Z1DA--595-25-108 Relocate Emergency Cache D/B SDVOSB
ID: 36C24425R0042Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a design-build project titled "Relocate Emergency Cache" at the Lebanon VA Medical Center, specifically aimed at converting a section of the former Bowling Alley in Building 22 into a secure Pharmacy Emergency Cache. The project entails comprehensive design and construction services, including demolition, environmental abatement, and installation of security systems, with a focus on meeting VA Physical Security requirements. This initiative is critical for enhancing emergency preparedness capabilities at the facility, with an estimated construction budget between $1 million and $2 million and a completion timeline of 330 calendar days. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by March 20, 2025, and can direct inquiries to Contracting Officer Jeffrey G Pruett at jeffrey.pruett@va.gov.

    Point(s) of Contact
    Jeffrey G PruettContracting Officer
    jeffrey.pruett@va.gov
    Files
    Title
    Posted
    The document outlines the general requirements for the construction project titled "Construct UPS for MRI Chiller" at the VA Medical Center. It specifies safety protocols, contractor responsibilities, security measures, working hours, and adherence to the VA’s security management program. Contractors must prepare the site comprehensively, obtain necessary permits, and follow precise operational guidelines, including scheduled utility interruptions and site access protocols to ensure minimal disruption to Medical Center operations. Key details include maintaining existing utility services, conducting pre-construction surveys, establishing detailed as-built documentation, and managing temporary facilities during the project. Special emphasis is placed on preserving existing vegetation and structures, adhering to environmental regulations, and protecting sensitive information. The contractor must also develop a warranty management plan that details responsibilities for maintenance and future service. Overall, the requirements reflect the VA's commitment to safety, operational continuity, and environmental compliance while upgrading its facilities in a secure manner that minimizes inconvenience to patients and staff during the project’s progression.
    The document outlines safety requirements and regulations for construction activities managed by federal agencies, specifically focusing on compliance with OSHA standards and other pertinent safety guidelines. It details the responsibilities of contractors in implementing an Accident Prevention Plan (APP), which must interface with overall safety programs. The APP must incorporate training, inspections, and protocols for addressing various safety risks, including fall protection, electrical safety, and fire hazards. It also mandates infection control measures during construction in healthcare facilities to ensure a safe environment for patients and staff. Additionally, it emphasizes the importance of Activity Hazard Analyses (AHAs) and pre-construction conferences to ensure all parties understand safety obligations. Serious incidents must be reported promptly, and specific plans for managing various hazards, including confined spaces and hazardous energy, must be developed. The comprehensive approach aims to enhance site safety, reduce accidents, and promote regulatory compliance in construction projects, demonstrating the government’s commitment to workers' health and safety in federally funded projects.
    The document details a Request for Proposal (RFP) issued by the Department of Veterans Affairs for a design-build project titled "Relocate Emergency Cache" at Lebanon VAMC. The solicitation follows a Two-Phase procurement process, where qualified offerors will be evaluated in Phase I based on technical experience, approach, and past performance to determine who will advance to Phase II. Notably, this project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and the construction budget is estimated between $1 million and $2 million, with a completion period of 330 calendar days (90 for design and 240 for construction). A site visit is scheduled for February 6, 2025, and proposals for Phase I are due by March 6, 2025. The document outlines requirements for submission, evaluation criteria, and bonding requirements, asserting that a firm-fixed-price contract will be awarded. It emphasizes the need for a team that can demonstrate experience with similar projects, underlining the importance of the offeror’s capability to successfully execute the required work. The RFP encourages collaboration and effective management practices while stressing compliance with applicable wage determination and procurement regulations.
    The Veterans Integrated Service Network 04 (VISN 04) is preparing to issue a Request for Proposal (RFP) for the Relocate Emergency Cache Design-Build project at the Lebanon Veterans Affairs Medical Center, PA. The contract aims to select a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) to provide comprehensive design and construction services in compliance with VA guidelines and applicable codes. The procurement process will follow a two-phase design-build selection, with an emphasis on achieving the "Best Value" for the government. Key details include a Firm-Fixed-Price (FFP) contract, an estimated construction cost between $1 million and $2 million, and a performance period of 330 days following the Notice to Proceed. The solicitation, set to be issued around January 21, 2025, includes a pre-proposal conference on February 6, where interested parties can gather further insights. Offerors are required to be registered in the System for Award Management (SAM) and verified by the Small Business Administration's Veteran Small Business Certification prior to submission. This initiative underscores the government's commitment to involving veteran-owned businesses in public projects.
    The Lebanon VA Medical Center is preparing for an emergency cache site project, with RFIs due by March 3, 2025, at 10 AM. Key points from the site visit include clarification on access responsibilities for a blocked door, the justification for demolishing a CMU wall—which is primarily for relocating electrical panels—and confirmation that all new equipment will fit through existing doorways. The VA has as-built drawings and previously conducted hazardous material surveys available. It is noted that construction may need to avoid disrupting operations at the nearby call center and training areas. There were also discrepancies regarding project budget estimates, which are confirmed as ranging from $1 million to $2 million. The need for a professional photographer, mentioned in the specifications, has been deemed unnecessary. The document underscores the project's complexity and the VA's effort to ensure efficient execution and compliance with safety standards throughout the construction process. This RFP aims to enhance emergency preparedness capabilities at the facility.
    This document serves as Amendment 0001 to solicitation number 36C24425R0042 issued by the Department of Veterans Affairs, Network Contracting Office 4. The amendment is focused on clarifying details regarding the site visit for Project 595-25-108. The site visit is scheduled for February 6, 2025, at 12:30 PM EST, with attendees to meet at building 19 of the Lebanon VAMC. Additionally, Requests for Information (RFIs) are due by February 20, 2025, at 10 AM EST, with submissions to be sent via email only to the specified contact, Jeffrey Pruett. The proposal submissions (RFPs) are also due by the same date and time, emphasizing email submission. Overall, this amendment aims to provide contractors with essential clarifications for engaging with the solicitation process effectively.
    This document serves as Amendment 0002 for solicitation number 36C24425R0042, issued by the Department of Veterans Affairs, Network Contracting Office 4. The primary purpose of the amendment is to update and clarify key dates and site visit details for the bidding process. Specifically, it extends the deadline for receipt of offers to March 20, 2025, at 10 AM EDT. Additionally, the site visit is rescheduled to February 20, 2025, at 9:30 AM EST, with Requests for Information (RFI) due by March 3, 2025, at 10 AM, to be sent via email to the specified contact. The document emphasizes the importance of acknowledging the amendment and adhering to the revised submission timelines, reminding bidders of the required authorization and acknowledgment before the specified deadlines. Overall, the amendment aims to ensure that all potential contractors are adequately informed and prepared to submit their bids in compliance with the updated requirements.
    The document outlines an amendment to solicitation number 36C24425R0042, administered by the Department of Veterans Affairs, specifically the Network Contracting Office 4. The amendment extends the deadline for the submission of offers to March 20, 2025, at 10 AM EDT. It notifies interested bidders of a second site visit scheduled for February 27, 2025, at 1 PM EST, emphasizing that no further site visits will be offered. Additionally, it establishes that Requests for Information (RFIs) are due by March 3, 2025, at 10 AM, and must be sent via email to a designated contact. The document underscores the importance of acknowledging receipt of the amendment to avoid rejection of the offer. The content is structured in standard federal format, outlining relevant administrative details such as dates, codes, and signing instructions. The amendment serves to clarify the timeline and requirements for contractors involved in the bidding process, ensuring compliance with government regulations related to the procurement of services.
    This document serves as Amendment 0004 to the Request for Proposals (RFP) 36C24425R0042 from the Department of Veterans Affairs, specifically the Network Contracting Office 4. The amendment addresses responses to Requests for Information (RFIs) and provides additional details as requested by potential bidders. The revised submission deadline for proposals is set for March 20, 2025, at 10 AM EST, with submissions to be sent via email to the designated contact, Jeffrey Pruett. Accompanying documents include reports related to Building 22 as well as original drawings pertinent to the RFP. The amendment highlights the importance of compliance with the updated guidelines and deadlines, ensuring eligible contractors remain informed on required actions related to this procurement. Overall, this document emphasizes the ongoing process of facilitating contractor engagement and clarifying project details within the overarching context of government procurement activities.
    The Department of Veterans Affairs is requesting Justification and Approval (J&A) for a sole-source procurement of Siemens Security Systems components for a construction project at the Lebanon VAMC. This acquisition is classified under "Other Than Full and Open Competition" due to the unique compatibility requirements of the Siemens system already in place at the facility. The necessary equipment includes proximity card readers, sensors, cameras, and other components essential for a secure, integrated system. Since no alternative security systems are compatible without incurring substantial costs for additional training and inventory, Siemens is the sole source. Market research was conducted, indicating that components are available from various distributors, while efforts to solicit offers will be posted on SAM.GOV. The acquisition is deemed critical for ensuring the safety of veterans and staff, as incompatible systems could lead to severe functionality issues. The document includes certifications from key personnel affirming the bona fide need for the acquisition and its compliance with relevant regulations.
    The document is a Justification and Approval (J&A) request for a sole source procurement by the Department of Veterans Affairs, specifically for the acquisition of BEST access systems and locks for a construction project involving the relocation of an emergency cache at the Lebanon VAMC. This procurement is classified under the category of "Other Than Full and Open Competition" due to the unique compatibility of BEST locks with the facility's existing access control system. The J&A outlines that only BEST locks meet the project's requirements without incurring excessive costs related to training, inventory, and service contracts associated with alternative brands. The Department will conduct market research to inform potential suppliers and will ensure that the costs remain reasonable by comparing bids to independent estimates. The urgency of maintaining a cohesive lock system for emergency access is emphasized as a critical factor in this request. The document concludes with the necessary certifications and approvals from relevant officials, confirming compliance with regulations regarding sole-source acquisitions.
    The document pertains to various government requests for proposals (RFPs), grants, and state and local opportunities. It aims to present a comprehensive overview of funding opportunities that support various projects at federal, state, and local levels. The primary focus appears to be on enhancing infrastructure, promoting development, and facilitating compliance with governmental standards. Key ideas include the necessity for clear documentation and adherence to regulations when submitting proposals, as well as the importance of strategic planning to meet specific funding criteria. Supporting details highlight the types of projects eligible for funding, including construction, environmental assessments, and public service initiatives. The content also addresses the competitive nature of securing grants and proposals, encouraging stakeholders to present well-researched, compelling applications. Emphasis is placed on the alignment of proposed projects with government priorities and strategic goals. Overall, the document serves as a critical resource for organizations seeking financial support through governmental avenues, emphasizing the significance of thorough preparation and compliance to secure funding for impactful projects.
    The Lebanon VA Medical Center is soliciting proposals for the Design-Build (DB) project titled "Relocate Emergency Cache," aimed at converting a section of the former Bowling Alley in Building 22 into a secure Pharmacy Emergency Cache. The project requires comprehensive design and construction services to create an 830 square-foot facility that meets VA Physical Security requirements as per the VA Handbook 0730. Key tasks include demolition of existing structures, environmental abatement of asbestos, construction of secure walls and a concrete slab, and installation of security systems. The design-build team is expected to provide all necessary labor, materials, and management to complete the project within a 240-day timeframe post-Notice to Proceed. Submission of various design documents and adherence to established review schedules is crucial for project approval and progression. Site investigations and compliance with VA guidelines are mandatory, ensuring operational continuity during construction. This project illustrates the government's commitment to maintaining secure medical facilities while prioritizing safety and regulatory compliance throughout the process.
    Similar Opportunities
    Z2DA--Renovate Building 6 | NCO 4 Specialized (VA-25-00017047)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of Building 6 at the Wilkes-Barre VA Medical Center, with an estimated construction cost between $1,000,000 and $2,000,000. This project aims to execute a comprehensive design-build overhaul, including architectural, structural, and utility upgrades, while ensuring compliance with health and safety standards and minimal disruption to hospital operations. The procurement process is structured in two phases, prioritizing bids from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a deadline for Phase I proposals set for February 21, 2025. Interested contractors must adhere to federal wage standards and provide documentation to demonstrate compliance, with all inquiries directed to Contracting Officer Melvin E. Moore at melvin.moore2@va.gov.
    H912--238220 | Fire and Smoke Barrier Inspections and Repairs | Lebanon VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking bids for fire and smoke barrier inspections and repairs at the Lebanon VA Medical Center, as outlined in solicitation number 36C24425Q0331. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to conduct quarterly inspections and necessary repairs of fire barrier systems across multiple buildings, ensuring compliance with fire safety standards. The contract emphasizes the importance of maintaining safety and regulatory compliance within the facility, with a proposal submission deadline of March 18, 2025, at 3 PM Eastern Time. Interested parties should direct inquiries to Contract Specialist Eric Christy via email at Eric.Christy@va.gov.
    Y1DA--692-24-102 CON NRM Relocate B232 ITOPS
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the relocation of ITOPS-Comm equipment at the Southern Oregon Rehabilitation Center and Clinics, under project number 692-24-102. This construction project involves moving equipment from Building 232 to a newly constructed closet on the third floor mezzanine, including the installation of new fiber cabling, a wooden closet with communications racks, and a split system A/C unit, all while minimizing disruptions to ongoing medical operations. The project is crucial for enhancing IT operations and ensuring efficient communication systems for veterans' services. Interested contractors must submit their proposals by March 13, 2025, with an estimated project cost between $100,000 and $250,000, and can direct inquiries to Contract Officer Helen Woods at Helen.Woods@va.gov.
    C1AZ--VISN 22 - Minor Design - 762-302 Tucson CMOP (VA-25-00013052)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified architect-engineering firms to provide design services for a new Emergency Pharmacy Building at the Tucson Consolidated Mail Outpatient Pharmacy (CMOP) facility in Tucson, Arizona. The project involves constructing a facility ranging from 17,500 to 23,433 square feet, which will include space for an emergency pharmacy service, storage, and administrative functions, all within a controlled access environment. This initiative is part of the VA's commitment to enhancing health services and infrastructure for Veterans, ensuring compliance with all relevant local, state, and federal regulations. Interested firms must submit their capability statements by March 17, 2025, with the anticipated solicitation expected to be issued in mid to late May 2025, and the construction cost limit set at $13,955,880. For further inquiries, contact Mica Tacderan at mica.tacderan@va.gov or 216-447-8300.
    Z2AA--Epoxy Floor Repairs
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for epoxy floor repairs at the Central Arkansas VA healthcare facility, with a total budget of $19 million. The project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 30 days following contract award, emphasizing adherence to infection control risk assessments and VA regulations. Interested bidders must attend a mandatory site visit scheduled for February 18, 2025, and a second visit on February 24, 2025, to familiarize themselves with the project requirements, with the deadline for inquiries set for February 25, 2025. For further details, potential contractors can contact Contracting Officer Felicia Lovelady at Felicia.Lovelady@va.gov.
    Z2DA--Tuck Point and Seal Ambulatory Care Addition of Bldg 1 PN:589A4-23-103,
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a construction contract focused on tuckpointing and sealing the Ambulatory Care Addition at the Harry S. Truman Memorial Veterans' Hospital in Columbia, Missouri, under Project Number 589A4-23-103. This project aims to enhance the structural integrity and safety of the facility, ensuring compliance with federal regulations and minimizing disruption to hospital operations during construction. The contract is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with a budget ranging from $1,000,000 to $2,000,000 and a performance period of 300 days post-award. Interested contractors must attend a pre-proposal meeting on March 10, 2025, with proposals due by April 4, 2025; for further inquiries, contact Contracting Specialist James J Petrik at james.petrik@va.gov.
    Z2JZ--Jefferson Barracks St Louis Completion Contract
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Jefferson Barracks St. Louis Completion Contract, focusing on construction work at the Veterans Affairs Medical Center (VAMC) in St. Louis, Missouri. The project encompasses approximately 38 work items, including site preparation, alterations, and various installations, with a particular emphasis on engaging a general contractor certified as a Service Disabled Veteran Owned Small Business. This initiative is crucial for enhancing healthcare infrastructure while promoting veteran-owned business participation. Interested contractors must submit their proposals electronically by March 14, 2025, following a formal site visit scheduled for February 24, 2025. For further inquiries, contact Gary L. Fowler, Contract Specialist, at gary.fowler@va.gov.
    Z1DA--658-24-108 Replace Overhead Paging System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the overhead paging system at the Salem Veterans Affairs Medical Center. This design-build project requires contractors to provide all necessary labor, materials, and services to install a modern paging system across multiple buildings on the campus, with a budget estimated between $500,000 and $1,000,000. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes compliance with safety standards, quality assurance, and federal regulations throughout the construction process. Interested bidders must submit their proposals electronically by April 9, 2025, and can direct inquiries to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    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.
    Z2DA--542-25-105 | Replace Pitched Roof Building 1 | NCO 4 Construction East (VA-25-00008811)
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of the pitched roof on Building 1 at the Coatesville Veterans Affairs Medical Center, designated as Project Number 542-25-105. This project involves comprehensive demolition, site preparation, and construction activities, including the installation of a fluid-applied roofing system and compliance with stringent safety and environmental standards. The initiative is crucial for enhancing the building's structural integrity and ensuring minimal disruption to ongoing medical operations. Interested contractors, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit their bids by April 22, 2025, and direct inquiries to Contract Specialist Lamar D. Thomas at lamar.thomas2@va.gov. The anticipated cost for the project ranges between $500,000 and $1 million, with a performance period of 160 days post-award.