Renovate Interior Corridors of Building 1, Floors 2 & 3
ID: 36C24825R0032Type: Sources Sought
AwardedJul 7, 2025
$4.8M$4,761,742
AwardeeINDUSTRIAL MAINTENANCE SERVICES INC Escanaba MI 49829 USA
Award #:36C24825C0023
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
    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.
    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.
    Z2DA--Renovate MICU/SICU 539-20-104
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under project number 539-20-104. The project entails comprehensive renovations covering approximately 11,000 square feet, including demolition, new layouts, fixtures, finishes, and the installation of a HEPA pandemic filtration system, with an estimated construction value between $5,550,000 and $7,250,000. This procurement is particularly significant as it aims to modernize critical care facilities, ensuring compliance with safety and infection control standards while maintaining operational efficiency. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by 1:00 PM EST on January 8, 2026, following a mandatory site visit scheduled for November 3, 2025. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@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.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    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.
    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.
    Renovate Interventional Radiology Suites (Construction Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to renovate the Interventional Radiology Suites at the Malcom Randall VA Medical Center in Gainesville, Florida. This project involves the renovation of approximately 5,442 square feet to accommodate new interventional radiology equipment, including tasks such as demolition, site preparation, architectural finishes, and mechanical and electrical work. The renovation is critical for enhancing medical services provided to veterans, ensuring that the facility meets modern healthcare standards. Interested firms, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must be registered in SAM.gov and submit proposals by the closing date of December 22, 2025. For further inquiries, contact Adriana N. Gamm at adriana.gamm@va.gov.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.