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 soliciting proposals for the renovation of the Nutrition and Food Service and Freezers at the Atlanta Veterans Affairs Medical Center in Georgia. This project, designated as 508-22-102, aims to undertake extensive interior renovations over approximately 13,570 square feet, with a budget estimated between $5 million and $10 million, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The renovations will include demolition, structural adjustments, and the installation of advanced electrical, plumbing, HVAC systems, and refrigeration equipment, all crucial for enhancing the operational efficiency of the facility. Proposals are due electronically by February 13, 2025, following a mandatory site visit on January 14, 2025; interested contractors can reach out to Contracting Officer Joyce Powers at joyce.powers1@va.gov for further inquiries.

    Point(s) of Contact
    Joyce PowersContracting Officer
    joyce.powers1@va.gov
    Files
    Title
    Posted
    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 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.
    Similar Opportunities
    Y1DA--508-21-107 | Inpatient Pharmacy IV Compounding Room
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the Inpatient Pharmacy IV Compounding Room at the Joseph Maxwell Cleland VA Medical Center in Decatur, Georgia. This project, designated as Project No. 508-21-107, aims to enhance the facility's compliance with updated USP 797 and 800 standards for sterile compounding, involving significant renovations to expand the cleanroom area and upgrade mechanical, plumbing, and electrical systems. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has a budget between $2 million and $5 million, with a completion timeline of 270 calendar days. Interested contractors should contact Contract Specialist Ryan Crispin at ryan.crispin@va.gov or 706-231-7600 for further details and must submit their proposals electronically by the specified deadline.
    Z1DA--Project No. 539-22-203 - Electric Deficiencies
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Project No. 539-22-203, which addresses electrical deficiencies at the Cincinnati VA Medical Center. The project involves comprehensive electrical upgrades, including the demolition of existing equipment and installation of new electrical panels, with a focus on enhancing system reliability and safety across multiple floors. This initiative is crucial for modernizing the facility's infrastructure to support ongoing healthcare services for veterans. The estimated contract value ranges from $500,000 to $1,000,000, and the procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit their bids by the specified deadlines, with a pre-bid site visit scheduled for February 6, 2025. For further inquiries, contact Luke Turner at luke.turner@va.gov.
    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.
    Renovate 3rd Floor Ambulatory Care for Specialty Care Clinic
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the renovation of approximately 11,600 square feet on the third floor of the Ambulatory Care Specialty Clinic at the Louis Stokes Cleveland VA Medical Center. This project, which has an estimated budget between $5 million and $10 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide performance and payment bonds, as well as an offer guarantee. The renovation is crucial for enhancing healthcare facilities for veterans, with performance expected to commence within 120 calendar days of contract award and completion within 455 calendar days. Interested contractors must submit their bids by mail or in person by 12:00 PM EST on February 7, 2025, and can contact Stanley Burdine at stanley.burdine@va.gov for further information.
    ISO Room Sensor Upgrade
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the ISO Room Sensor Upgrade project at the Atlanta VA Medical Center, specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing all necessary parts, labor, materials, and equipment to install new room pressure monitor displays and sensor systems in various ISO rooms, enhancing the facility's ability to monitor room conditions effectively. This project, estimated at $19 million, is crucial for improving healthcare operational capabilities while supporting small and veteran-owned businesses in federal procurement. Interested parties must submit their offers by February 3, 2025, at 12 PM EST, and can direct inquiries to Jessica Cummings at Jessica.Cummings3@va.gov.
    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, identified as Project 637-20-103. The project involves comprehensive construction tasks, including interior demolition, installation of new mechanical, electrical, and plumbing systems, and modernization of office spaces across approximately 12,500 square feet, with a budget estimate between $2,000,000 and $5,000,000. This renovation is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes the importance of maintaining operational integrity during construction to minimize disruption to medical services. Interested contractors must submit their bids by March 6, 2025, and can direct inquiries to Contract Specialist Shirley L. Gregory at Shirley.Gregory@va.gov.
    HVAC Test and Balance (Service Disabled Veteran Owned Business Set-Aside)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for HVAC testing, balancing, and airflow certification services at the Atlanta VA Medical Center and associated clinics, with a contract valued at $19 million. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to perform annual balancing procedures, ensure compliance with VA and Joint Commission HVAC standards, and provide on-call troubleshooting services. The contract is critical for maintaining operational efficiency and safety in healthcare environments, particularly in sensitive areas such as operating rooms and intensive care units. Interested vendors must attend mandatory site visits scheduled for January 28 and January 31, 2025, and submit their bids by February 5, 2025, at 1:00 PM EST. For further inquiries, potential bidders can contact Benford Brundage at Benford.Brundage@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 soliciting proposals for the renovation of hallways and walls on the 3rd, 6th, and 8th floors of the Birmingham VA Medical Center, under Project No. 521-25-101. The project entails comprehensive demolition and replacement work, including ceiling tiles, wall protection, flooring, and repainting, all in compliance with VA standards and regulations. This renovation is crucial for maintaining a safe and efficient environment for veterans receiving care, with an estimated contract value between $500,000 and $1,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit electronic proposals by the specified deadlines, with a site visit scheduled for January 29, 2025, and inquiries due by February 7, 2025. For further information, contact Kimberly Devlin at kimberly.devlin@va.gov or Joseph Osborn at Joseph.Osborn@va.gov.
    Z1DZ--Project #502-17-102 Replace Roof & HVAC Building 9 (Con)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the roof and HVAC system at Building 9 of the Alexandria VA Health Care System in Pineville, Louisiana, under Project No. 502-17-102. This project, set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB), involves significant renovations including mold remediation, structural modifications, and upgrades to electrical and plumbing systems, with an estimated budget between $5 million and $10 million. The initiative is crucial for enhancing the facility's operational efficiency and safety, ensuring compliance with federal standards while providing improved care for veterans. Interested contractors must submit their proposals by January 24, 2025, and are encouraged to attend a mandatory site visit to better prepare their submissions; inquiries can be directed to Contract Specialist Jennings Herbst at Jennings.Herbst@va.gov.
    Z1DA--556-23-101: Renovate CLC Building 134-2C
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois, under Project Number 556-23-101. The project entails comprehensive renovations to create a fully functional Community Living Center (CLC), including selective demolition, installation of new HVAC systems, and compliance with health and safety standards, all within an approximate area of 12,590 square feet. This renovation is crucial for enhancing healthcare infrastructure and ensuring a safe environment for veterans, with a contract value estimated between $5 million and $10 million. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by February 21, 2025, and can direct inquiries to Contract Specialist Hudell D. Ballen at Hudell.Ballen@va.gov.