Renovate Interior Corridors of Building 1, Floors 2 & 3
ID: 36C24825R0032Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, 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 seeking qualified contractors to renovate the interior corridors of Building 1, Floors 2 and 3 at the Miami VA Medical Center. The project, estimated to cost between $5 million and $10 million, involves comprehensive renovations including the replacement of walls, floors, and ceilings, as well as updates to lighting and utility systems, with necessary asbestos abatement. This initiative is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), highlighting the VA's commitment to supporting veteran-owned enterprises while ensuring compliance with federal regulations. Interested contractors must submit their bids by the end of March 2025 and are encouraged to contact Jean O. Pierre at Jean.Pierre1@va.gov for further details.

    Point(s) of Contact
    Jean O. Pierre
    Jean.Pierre1@va.gov
    Aldwyn Singleton
    aldwyn.singleton@va.gov
    Files
    Title
    Posted
    The Veterans Affairs Medical Center in Miami, Florida, is initiating a project to renovate the interior corridors of Building 1, as specified in Project No. 546-23-112. The renovation includes comprehensive construction and alterations, emphasizing safety and infection control, compliance with Veterans Health Administration (VHA) specifications, and coordination with ongoing medical operations. Key project components entail demolition, asbestos abatement, electrical and HVAC work, and the installation of fixtures and finishes, while maintaining accessibility for patients and staff. Contractors must adhere to stringent security requirements, including personnel identification, site access protocols, and compliance with VA policies. The project's scope requires detailed planning for construction schedules and methods, prioritizing minimal disruption to medical center operations and safety protocols. A web-based project management platform will facilitate communication among stakeholders and document management. The contractor is responsible for comprehensive reporting, including project status updates and compliance with warranty and maintenance obligations post-construction. This initiative underscores the VA's commitment to maintaining high standards of facility appearance and function, ensuring a safe environment for veterans and staff.
    The document outlines the renovation project for the interior corridors of Building 1 at the Miami VA Medical Center, Project Number 546-23-112. The initiative focuses on refinishing corridor spaces on the second and third floors in adherence to standards set by the VA, including NFPA 101 Life Safety Code and accessibility guidelines. The construction timeline includes thorough demolition of existing finishes, preserving essential infrastructure, and minimizing disruptions to hospital operations. Contractors are required to comply with safety codes, perform onsite examinations, and coordinate with various stakeholders, including the Construction Officer's Representative (C.O.R.). The project emphasizes maintaining normal hospital functions during construction phases, controlling contamination from materials, and ensuring compliance with health and safety regulations. Overall, this renovation reflects the VA's commitment to improving healthcare environments while prioritizing safety and compliance with federal standards.
    The Florida General Decision Numbers FL20250215, FL20250197, and FL20250022 detail wage determinations applicable to building construction projects in Miami-Dade, Broward, and Monroe Counties, excluding specific housing types. Under the Davis-Bacon Act and relevant Executive Orders, contractors must adhere to minimum wage standards based on contract award dates. For contracts entered into after January 30, 2022, workers must receive no less than $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour. The documentation lists prevailing wages for various construction classifications, including electricians, operators, laborers, and specialty workers, with specific rates and fringe benefits. Each wage identifier is categorized as either union, survey, or state-adopted rates. Workers may be entitled to additional paid sick leave based on Executive Order directives. The summary outlines the appeals process for disputes regarding wage determinations, emphasizing the need for compliance with federal contractor requirements. Overall, these decisions ensure fair labor standards are upheld in federal construction projects across Florida's counties.
    The document serves as an Pre-Award Contractor Evaluation Form designed for bidders or offerors to complete and submit with their proposals for government contracts. It requires critical information regarding safety and health performance, specifically related to OSHA reporting. Contractors must provide their company's name, address, contact details, and document vital statistics from OSHA 300 Forms, including man-hours, days away from work cases, DART rates, and any serious OSHA violations within the past three years. Additionally, contractors must furnish their NAICS code, identify their safety and health program administrator, and disclose their Experience Modification Rate (EMR) for the last three years, with an EMR above 1.0 resulting in disqualification. The form emphasizes the importance of safety compliance and is a critical component of the evaluation process for bids or proposals, demonstrating the government’s commitment to ensuring safe and compliant contractors for applicable projects. This evaluation is integral to the contractor selection process in federal and state/local RFPs, reinforcing safety as a priority in public contracts.
    The document outlines a federal government Request for Proposals (RFP) focusing on a construction project, detailing potential costs across various divisions. Each division lists labor and material costs related to specific construction components, ranging from general requirements to specialized systems like fire suppression and HVAC. However, all cost entries currently show zero values, indicating no bids or assessments have been submitted. The structure includes sections for overhead percentages, profit margins, and bond costs, culminating in a total price calculation that remains undefined. The primary purpose of this document is to provide a comprehensive framework for prospective contractors to understand the scope and financial breakdown of the project, fostering transparency and facilitating competitive bidding processes in alignment with federal procurement policies. The absence of filled financial details suggests a preliminary stage in the contracting process, emphasizing the need for thorough evaluation prior to awarding the project.
    The Specialized Experience Form is a critical document for contractors seeking to participate in government contracts and grants. It mandates the submission of details for a minimum of three relevant projects, emphasizing the contractor's experience and performance history. Key sections include contractor information, project titles, contract numbers, agency contacts, and descriptions of work performed. Contractors must indicate their role (prime, subcontractor, etc.), project completion status, any challenges faced, and resolutions implemented. The document also requires details on contract pricing and modifications, along with termination statuses, if applicable. It highlights the importance of demonstrating relevant experience and successful project outcomes to enhance evaluation scores in response to federal and state RFPs.
    The Past Performance Questionnaire (PPQ) is a document designed to gather feedback on a contractor's performance on government projects. It is intended for use by contractors to collect evaluations from clients regarding their past work, which will be submitted as part of proposals for federal solicitations. The questionnaire includes sections for contractors to fill out with their firm details, project specifics, and relevant contract information. Clients are responsible for assessing the contractor’s performance based on several criteria, including quality of work, timeliness, customer satisfaction, management effectiveness, cost management, safety practices, and overall compliance with contractual obligations. Each criterion is rated using an adjective scale from “Exceptional” to “Unsatisfactory.” This systematic approach ensures that government agencies obtain a comprehensive evaluation of a contractor’s capabilities, facilitating informed decision-making in future contracting opportunities. The PPQ highlights the importance of transparency and accountability in the federal procurement process while promoting reliable contractor performance across various projects.
    The solicitation by the Department of Veterans Affairs (VA) outlines a project to renovate the interior corridors of Building 1, Floors 2 and 3 at the Miami VA Medical Center. Estimated between $5 million and $10 million, the work involves replacing walls, floors, and ceilings, along with updating lighting and utility systems, and addressing asbestos abatement as required. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing compliance with federal regulations and the provision of proper documentation and certifications. A mandatory site visit is scheduled, and bids are due by the end of March 2025. The project aims to enhance the hospital’s aesthetic and functional conditions to create a more pleasant environment for patients, families, and staff. Safety and operational regulations are stressed, including the adherence to infection control measures during construction. Contractors must secure the work area and maintain cleanliness while providing proof of certification for safety training. The solicitation underscores the VA's commitment to improving facilities while adhering to regulations that prioritize community safety and support for veteran-owned businesses.
    The Department of Veterans Affairs is soliciting information for the renovation of interior corridors on the second and third floors of Building 1 at the Miami VA Healthcare System. This Sources Sought Notice seeks to gather market data for planning purposes, not to solicit proposals or contract commitments. Interested parties are invited to provide their capability statements, confirming their ability to execute construction services which include replacing floor, wall, and ceiling finishes, updating lighting, and managing utility relocations. Additionally, the project involves asbestos abatement and mold remediation if required. The contracting office has specified that this acquisition falls under the limitations of subcontracting, highlighting compliance requirements under federal regulations. Responses must be submitted by January 7, 2025, and a formal solicitation is anticipated around February 25, 2025. The notice emphasizes the importance of understanding potential procurement strategies, particularly as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC).
    Similar Opportunities
    Renovate PM Shop and Replace Aluminum Canopy Roof Section
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the Preventive Maintenance (PM) shop and the replacement of the aluminum canopy roof at the Miami VA Healthcare System. This project, designated as Project Number 546-22-106, involves significant construction activities, including the demolition of existing structures, installation of a new hurricane-rated canopy, and upgrades to equipment and site infrastructure. The initiative underscores the government's commitment to enhancing facilities for veterans while supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSB), as the contract is specifically set aside for these entities. Interested contractors should note that the estimated project cost ranges from $1 million to $5 million, with a performance period capped at 200 calendar days post-Notice to Proceed. Proposals must be submitted in accordance with the outlined guidelines, and inquiries can be directed to Ana R. Vazquez at ana.vazquez2@va.gov or Aldwyn Singleton at aldwyn.singleton@va.gov.
    Upgrade Existing OR Suite for Fire Code
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the upgrade of the existing Operating Room (OR) Suite at the Miami VA Medical Center to ensure compliance with fire codes. This project, designated as Project No. 546-22-143, involves significant construction activities, including demolition, installation of new structural elements, and upgrades to fire protection systems, plumbing, HVAC, and electrical systems, all while minimizing disruption to hospital operations. The initiative underscores the VA's commitment to enhancing healthcare facilities and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with bids due by March 28, 2025, and a performance period of 180 days following the Notice to Proceed. Interested contractors can reach out to Aldwyn Singleton at aldwyn.singleton@va.gov or Ana R Vazquez at ana.vazquez@va.gov for further details.
    Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of public bathrooms at the Augusta VA Medical Center, aimed at improving patient safety. This project involves comprehensive construction and alterations across seven floors, including upgrades to plumbing fixtures, lighting, and finishes, while adhering to stringent safety and security protocols due to the facility's continuous operation. The estimated contract value ranges from $1 million to $5 million, and the opportunity is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit sealed bids by March 28, 2025, with a mandatory site visit scheduled for March 4, 2025. For further inquiries, potential bidders can contact Contract Specialist Pamela R Moffitt at pamela.moffitt@va.gov.
    3rd, 6th, & 8th Floor, East to West Elevator -Renovate Halls & Walls | Project: 521-25-101
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the renovation of the halls and walls on the 3rd, 6th, and 8th floors of the Birmingham VA Medical Center, under Project No. 521-25-101. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance the facility's infrastructure while ensuring compliance with health and safety regulations, including infection control and quality assurance measures. The estimated contract value ranges from $500,000 to $1,000,000, with a site visit scheduled for January 29, 2025, and a deadline for Requests for Information by February 7, 2025. Interested contractors should contact Kimberly Devlin at kimberly.devlin@va.gov or Joseph Osborn at Joseph.Osborn@va.gov for further details.
    Y1DA--FY25: NRM (PROJ: 673-21-149) BB Convert 6 West to Private Patient Rooms
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the 6 West wing at the James A. Haley VA Hospital in Tampa, Florida, to convert the area into private patient rooms. This project involves comprehensive demolition and remodeling, including structural updates, mechanical, electrical, and plumbing work, with a strong emphasis on infection control and safety protocols during construction. The initiative aims to enhance patient privacy and care quality, reflecting the VA's commitment to improving healthcare environments for veterans. The estimated project cost ranges from $5 million to $10 million, and interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by the extended deadline of March 11, 2025, to the designated contracting specialist, David M. Hernandez, at David.Hernandez1@va.gov.
    Z2DA--Renovate Halls, Walls, Ceilings
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the renovation of the halls, walls, and ceilings of Building 1 at the Durham VA Medical Center, with a focus on modernizing facilities and addressing hazardous materials. This project, designated as VA Project No. 558-18-260, includes extensive work such as selective demolition, construction modifications, and the installation of mechanical, electrical, and fire protection systems, with an estimated construction magnitude between $2 million and $5 million. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran-owned enterprises, and requires compliance with various safety and regulatory standards, including the management of asbestos and lead paint. Interested contractors must submit their bids by April 15, 2025, at 11:00 AM EDT, and are encouraged to contact Contract Specialist Alice V Custis at Alice.Custis@va.gov for further information.
    Y1AZ--Renovate Bldg. 15, 2nd Floor
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of the second floor of Building 15 at the Asheville VA Medical Center in North Carolina, under Project No. 637-20-103. This project, with an estimated budget between $2,000,000 and $5,000,000, involves comprehensive construction activities including interior demolition, installation of new mechanical, electrical, and plumbing systems, and modernization of office spaces while ensuring minimal disruption to ongoing medical services. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran-owned enterprises. Interested contractors must submit their bids by March 27, 2025, and can direct inquiries to Contract Specialist Shirley L. Gregory at Shirley.Gregory@va.gov.
    Y1DZ--PROJECT 675-23-100, Bid-Build (BB) Renovate Lake Nona Building 2 for Emergency Department and Observation Unit
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the Emergency Department and Observation Unit at the Lake Nona facility in Orlando, Florida, under Project 675-23-100. This procurement specifically seeks construction services valued between $5 million and $10 million, with a focus on certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project aims to enhance healthcare delivery by expanding treatment areas and upgrading HVAC systems while ensuring uninterrupted patient care during renovations. Proposals are due by March 17, 2025, and interested contractors must be registered in the System for Award Management and the U.S. Small Business Administration databases. For further inquiries, contact Contract Specialist Elizabeth Romero at Elizabeth.Romero@va.gov.
    Z2DA--675-22-706A EHRM Infrastructure Upgrades Construction Viera VA Clinic
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the EHRM Infrastructure Upgrades Construction project at the Viera VA Clinic in Florida. This project, valued between $2 million and $5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves comprehensive construction work to modernize the clinic's electronic health record management infrastructure. Key requirements include providing all necessary tools, labor, and materials, with a completion timeline of 455 calendar days post-award, while adhering to strict safety and operational protocols to minimize disruption to ongoing medical services. Interested bidders must submit their offers by the extended deadline of March 18, 2025, and can direct inquiries to Contract Specialist Sharese H McKinney at sharese.mckinney@va.gov.
    Z2DZ--PROJECT 675-23-103, Bid-Build (BB) Update Lake Nona Canteen
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of the Lake Nona Canteen at the Orlando VA Healthcare System, identified as project 675-23-103. This project involves updating approximately 22,777 square feet of space, including the renovation of kitchen areas, flooring, and office spaces, while ensuring compliance with safety and accessibility standards. The initiative is crucial for enhancing facility infrastructure to better serve veterans, with a construction budget estimated between $1,000,000 and $5,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must register in the System for Award Management (SAM) and submit proposals by the deadline of March 19, 2025, with project completion expected within 540 days post-issuance of the Notice to Proceed. For further inquiries, contact Contract Specialist Michael Zorzi at Michael.Zorzi@va.gov.