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
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due Feb 24, 2025, 7:00 PM UTC
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
Apr 24, 2025, 7:11 PM UTC
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.
Apr 24, 2025, 7:11 PM UTC
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.
Apr 24, 2025, 7:11 PM UTC
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.
Nov 25, 2024, 5:54 PM UTC
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.
Apr 24, 2025, 7:11 PM UTC
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.
Apr 24, 2025, 7:11 PM UTC
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.
Apr 24, 2025, 7:11 PM UTC
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.
Apr 24, 2025, 7:11 PM UTC
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.
Apr 24, 2025, 7:11 PM UTC
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.
Apr 24, 2025, 7:11 PM UTC
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.
Apr 24, 2025, 7:11 PM UTC
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.
Apr 24, 2025, 7:11 PM UTC
Apr 24, 2025, 7:11 PM UTC
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.
Apr 24, 2025, 7:11 PM UTC
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.
Apr 24, 2025, 7:11 PM UTC
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.
Lifecycle
Title
Type
Similar Opportunities
Z2DZ--PROJECT 675-23-103, Bid-Build (BB) Update Lake Nona Canteen
Buyer not available
The Department of Veterans Affairs is soliciting bids for the "Update Lake Nona Canteen" project at the Orlando VA Healthcare System, which involves extensive renovations and repairs to enhance the facility's canteen services. The project includes replacing flooring, addressing water damage, and reconfiguring kitchen spaces, with an estimated construction cost ranging from $1 million to $5 million, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This initiative is crucial for improving the infrastructure of veteran healthcare facilities while ensuring compliance with safety and labor standards. Proposals are due by May 12, 2025, with a site visit scheduled for April 14, 2025; interested contractors should contact Contract Specialist Michael C. Zorzi at Michael.Zorzi@va.gov for further details.
Y1DA--508-22-105 | 6th Floor CLC 16-Bed Bldg. C
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the renovation of the 6th Floor Community Living Center (CLC) Building C at the Joseph Maxwell Cleland VA Medical Center in Decatur, Georgia. This project, valued between $5 million and $10 million, aims to convert the space into a 16-bed Short Stay CLC, requiring compliance with various safety and infection control standards throughout the construction process. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the government's commitment to enhancing healthcare facilities for veterans while ensuring transparency and accountability in federal contracting. Interested contractors must submit their proposals electronically by May 15, 2025, and can direct inquiries to Contract Specialist Ryan Crispin at ryan.crispin@va.gov or Joyce Powers at joyce.powers1@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 restrooms at the W.J.B. Dorn VA Medical Center, aimed at improving patient safety and facility functionality. The project involves comprehensive upgrades, including modifications to plumbing fixtures, lighting, and finishes across multiple floors, with a focus on compliance with safety and accessibility standards. This renovation is critical for enhancing the overall patient experience and ensuring adherence to current health regulations. Interested contractors, particularly Service Disabled Veteran-Owned Small Businesses (SDVOSB), must submit sealed bids by May 2, 2025, at 12 PM EDT, and can direct inquiries to Contract Specialist Pamela R. Moffitt at pamela.moffitt@va.gov. The estimated contract value ranges between $1 million and $5 million.
Z1DA--Renovate Audiology 515-23-101
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the renovation of the Audiology department at the Battle Creek VA Medical Center, designated as Project 515-23-101. This project aims to engage a contractor to provide all necessary resources, including labor and materials, for the renovation of approximately 6,045 square feet across two buildings, with a total contract budget estimated between $5 million and $10 million and a completion timeline of 500 calendar days post-award. The renovation is crucial for enhancing audiology services and ensuring compliance with federal standards, particularly for facilities serving veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their proposals by May 6, 2025, and can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov.
Replace and upgrade ten kitchen and canteen cooler and freezer condensers
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 9, is seeking qualified small business contractors to replace and upgrade ten kitchen and canteen cooler and freezer condensers at the Lt. Col. Luke Weathers, Jr. VA Medical Center in Memphis, Tennessee. The project aims to address malfunctioning refrigeration systems and ensure compliance with EPA regulations due to refrigerant leaks, with a total award amount of $12.5 million and a performance period from July 17, 2025, to September 18, 2025. This procurement is critical for maintaining operational efficiency in the medical center's kitchen, and contractors must adhere to strict safety protocols while minimizing disruption to kitchen operations. Interested parties should contact Kristie Collins at kristie.collins@va.gov and submit their quotes by the extended deadline of May 14, 2025, with a site visit required prior to submission.
Y1DA--Renovate Radiology Floors |658-25-103
Buyer not available
The Department of Veterans Affairs is soliciting bids for the renovation of radiology floors at the Salem VA Medical Center, with a project budget estimated between $500,000 and $1,000,000. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), which are required to perform at least 25% of the work using their own labor force, and includes critical tasks such as asbestos abatement and significant alterations to flooring and wall surfaces while ensuring the facility remains operational. The project emphasizes compliance with federal regulations, safety protocols, and the necessity for contractors to register with the System for Award Management (SAM), with a pre-bid conference scheduled for May 7, 2025, and bids due by June 6, 2025. Interested parties can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov for further information.
Z1DA--FY25 36C25725AP2590 | Cons-New | Bldg. 60 VAV Box Replacement | PND 5-26-2025
Buyer not available
The Department of Veterans Affairs is seeking proposals for the replacement of 76 Variable Air Volume (VAV) Boxes at Building 60 of the Dallas VA Healthcare System. This project, identified under solicitation number 36C25725R0048, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the agency's commitment to supporting veteran-owned enterprises. The estimated contract value ranges from $500,000 to $1,000,000, with a response deadline of June 10, 2025. Interested vendors must verify their SDVOSB status through the Dynamic Small Business Search database and can contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or (915) 282-1732 for further details.
Y1DA--521-23-121 | SPS Renovation Phase 2
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the renovation of the Sterile Processing Service (SPS) at the Birmingham VA Medical Center under solicitation number 36C24725R0079. This project, designated as Y1DA--521-23-121, aims to create a fully functional SPS following a prior demolition phase, with an estimated construction cost between $5 million and $10 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of compliance with federal, state, and local codes throughout the construction process. Interested contractors must submit their proposals electronically by May 8, 2025, and can contact Contract Specialist Gregory Snyder at gregory.snyder@va.gov or 762-333-4273 for further information.
Z1DA--Project 667-25-185 CON Install VAV Boxes Surgery Storage
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the installation of Variable Air Volume (VAV) boxes in the Surgery Storage area at the Overton Brooks VA Medical Center in Shreveport, Louisiana, under Project No. 667-25-185. The project aims to enhance HVAC control to address temperature and humidity issues, ensuring a safe and functional environment for medical procedures. Eligible contractors must be certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be evaluated based on qualifications, past performance, and pricing, with a contract value estimated between $50,000 and $100,000. Proposals are due by the specified deadline, and interested parties should contact Contracting Officer Beth A. Cook at Beth.Cook@va.gov or 228-354-7576 for further information.
Y1DA--656-19-307 Remodel of Building 51-1, Eastside at the Saint Cloud VA, Saint Cloud, MN
Buyer not available
The Department of Veterans Affairs is soliciting bids for the remodeling of Building 51-1 Eastside at the St. Cloud VA Medical Center in Minnesota, under solicitation 36C26325B0007. The project aims to renovate the first floor of the Community Living Center, focusing on enhancing facilities for dementia patients while ensuring compliance with federal and state health regulations. This substantial renovation, covering approximately 5,820 square feet, includes demolition, infrastructure upgrades, and the installation of safety features, with a budget estimated between $2 million and $5 million. Interested contractors, particularly Service Disabled Veteran Owned Small Business (SDVOSB) firms, must submit proposals by the specified deadline and can contact Senior Contracting Officer Traci A Johannes at Traci.Johannes@va.gov for further details.