is responsible for material removal and replacement, particularly regarding roof decking on the respective buildings, with strict adherence to timelines and milestones. Additionally, advanced photographic documentation of construction progress is required, as well as the development of a comprehensive Project Schedule using Critical Path Method techniques to ensure project tracking. The specifications emphasize transparency in project changes, contractor responsibility for damages, and the necessity of maintaining uninterrupted utilities for hospital operations. This project underscores the VA’s commitment to maintaining and improving facilities for veterans, while ensuring compliance with safety and operational standards throughout the construction process.
    The document pertains to a site visit sign-in for a project focused on replacing the roofs of Buildings 5 and 46 located at 325 New Castle Road, Butler, PA. The meeting, held on May 13, 2025, involved various contractors, and Jesse Mikita is the Contracting Officer’s Representative (COR) overseeing the project. Participants signed in with their names, representing various companies, and provided contact information. The project aims to address the structural integrity and longevity of the buildings' roofs, ensuring compliance with safety and regulatory standards. This site visit is a critical step in the planning and execution phase of the roof replacement, indicating the involvement of multiple stakeholders in federally funded infrastructure improvements. Overall, this document signifies steps taken to engage contractors in the federal RFP process regarding facility upgrades.
    The Butler VA Medical Center has issued an Invitation for Bid (IFB) for the replacement of roofs on Buildings 5 and 46 (Project #529-25-107). The project requires contractors to provide management, labor, and materials to remove existing slate and asphalt shingles and install new architectural asphalt shingles that closely match those on Building 4. Key responsibilities include ensuring site safety, adhering to OSHA standards, maintaining accessibility, and managing construction waste according to state regulations. The contractor must coordinate with the Contracting Officer's Representative (COR) regarding site activities and adhere to policies on hazardous materials, especially regarding potential asbestos present in Building 46. Comprehensive documentation, including risk assessments and safety programs, is required throughout the project. The goal of the project is to modernize the facilities while maintaining compliance and safety standards.
    The document outlines various aspects of federal government requests for proposals (RFPs), grants, and state/local procurement processes. It emphasizes the importance of clear guidelines and the submission of relevant documentation for successful proposals. Key ideas include the necessity for applicants to understand eligibility criteria, carefully assemble required materials, and submit by specified deadlines to enhance project funding opportunities. The document touches on compliance with federal, state, and local regulations, detailing the evaluation criteria used in the selection process for awarding contracts and grants. Additionally, it highlights potential areas of focus for applicants, including socioeconomic impacts and sustainability measures, to align with government objectives for public projects. Overall, the document serves as a comprehensive reference for entities seeking to participate in government contracts and funding opportunities while ensuring adherence to necessary protocols and requirements.
    The document outlines a series of federal and state RFPs (Requests for Proposals) and grants aimed at soliciting project proposals from various organizations. It emphasizes the importance of competitive bidding for government contracts, offering detailed criteria for applicants including project objectives, funding allocations, compliance requirements, and deadlines. The RFPs encourage innovation and engagement across multiple sectors, focusing on areas like infrastructure development, public health initiatives, and education improvements. Additionally, the document stresses accountability and transparency in the procurement process, while highlighting the necessity for proponents to demonstrate capacity, experience, and the ability to fulfill federal regulations. Certain proposals may also require partnerships with local governments or NGOs to foster community involvement and effectiveness. The overall purpose is to ensure efficient use of government funds and promote beneficial outcomes for public welfare, urging interested parties to present their comprehensive qualifications and project plans to compete for these grants effectively.
    The document is unclear and appears to be corrupted, displaying numerous symbols and unreadable characters. It seems intended for federal government RFPs or grants, likely related to community projects or funding opportunities. The structure likely consists of sections addressing project objectives, funding eligibility, application guidelines, and evaluation criteria. However, due to the unreadable content, specific details regarding key initiatives, goals, and substantive proposals cannot be extracted. The importance of adherence to procedural guidelines and clarity in proposals would typically be represented, emphasizing accountability and effective use of public funds. Further examination of the original file, or a properly formatted version, is necessary to provide a coherent summary and insightful analysis relevant to the RFP or grant process.
    The document outlines the VA Notice of Limitations on Subcontracting—Certification of Compliance for Services and Construction, emphasizing compliance with federal regulations for awarded contracts. Offerors must certify adherence to subcontracting limitations based on the contract type, which varies for services (50% to non-SDVOSB/VOSB firms), general construction (85%), and special trade construction (75%). It underscores the importance of using certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). The document specifies the implications of noncompliance, including potential penalties under federal law and the requirement for the submission of relevant documentation to demonstrate compliance. A formal certification is required with any bid, proposal, or quotation, making failure to provide such documentation result in ineligibility for contract awards. Overall, this certification process is crucial for promoting equitable opportunities for SDVOSBs and VOSBs in government contracting.
    Similar Opportunities
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov for further information.
    Repair FTD Building Envelope 539-25-509
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Z2DA--Project 521-22-119 NRM Replace windows (VA-26-00016046)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the construction project titled "Replace Windows Phase III" at the Birmingham VA Medical Center in Alabama. This project involves the demolition and replacement of existing windows, including the installation of non-operable windows, interior wall painting, and the replacement of select windowsills, all while ensuring compliance with safety regulations regarding asbestos and lead removal. The estimated construction cost is between $5 million and $10 million, with the solicitation expected to be released on January 8, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), are encouraged to contact Contracting Officer Zaire Naylor at Zaire.Naylor@va.gov or (803) 776-4000 ext. 4359 for further details.