Y1FD--Project: 508-22-102, Renovate Nutrition and Food Service and Freezers
ID: 36C24725R0015Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF DINING FACILITIES (Y1FD)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the renovation of the Nutrition and Food Service and Freezers at the Atlanta Veterans Affairs Medical Center. This project, designated as 508-22-102, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves extensive interior renovations over approximately 13,570 square feet, with a budget estimated between $5 million and $10 million. The renovations will include demolition, structural adjustments, and the installation of advanced electrical, plumbing, HVAC systems, and refrigeration equipment, all aimed at enhancing the operational efficiency and safety of the facility. Proposals must be submitted electronically by February 24, 2025, following a site visit scheduled for January 14, 2025, and interested parties can contact Contracting Officer Joyce Powers at joyce.powers1@va.gov for further information.

    Point(s) of Contact
    Joyce PowersContracting Officer
    joyce.powers1@va.gov
    Files
    Title
    Posted
    The Atlanta VA Medical Center is planning to renovate its NFS kitchen and freezers, emphasizing the installation of resinous urethane and epoxy mortar flooring. This flooring system is specified to include a high abuse troweled and sealed finish, suitable for both climatic and non-climatic conditions. The document outlines the requirements for submittals such as product data, maintenance instructions, and qualifications for installers, mandating that installers have significant prior experience. Quality assurance measures are emphasized, including a warranty of at least three years for both materials and workmanship. The project conditions demand precise environmental control during application, with specified temperature and humidity limits, and a need for moisture vapor transmission testing prior to installation. Each step of the application process is meticulously described, from substrate preparation to final curing and cleaning protocols, ensuring adherence to both aesthetic and performance standards, including environmental compliance with low VOC content. The thoroughness of the specifications indicates the project’s significance in maintaining safety and operational standards within the facility while enhancing functionality.
    The document outlines specifications for wall types and construction parameters relevant to the renovation of the NFS Kitchen & Freezers under the U.S. Department of Veterans Affairs project. It sets forth guidelines for wall construction, including designated types, dimensions, and specific materials such as gypsum board and insulation. The document emphasizes adherence to fire ratings, deflection criteria, and sealing methods for openings in fire-rated and smoke-tight partitions to ensure safety and compliance with regulatory standards. Key details include minimum stud gauge specifications, acoustic considerations, and the requirement for the verification of stud sizes prior to installation. It also highlights required marking for rated partitions, insulation usage, and construction techniques for corners and framing. This comprehensive guide is essential for contractors and engineers involved in ensuring that construction meets the specified quality and safety measures expected in federal facility renovations.
    The document serves as an award notice for the project titled "Renovate Nutrition and Food Service and Freezers" (Project: 508-22-102), overseen by the Department of Veterans Affairs. The contracting office is located at 1670 Clairmont Rd., Decatur, GA. The project falls under the solicitation number 36C24725R0015 and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside. The award has been granted to VENERGY GROUP LLC, with an award number of 36C24725C0057, totaling $10,848,920.78. The award date is listed as April 24, 2025. The document provides essential details including contracting codes, the contractor's unique entity identifier (UEI), and the contact information for the contracting officer, Joyce Powers. This award notice reflects the federal government's ongoing commitment to enhancing services provided to veterans through infrastructure improvements and renovations in food service facilities. It highlights the financial aspect, purpose, and recipients of federal funding while following applicable regulations to facilitate transparency within government contracting.
    The Department of Veterans Affairs is preparing to solicit bids for a construction project titled "Project 508-22-102, Renovate Nutrition and Food Service and Freezers" at the Atlanta VA Medical Center. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside project involves a firm fixed-price contract for necessary renovations within roughly 13,570 square feet of kitchen space, estimated to cost between $5 million and $10 million. Key tasks include selective demolition, structural enhancements, modernizing HVAC, plumbing, lighting, and fire protection systems, as well as replacing all walk-in commercial refrigeration equipment to improve hygienic food preparation. The anticipated completion period is 365 days after the Notice to Proceed. The solicitation, with specific criteria for eligibility and performance requirements, is expected to be posted around December 20, 2024, on https://sam.gov/. Interested contractors should ensure compliance with SBA certification and prepare for a pre-proposal site visit that will be announced later. This presolicitation notice serves as a formal advance announcement rather than a request for proposals.
    The document outlines a Request for Proposals (RFP) from the Department of Veterans Affairs for renovations to the Nutrition and Food Services Kitchen and Freezers at the Atlanta Veterans Affairs Medical Center. Aimed solely at Service-Disabled Veteran-Owned Small Businesses (SDVOSB), the project encompasses extensive interior renovations over approximately 13,570 square feet, with a budget ranging from $5 million to $10 million. Key project components include demolition, structural adjustments, and the installation of advanced electrical, plumbing, and HVAC systems, as well as refrigeration equipment. Proposals must be submitted electronically by February 13, 2025, with a site visit scheduled for January 14, 2025. Offerors must comply with numerous requirements, including safety regulations, environmental protections, and adherence to subcontracting limitations. The proposal evaluation will focus on past performance and price, with an emphasis on relevant experience and pricing reasonableness. Safety protocols during construction are crucial due to the active operational status of the medical center. The RFP underscores the government’s commitment to ensuring quality construction while supporting veteran-owned businesses.
    The document pertains to an amendment of a solicitation pertaining to the renovation of the Nutrition and Food Service and Freezers at a facility under the Department of Veterans Affairs, specifically in DeKalb County, Georgia. The main purpose of the amendment is to provide updated Davis-Bacon Act wage rates and to include a visitor sign-in sheet for site visits. It specifies minimum wage requirements based on contracts awarded under Executive Orders 14026 and 13658, which dictate pay standards for federal contractors. Key details include prevailing wage rates for various construction classifications, ensuring compliance with labor standards, and the process for addressing any appeals regarding wage determinations. The document emphasizes the importance of following appropriate wage and labor regulations in federal contracts to maintain worker protections. The summary further reiterates the requirements for contractors regarding paid sick leave as per Executive Order 13706. Overall, this document is critical for ensuring clarity and compliance in contractual obligations for government-funded construction projects.
    The document is an amendment to a solicitation for a federal contract by the Department of Veterans Affairs, specifically the VISN 7 Network Contracting Office related to the renovation of Nutrition and Food Service facilities. The primary purpose of the amendment is to extend the deadline for the submission of offers to February 20, 2025, at 14:00 EST. It also addresses responses to Requests for Information (RFIs) and includes additional attachments essential for bidders. Offerors must acknowledge receipt of the amendment to avoid rejection of their offers, and the existing terms and conditions of the original solicitation remain unchanged. Key attachments referenced include RFI responses and associated documents that provide further clarification or requirements pertaining to the project. Overall, the document shows the Department's ongoing efforts to facilitate a transparent bidding process while ensuring comprehensive responses to contractors’ inquiries.
    The document serves as an amendment to an existing solicitation from the Department of Veterans Affairs, specifically for proposal submissions related to a flooring project. The amendment extends the deadline for offer submissions to February 24, 2025, and provides answers to several requests for information (RFIs) from bidders. Key points addressed include: 1. Clarification on warranty requirements, accepting a 1-year warranty instead of a 3-year warranty if full demolition is not necessary. 2. Details regarding the coating system, confirming that a minimum of two coats is required. 3. Specifications related to the appearance and intent of using a pigmented topcoat that may obscure decorative elements. 4. Inquiry about the chemical exposure and temperature ranges affecting the floor surface, essential for issuing warranties. 5. Application techniques and equipment usage, confirming that bidders should adhere to manufacturer instructions. Overall, the document emphasizes the need for clarity in project specifications and ensures all contractors are on the same page regarding requirements and expectations for their proposals.
    The Experience Modification Rate Form is a crucial document required from offerors in response to government solicitations. It aims to assess the contractor's safety record and compliance with occupational health regulations, specifically referencing OSHA 300 Forms. Offerors must provide data for the past three years, including man hours worked, injury case statistics, and details of serious OSHA violations, which may disqualify them if they exceed prescribed limits. Additionally, the form requires the submission of the company's Insurance Experience Modification Rate (EMR) for evaluation. This information, in conjunction with data from government databases like OSHA and EPA, will determine if the contractor meets the required safety standards outlined in the solicitation. The document underscores the government's emphasis on contractor safety performance as a critical factor in the awarding process for federal and state/local RFPs.
    The document outlines the certification requirements for offerors seeking contracts with the Department of Veterans Affairs (VA), emphasizing compliance with limitations on subcontracting for services, general construction, and special trade construction. Under 38 U.S.C. 8127, contractors must ensure that a specified percentage of the contract value remains with certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs), which varies depending on the contract type—50% for services, 85% for general construction, and 75% for special trades. The document highlights the legal implications of providing false certifications, potential penalties, and the necessity for offerors to maintain relevant documents for VA review. Offerors must include a completed certification with their proposals; any failure to do so may result in ineligibility for contract awards. This certification promotes inclusivity and regulatory compliance within federal contracting, specifically aimed at supporting veteran-owned businesses.
    The Past Performance Questionnaire (PPQ) for Solicitation 36C24725R0015 is a critical document required for contractor evaluation in government proposals. Offerors are instructed to provide this questionnaire to previous clients, who will assess the contractor's performance across various criteria, such as compliance with contract requirements, effectiveness of management, personnel appropriateness, documentation timeliness, and overall performance. Evaluators use a numerical rating system, ranging from 1 (Unacceptable) to 5 (Superior), to quantify performance in these areas. Additionally, there is space for evaluators to provide comments, particularly for low ratings, and to state whether they would recommend working with the contractor again. This questionnaire is essential for assessing contractors' capabilities and is integral to the federal contracting process, ensuring that government agencies engage reliable and competent service providers.
    The document outlines a cost and price breakdown worksheet pertaining to a federal solicitation (No. 36C24725R0015). It includes various divisions related to construction and renovation activities, such as general requirements, existing conditions, concrete, metals, wood and plastic, finishes, specialty construction, and more. Each division contains sections for material and labor costs, with placeholders for contractors to input their respective financial estimates. The form emphasizes methodical breakdowns of costs, including overhead, profit margins, bonds, and insurance costs. The systematic organization allows for clear tracking of expenses across different construction disciplines, which is crucial for maintaining budgetary compliance in government contracts. Overall, the document serves as a structured tool for contractors to provide detailed financial proposals, ensuring transparency and accountability in federal project expenditures.
    The document outlines the electronic invoicing requirements for contractors working with the Veterans Affairs (VA) Financial Services Center (VAFSC). Payments to contractors are governed by specific Federal Acquisition Regulation (FAR) clauses, mandating electronic fund transfers and the submission of invoices through the Tungsten Network, which is free for vendors. Contractors must register with Tungsten Network to submit invoices electronically after obtaining approval from the Contracting Officer Representative (COR) or Contracting Officer (CO). As of July 1, 2020, the VA-10091 form has been replaced, with new vendors required to update their information via the Customer Engagement Portal. Assistance for setting up e-Invoicing is available through provided contact details for Tungsten Network and the VAFSC. This initiative emphasizes the VA's shift from paper to electronic invoicing to streamline processes, ensuring vendors adhere to updated submission protocols while enhancing efficiency and compliance in financial transactions. Overall, it represents a significant step towards modernizing invoicing processes within government contracting.
    The VA Atlanta is initiating a renovation project for the NFS Kitchen and Freezers, as detailed in the bid documents available through the specified web link. This project focuses on updating the kitchen and freezer facilities to enhance operational efficiency and adhere to modern standards. It involves comprehensive renovations that will likely include structural modifications, installation of new equipment, and compliance with health and safety regulations. Interested contractors are expected to review the provided drawings and specifications to prepare their bids. The renovation is part of the Department of Veterans Affairs' broader initiative to improve the quality of service and facilities provided to veterans. Clear guidelines and requirements are outlined in the documents to ensure that the project meets federal standards while addressing the specific needs of the kitchen and freezer operations.
    This document consists of a series of Requests for Information (RFIs) related to a project involving the Veterans Affairs (VA) construction and renovation efforts. The queries primarily focus on confirming project specifications, vendor preferences, safety roles, and logistical details such as parking, utilities, and scheduling operational aspects of construction. Key points include inquiries about contractor roles like Quality Control Manager (QCM) and Site Safety & Health Officer (SSHO), their required presence on-site, and weather tax-exempt status applies. The document also raises concerns about material specifications for finishes, wall coverings, and temperature control, with emphasis on compliance with VA standards. Further, it addresses project coordination challenges, including the arrangement of temporary facilities for workers and equipment, potential utility shutdowns, and background checks. The comprehensive nature of these inquiries illustrates the project’s complexity and the importance of detailed communication and planning in government contracts to ensure compliance, safety, and efficiency throughout the construction process.
    Similar Opportunities
    R699-- Relocation and Removal Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for relocation and reconfiguration services for the Atlanta VA Health Care System (AVAHCS) and its associated clinics. This procurement, valued at $34 million, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and includes a base year along with four option years, running from January 2026 to January 2031. The services required encompass receiving, delivery, installation, disassembly, reassembly, repair, and removal of furniture and equipment, with strict adherence to security and privacy protocols mandated by the VA. Interested contractors must operate within a 50-mile radius of Decatur, Georgia, and are required to comply with VA-specific training and invoicing procedures. Proposals are due by December 31, 2025, at 11 AM Eastern Time, and inquiries can be directed to Gail Bargaineer at Gail.Bargaineer2@va.gov or by phone at 404-321-6069.
    Y1AA--656-20-130 Repair Building 50 Basement Kitchen 656-26-2-3204-0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 23, is issuing a presolicitation notice for the project titled "Repair Building 50 Basement Kitchen" at the Saint Cloud VA Health Care System in Minnesota. This project, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves comprehensive remodeling of the existing Dish room and Tray Service Line, addressing critical failures in Architectural, Mechanical, Electrical, Plumbing (MEP), and Heating Ventilating and Air Conditioning (HVAC) systems. The scope includes replacing deteriorating finishes and implementing construction in two phases, impacting approximately 6,000 square feet of space, while ensuring minimal disruption to ongoing operations. The Invitation for Bid (IFB) is expected to be released around November 14, 2025, with a construction budget estimated between $2,000,000 and $5,000,000. Interested bidders must be registered and certified in the Veteran Small Business Certification database and can direct inquiries to Contract Specialist Daniel Dobler at daniel.dobler@va.gov or by phone at 651-293-3015.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@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.
    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.
    Z1DA-- Renovate OR for Hybrid Installation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating rooms for a hybrid installation at the VA Northern California Healthcare System in Mather, California. This project involves the comprehensive renovation of approximately 12,500 square feet of existing operating room space, including the upgrade of four operating rooms and the addition of a fifth hybrid operating room, with a focus on adhering to current VHA Design Guides. The renovation is crucial for enhancing surgical capabilities and ensuring compliance with modern healthcare standards. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by January 29, 2026, following a mandatory site visit on December 11, 2025. For further inquiries, contractors can contact Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511. The estimated project value ranges between $10 million and $20 million.
    Z2DA--Remediate Temperature Controls 539-21-108
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to address various HVAC, vertical transportation, and refrigeration deficiencies at the Jefferson Barracks Division in St. Louis, Missouri. The project, identified as 657-25-106, aims to repair or upgrade existing systems and equipment to comply with current codes and VA specifications, with a construction budget estimated between $250,000 and $500,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications using Standard Form 330 by December 23, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Gislaine Dorvil at gislaine.dorvil@va.gov or Tim Parison at timothy.parison@va.gov.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.