Y1DA--NCO17 Central Texas Construction MATOC
ID: 36C25723R0013Type: Solicitation
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)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the Y1DA--NCO17 Central Texas Construction MATOC, aimed at establishing a Multiple Award Task Order Contract for construction, maintenance, and repair services across various Veterans Health Care System facilities in Texas. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses, with a total value not exceeding $500 million and task orders ranging from $2,000 to $20 million. This initiative underscores the VA's commitment to enhancing healthcare infrastructure for veterans while ensuring compliance with federal regulations and safety standards. Interested contractors must submit their proposals by August 26, 2024, and can direct inquiries to Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.

    Point(s) of Contact
    Horacio FernandezContract Specialist
    Horacio.Fernandez@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is anticipating a solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction services in the Central Texas region. The contract will include multiple-discipline construction services for various facilities and will have a minimum value of $2,000 and a maximum value of $20 million per task order. Proposals are expected to be due on or about June 17, 2024.
    The file contains a solicitation for a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity contract for maintenance, repair, and new construction services for multiple Department of Veterans Affairs medical facilities in Texas. The contract, with a five-year base period and a $500 million cumulative maximum value, is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses. Offerors are required to demonstrate their ability to meet technical requirements and provide comprehensive proposals detailing their past performance and pricing. The selection process prioritizes past performance, allowing the government to accept other than the lowest-priced offer. The successful offeror will provide a wide range of construction services, including renovations, repairs, and installations, with a focus on timely performance and compliance with safety and environmental regulations.
    The government agency has issued an amendment to a solicitation for a contract related to a Central Texas Veterans project. The primary purpose of this amendment is to replace a corrupted file, labeled "ATTACHMENT 6 Seed Project 549-22-231 Drawings," with a new, uncorrupted version. This amendment does not alter the proposal deadline or any other conditions of the solicitation, but it does require offerors to acknowledge receipt and understand the change. The unamended sections of the solicitation remain in effect, including the requirement for offerors to submit acknowledgment of this amendment by the specified hour and date. This information is critical as failure to acknowledge the amendment may result in rejection upon submission.
    The government issue a modification to a solicitation for a contract to manage and facilitate a site visit for prospective bidders. The update amends the location for the site visit/pre-proposal conference, providing a new venue and parking instructions. Prospective offerors are required to acknowledge receipt of this amendment and must follow the specified methods for acknowledgment. The proposal submission deadline remains unchanged. This modification is issued by the Central Texas Veterans HCS Contracting Office and is signed by both the contractor and contracting officer.
    The government agency has issued an amendment to a solicitation for a contract. This amendment extends the hour and date specified for the receipt of offers, and all offerors must acknowledge the receipt of this amendment prior to the new deadline. It's important to note that failure to acknowledge the amendment may result in the rejection of an offer. The amendment also incorporates an attached document, the '36C25723R0013 Site Visit Attendance List,' into the solicitation. The due date for the solicitation remains unchanged. Offerors should carefully review the amendment and ensure their submissions are in accordance with the updated terms.
    The government agency has issued an amendment extending the deadline for receipt of offers in response to a solicitation for a contract. The original solicitation, marked with the code 549-22-231, is amended to remove the associated seed project. Instead, the request for proposal (RFP) now incorporates a new seed project, titled 'Replace Boilers,' falling under the VAAR 836.204(f)(2) category with a construction magnitude of between $2 million and $5 million. Offerors must acknowledge receipt of this amendment before the specified hour and date, using one of three outlined methods, or risk rejection. This amendment also modifies the proposal due date, which is now August 19, 2024, at 3:00 PM Central Time.
    The government agency issuing this document has extended the hour and date specified for the receipt of offers in response to a solicitation for a contract to replace boilers at a Central Texas Veterans Health Care facility. This amendment to the solicitation provides an updated conformed version, incorporating new project documentation, including plans, specifications, and permits. It also offers solicitation-specific answers to bidders' questions and sets up a site visit. Importantly, it maintains the original proposal due date: August 19, 2024, at 3:00 PM CT. Bidders are required to acknowledge receipt of this amendment, as failure to do so may result in the rejection of their offers. The amendment ensures contractors have the latest information and allows for an informed and timely response to the solicitation.
    The government agency has issued an amendment to a solicitation for a contract related to the Central Texas Veterans HCS. This amendment extends the hour and date specified for the receipt of offers and provides a site visit attendance list as an attachment. Offerors are required to acknowledge receipt of this amendment, and those who wish to change their previously submitted offers can do so before the new deadline. The amendment emphasizes the importance of timely acknowledgment and specifies the methods for doing so. It also incorporates administrative changes and emphasizes that the core terms and conditions of the original solicitation remain in effect.
    The government agency issuing this document has extended the proposal deadline for the solicitation numbered 36C25723R0013, modifying the previous deadline of August 12, 2024, to August 26, 2024, at 3:00 PM CDT. This amendment also provides an updated conformed solicitation and a document answering questions related to the solicitation. Offerors are required to acknowledge receipt of this amendment by the new deadline; failure to do so may result in the rejection of their offers. All other terms and conditions of the solicitation remain unchanged.
    The government agency has issued an amendment to a solicitation for contracts related to the Central Texas Veterans HCS project. This amendment extends the proposal deadline to September 2nd, 2024, at 3:00 PM CDT. It also provides an updated questions and answers document, which replaces previous versions. Offerors must acknowledge receipt of this amendment by the extended deadline, or their offers may be rejected. The amendment does not alter other terms and conditions of the solicitation. This information was conveyed to all prospective bidders via the amendment.
    The file pertains to a government contract amendment extending the proposal due date and time for contractors responding to a solicitation. The amendment modifies the previous deadline of August 19th, 2024 to September 3rd, 2024 at 3:00 PM CDT. Offerors must acknowledge the receipt of this amendment and are permitted to amend their previously submitted offers to incorporate the changes. The amendment also outlines methods of acknowledgment and specifies that failure to acknowledge the amendment may result in the rejection of the offer. This information is conveyed using the Standard Form 30.
    The document provides essential location and access details for Building 9 at Liberty Garage, specifically for the Engineering department located at 4500 S Lancaster Rd, Dallas, TX 75216. It instructs visitors to park in the Liberty Garage across from Building 9 and enter through the Ann Arbor Entrance. This information is crucial for individuals or parties looking to conduct business related to federal RFPs, grants, or local requests for proposals, as understanding precise access points can facilitate communication and engagement within governmental projects. The clarity of these directions indicates a structured approach to facility management, emphasizing accessibility for stakeholders in various governmental initiatives.
    This document outlines a federal solicitation (No. 36C25723R0013) issued by the Department of Veterans Affairs for a Multiple Award Task Order Contract (MATOC) aimed at construction, maintenance, repair, and new service activities across several Veterans Health Care System facilities in Texas. The contract intends to establish two or more awards, not exceeding $500 million, specifically set aside for Service-Disabled Veteran-Owned Small Businesses. Key points include a firm-fixed price and indefinite delivery/indefinite quantity structure with task orders ranging from $2,000 to $20 million. The project necessitates a pre-proposal conference, strict compliance with regulations, and requires contractor qualifications, including capacity for diverse construction activities without system interruptions. The contract oversees tasks from general construction to mechanical upgrades, ensuring adherence to safety and health regulations, and requires contractors to submit a comprehensive schedule post-award. A "seed" project for boiler replacement at the Kerrville Medical Center highlights specific operational needs, emphasizing uninterruptible service for critical hospital functions during construction activities. Overall, the MATOC approach aims to streamline the contracting process while enhancing service delivery in support of veterans’ health care infrastructure.
    The document outlines a Request For Proposal (RFP) for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for maintenance, repair, and construction services at various Veterans Health Care System locations in Texas. The total contract value is capped at $500 million, with plans to award contracts to up to 15 service-disabled veteran-owned small businesses. Each task order will vary in size, with a minimum limit of $2,000 and a maximum of $20 million. The contract emphasizes compliance with federal regulations and aims to replace the boiler systems at the Kerrville Medical Center under project number 671A4-20-160. The contractor must conduct site visits, develop comprehensive project schedules, and provide necessary construction documents. A construction kickoff meeting is mandatory before project commencement. Safety, quality control, and environmental standards are paramount throughout the project's lifecycle. Proposals are due by August 26, 2024. Completion of the project must adhere to strict timelines while ensuring minimal disruption to ongoing medical operations. The document serves as a mechanism to solicit qualified contractors, ensuring the effective delivery of services essential for veteran health care facilities, highlighting government initiatives to improve infrastructure and support veteran businesses.
    The file contains a series of questions and answers regarding a request for information (RFI) for a large-scale construction procurement, likely related to a Master Agreement for Construction Services. The government seeks to award a multi-year contract with a maximum task order value of $20 million for a range of construction projects. The requirements are stringent, with a focus on recent experience, bonding capacity, and past performance. Questions revolve around project size requirements, experience timeframes, badge access, bonding requirements, role clarifications, and submission guidelines, among others. The government maintains a firm stance on several issues but clarifies some points, including acceptable past performance projects, security requirements, and bid acceptance terms. The RFI aims to gather insights from industry stakeholders, with a potential second RFI period indicated.
    The document contains a comprehensive list of contractors and organizations that attended a site visit for the Central Texas MATOC (Multiple Award Task Order Contract). It includes the printed names, affiliations, phone numbers, and email addresses of various participants representing different construction firms and service providers. The details suggest a collaborative effort to address government RFPs and federal grant opportunities within the construction industry. The focus appears to be on fostering relationships between contractors and government entities, ensuring that all potential vendors are informed and engaged in upcoming projects. The document underlines the importance of maintaining accurate contact information for effective communication between stakeholders involved in future construction projects financed by federal and state programs. The large volume of participants highlights the competitive nature of the bidding process and the urgency for contractors to stay updated and connected. This meeting could be integral in shaping the future landscape of construction services in Central Texas as related to federal projects.
    The document appears to provide contact information for Al Lynch, a representative associated with Monument Construction Services LLC. It includes a phone number and an email address, suggesting a point of contact for potential inquiries or business opportunities related to construction services. While specific details regarding government RFPs, federal grants, or state and local RFPs are not explicitly mentioned in this fragment, the context implies that this information may serve as a resource for contractors or agencies seeking engagements in construction projects. This summary reflects the basic intent of the document—facilitating communication between involved parties in public-sector construction initiatives.
    The document is a "Release of Claims" form associated with a federal Contract. It is executed by an Architect-Engineer as acknowledgment of payment received and the final installment due for the contract referenced. The primary purpose is to formally release the United States government from any claims related to the contract, except for any claims that the contractor notes as being exempted in the designated space. The document includes placeholders for the contract number, date, and specific claims if any are reserved. It concludes with a signature section for the Architect-Engineer, requiring their name and title to confirm the release. This form is crucial in the context of federal RFPs, grants, and contracts, ensuring that the government is protected from future claims upon fulfilling its payment obligations. The structured format emphasizes clarity and legal protection for both parties involved.
    The document outlines the requirements for a Pre-Construction Risk Assessment (PCRA) Permit related to the replacement of boilers and associated equipment in Building 19. It details essential elements such as project information (permit number, location, project manager, dates), activity types (Inspection/Upkeep, Small-scale, Large-scale), and necessary control measures to ensure safety throughout the project. Each activity type has specific protocols, including safety planning, regular inspections, and trained personnel for hazards like asbestos and confined space entry. The project is categorized as large-scale due to its complexity and potential risks, necessitating rigorous compliance with safety standards. Additionally, Infection Control Risk Assessment is mandated, along with diverse safety signatures from relevant project officials. Lastly, the document emphasizes the importance of mitigating hazards and maintaining communication among all stakeholders throughout the project's duration, showcasing a commitment to safety and adherence to regulatory measures.
    The document titled "Past and Present Performance Questionnaire" is part of a Request for Proposal (RFP) for a construction contract with the Department of Veterans Affairs (VA) Network Contracting Office (NCO) 17. It seeks evaluations of a contractor's past and current performance from designated points of contact. The questionnaire collects specific performance metrics that assess various aspects of the contractor's execution, such as management effectiveness, project supervision, legal compliance, quality of work, responsiveness, and financial conduct. Reviewers are asked to rate performance using a scale from Exceptional to Unsatisfactory, with a requirement to elaborate on any ratings of Marginal or Unsatisfactory. Additionally, the questionnaire assesses whether the contractor received any notices for deficiencies and if the reviewer would recommend awarding future contracts to the contractor. This structured approach ensures the VA gathers comprehensive and objective feedback to make informed decisions regarding contractor suitability based on historical performance metrics, which is essential in government contracting processes. The document emphasizes the importance of timely submission of completed evaluations to the designated contract officer.
    The document outlines the background investigation requirements for contractor personnel working on-site or accessing VA information systems in federal facilities. As mandated by Homeland Security Presidential Directive 12 (HSPD-12), all contractors and subcontractors must undergo identity proofing and background investigations conducted by the VA Security and Investigation Center and the Office of Personnel Management. Those requiring short-term access must complete an FBI Criminal History Check and provide two forms of ID. The background check involves fingerprinting and submission of Federal forms, including VA Form 0711 and OF-306, with a timeline influenced by document accuracy and completeness. Once cleared, individuals receive a notification to complete the e-qip process within 14 days. Failure to adhere to the outlined procedures may result in contract termination. The entire process is time-sensitive and can take several weeks, emphasizing the importance of prompt and thorough compliance.
    The document outlines a request for proposal (RFP) for the replacement of boilers at Building 19 of the Kerrville Medical Center, specified under Project 671A4-20-160. The contractor is required to supply all necessary labor, supervision, materials, and equipment following the architect/engineer design specifications. The pricing sheet includes two line items: the cost of providing all services related to the boiler replacement and the associated bonds. Quantity and unit pricing are left blank for bidders to complete, with a total price to be calculated upon submission. This project underscores the government's initiative to maintain and upgrade healthcare facilities, ensuring they meet operational requirements while adhering to federal procurement standards.
    The project titled "Replace Boilers / Steam Lines, Building 19" at the Kerrville, Texas facility of the U.S. Department of Veterans Affairs aims to upgrade the heating system by replacing existing boilers, steam lines, and associated equipment. The project is structured to ensure minimal disruption to ongoing operations within the building, necessitating thorough phasing and scheduling by the contractor. Key tasks include the installation of new mechanical, plumbing, and electrical systems, all adhering to relevant federal and state regulations. Critical project elements include ensuring proper access for maintenance, as well as complying with safety standards and codes throughout the construction process. A warranty for workmanship and materials is required for one year after project completion. The detailed architectural and engineering drawings provide essential guidelines for execution, including specifications for installation and coordination with other trades. This undertaking reflects the VA's commitment to enhancing facility functionality and safety for veterans, showcasing a proactive approach to infrastructure modernization within a healthcare context.
    This document provides the specifications and requirements for a construction project at the VA Dallas HR Mental Health Renovation. It includes information on general requirements, safety, phasing, and the availability and use of utility services. It also outlines instructions for tests, the use and storage of government-furnished property, and the provision of maintenance and operating manuals.
    The Kerrville VA Medical Center is undertaking a project to replace boilers and steam lines in Building 19, designated as VA Project #671A4-20-160. The scope includes complete removal and installation of new steam boiler plant equipment, ensuring minimal disruption to ongoing medical operations. Safety and security measures are prioritized, with strict compliance to VA regulations, including the submission of project schedules, shop drawings, and safety plans. Detailed specifications outline the contractor's responsibilities for site preparation, material disposal, and utility maintenance throughout construction, minimizing disruptions. The contractor must adhere to rigorous protocols for temporary environmental control and operational continuity, ensuring that patient care is not compromised. Furthermore, the document highlights the importance of a warranty management plan, emphasizing the contractor's obligations for construction quality and the maintenance of comprehensive documentation for all systems. This project reflects the VA's commitment to upgrading infrastructure while prioritizing the health and safety of its facilities and personnel.
    The document contains various tables with information about door locations, general notes, abbreviations, indoor units, electrical plans, plumbing notes, and fixture descriptions. There are also sections detailing the wall assemblies, plumbing general notes, and specific plumbing fixtures. The document provides comprehensive information about the layout, specifications, and requirements for the project.
    The document is a set of architectural drawings and plans for the renovation of Building 71 for mental health at the VA Dallas Medical Center. It includes floor plans, reflected ceiling plans, building sections, interior elevations, and wall details.
    The VHA Infection Control Risk Assessment (ICRA) document serves as a guideline for assessing infection risks during construction, renovation, and maintenance activities within Veterans Affairs facilities. It specifies a structured approach to categorize activities into four levels (A, B, C, D) based on the scope and potential for generating infection risks. Each category outlines conditions related to duration, dust production, and presence of patients. The assessment process involves identifying affected areas, determining patient risk levels (ranging from low to highest), and applying corresponding infection prevention measures (Level I to IV) based on the activities and risks involved. Importantly, higher levels of infection control require stricter precautions, including maintaining negative airflow, constructing barriers, and ensuring cleanliness of materials and environments. The document emphasizes the necessity of a Pre-Construction Risk Assessment in conjunction with ICRA for comprehensive safety planning. Ultimately, this ICRA template exemplifies the VHA's commitment to safeguarding patient health during construction-related activities by minimizing infection risks through methodical categorization and thorough preventive measures.
    The VHA Pre-Construction Risk Assessment (PCRA) template serves as a fundamental guideline for conducting facility assessments related to construction, renovation, and maintenance activities. Its primary purpose is to categorize activity types and associated safety risks, ensuring adequate precautions are implemented to safeguard patients, employees, and contractors. The document stresses the importance of communication and coordination with affected areas, with plans beginning during the activity's planning phase. The PCRA distinguishes between different types of activities, ranging from minor inspections to large-scale construction, each requiring specific control measures to minimize impact. Detailed assessments include adjacent area evaluations, factoring in occupancy and potential disruptions to operations. A specific note is made regarding the necessity of linking the PCRA with the Infection Control Risk Assessment (ICRA) to address infection-related safety concerns. Ultimately, this template outlines procedural requirements to be adhered to before, during, and after construction activities, reflecting the U.S. government’s commitment to safety and compliance in federal facilities. The structured approach ensures that all potential risks are accounted for, thereby enhancing the overall safety and efficacy of construction operations within healthcare settings.
    The Infection Prevention and Control Construction Permit details safety protocols for a renovation project involving the replacement of boilers at Building 19, identified as a Level III activity due to its low patient risk category. Managed by Maria Hernandez, the project mandates strict adherence to infection control measures to prevent dust dissemination and protect the healthcare environment. Key precautions include ensuring clean equipment, controlling airborne dust, isolating air diffusers, and implementing regulations for work affecting potable water systems. The project necessitates the construction of critical barriers, negative pressure maintenance, and regular cleaning of the work area. Additional measures address the risks associated with trenching, confined space entry, and debris management. The signatures of both the Project Manager and the Infection Preventionist indicate formal approval of the outlined safety strategy, emphasizing the commitment to health and safety standards during construction activities. This document plays a vital role in overseeing compliance within federally regulated environments, illustrating the importance of infection control procedures in public health infrastructure projects.
    The document outlines a comprehensive overall plan for the Kerrville Veterans Affairs Medical Center (VAMC) site located at 3600 Memorial Blvd., Kerrville, TX. It includes a detailed layout of various buildings and facilities within designated lots within the site, such as a main hospital, boiler plant, nursing home care unit, logistics office, and a helipad control center. Parking accommodations for patients, employees, and visitors are also depicted across multiple designated areas. The plan aims to improve the site's operational functionality and infrastructure in alignment with the Office of Construction and Facilities Management standards. The provided drawing details revisions and a scale for precise spatial understanding, reflecting an organized approach to development within the federal context of RFPs and grants focused on enhancing VA facilities. This document is essential for understanding the planned upgrades and operational logistics integral to the Kerrville VAMC site.
    This document addresses the responses to inquiries regarding a Multi-Agency Task Order Contract (MATOC) related to healthcare construction projects. The main topics include eligibility criteria, bonding requirements, past performance evaluations, and various project specifications. Key points reveal that the minimum project size is set at $2 million, with no flexibility on recent experience requirements, which are capped at three years. The document clarifies that bid and payment performance bonds are mandatory, and the contractor must provide a comprehensive past performance questionnaire. Security requirements, proposal submission formats, and the implications of recent U.S. tariffs on material costs are also discussed. The document emphasizes compliance with federal regulations such as the Buy American Act and outlines specific project-related roles, like the need for a full-time Quality Control Manager with substantial experience in healthcare construction. This solicitation structure and the addressed RFIs reflect the rigorous nature of government contracting processes, aiming for thorough clarity on deliverables, responsibilities, and regulatory compliance within the construction realm. The inquiries outline project specifics essential for bidders to understand their obligations and the operational landscape.
    The file contains a comprehensive set of questions and answers regarding a solicitation for a Central Texas MATOC (Multiple Award Task Order Contract). It seeks experienced contractors for an array of construction projects on healthcare installations, emphasizing a minimum project size of $2 million. Key requirements include bonding capacities, past performance evaluations, and compliance with ICRA (Infection Control Risk Assessment) and PCRA (Preconstruction Risk Assessment) protocols. The RFI also addresses issues related to temporary structures, security, and electrical systems during the construction period. Notably, the project entails replacing boilers and upgrading associated control systems, requiring clarification on controls integration and temporary boiler operations. The VAMC (Veterans Affairs Medical Center) emphasizes that all project specifications and documents must be adhered to, while also providing clarity on certain requirements, including guards during construction hours and IT connections for temporary trailers.
    The document outlines the as-built drawings and project documentation for the Kerrville VA Medical Center (VAMC) under project number 671A4-22-164. Conducted by Romanyk Consulting Corp., the drawings provide comprehensive details of existing utilities across Building 19, aiding future project planning and analysis of current system efficiencies. The scope includes one-line diagrams reflecting plumbing, mechanical, and fire safety systems, all marked as "not for permitting or construction." Key components of the project include the layouts for domestic water systems, storm drainage, and mechanical piping, annotated with symbols and keynotes for clarity. The drawings were issued on May 31, 2023, emphasizing the project's completion and structural integrity. Although the information is believed to be reliable, the architects and engineers of record disclaim responsibility for verification of details supplied by others. This comprehensive documentation is vital for maintaining safety and compliance in future alterations and improvements at the Kerrville VAMC. Overall, the project signifies a commitment to enhancing healthcare infrastructure while ensuring operational efficiency and safety standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1JZ--VHA Construction Project 674-21-700 EHRM OIT Infrastructure Upgrades - Olin E. Teague VAMC - Temple TX
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the EHRM Infrastructure Upgrades project at the Olin E. Teague Veterans Affairs Medical Center in Temple, Texas. This construction project aims to enhance the facility's infrastructure, including mechanical, electrical, and telecommunication systems, with a budget estimated between $20 million and $50 million. The initiative is crucial for modernizing healthcare delivery for veterans, ensuring compliance with safety and regulatory standards while minimizing disruption to ongoing medical operations. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by September 10, 2024, and can contact Contract Specialist Heather E. Holland at heather.holland3@va.gov for further details.
    Y1DA--Roof Leak Investigation and Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a roof leak investigation and repair project at the Dorris Miller VA Medical Center in Waco, Texas. The procurement specifically targets Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves addressing water infiltration issues, particularly related to dormer windows, with an estimated contract value between $100,000 and $250,000. This project is crucial for maintaining the integrity of the facility's infrastructure and ensuring a safe environment for veterans. Interested bidders must attend a mandatory site visit on August 22, 2024, with quotes due by September 12, 2024; for further inquiries, contact Contract Specialist Tailor E. Brown at Tailor.Brown2@va.gov.
    Z1LB--CTX Parking Lot Storm Drain Repairs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "CTX Parking Lot Storm Drain Repairs" project at the Temple VA Medical Center in Texas. This federal contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, and supervision to repair the storm drain within 30 days of receiving the Notice to Proceed, with an estimated construction cost between $25,000 and $100,000. The project is critical for maintaining infrastructure integrity and ensuring proper drainage at the facility, which supports the VA's commitment to improving its services. Interested contractors must submit their quotes by September 10, 2024, and can direct inquiries to Contracting Officer Cheryl P. Clark at cheryl.clark4@va.gov.
    R420--ORGANIZATIONAL PROGRAM APPRAISAL REVIEW AND SUPPORT SERVICES
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Organizational Program Appraisal Review and Support Services, aimed at enhancing nursing practice environments to improve both nurse and patient satisfaction. The selected contractor will be responsible for documenting compliance with essential practice standards through a structured review process, ensuring a healthy work environment for nurses across various VA healthcare locations in Texas. This contract, valued at approximately $19.5 million, is set aside for small businesses and has a performance period of one base year with three optional extension years. Interested parties must submit their proposals by September 9, 2024, at 5 PM Central Time, and can contact Contracting Specialist Matt Lee at matthew.lee5@va.gov for further information.
    Z1NB--Amendment to Post Technical Q's and Extend Closing Date - Dallas VA Boiler/Chiller Plant Contract
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Dallas VA Boiler/Chiller Plant Contract, specifically aimed at maintaining and operating the VA North Texas Health Care System's cogeneration and boiler chiller plant. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of services including testing, inspecting, preventive maintenance, corrective repairs, and emergency response for critical equipment, ensuring compliance with VA standards and operational efficiency. Interested contractors must submit their proposals by the extended deadline of September 16, 2024, at 9:00 AM CDT, and should direct inquiries to Senior Contract Specialist Jose Campa at Jose.Campa@va.gov or (210) 694-6311. The total award amount for this procurement opportunity is approximately $47 million, reflecting the VA's commitment to supporting veteran-owned businesses while maintaining essential healthcare infrastructure.
    C1DA--549-919 North Texas HCS Parking lot-Minor Construction (VA-25-00003565)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the minor construction of a new parking lot at the North Texas Health Care System's Veterans Resource Center in Dallas, Texas. The project involves clearing and grading the site, installing new paving, security fencing, exterior lighting, and storm sewer adjustments, while ensuring compliance with safety regulations and environmental standards. This initiative is crucial for enhancing resources for veterans and maintaining operational integrity at the facility. Interested contractors must submit their capabilities statements by September 23, 2024, with the anticipated contract value between $2 million and $5 million, and can direct inquiries to Johnna McGraw at johnna.mcgraw@va.gov.
    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.
    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.
    Z2PZ--Update Site Visit Info | NTX Patient Putt-Putt
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the installation of nine new putting greens at the North Texas VA Medical Center in Dallas, Texas, under the solicitation titled "NTX Patient Putt-Putt." The project involves demolishing existing courses and installing new specialty turf that meets VA outdoor healthcare standards, with a completion timeline of 120 days post-award. This initiative is part of the VA's commitment to enhancing outdoor healthcare environments and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract value of approximately $9 million. Interested contractors must submit their quotes by September 10, 2024, and can direct inquiries to Contract Specialist Sherine Brooks at Sherine.Brooks@va.gov or by phone at 254-899-6034.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.