Z2ND--Repair Steam Vents 583-25-517 (VA-25-00029929)
ID: 36C25025B0013Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF SEWAGE AND WASTE FACILITIES (Z2ND)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Dec 20, 2024, 12:00 AM UTC
  2. 2
    Updated Feb 19, 2025, 12:00 AM UTC
  3. 3
    Due Mar 5, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for the repair of steam vents at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, Indiana. The project involves the removal of failed steam vent pipes, merging them into a single collector, and connecting it to an existing riser, with a completion timeline of 30 calendar days upon notification. This initiative is crucial for maintaining the operational safety and efficiency of the facility, particularly in light of the potential hazards posed by the failed pipes. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses, with a construction magnitude estimated between $25,000 and $100,000. Interested contractors should contact Contract Specialist Eric Sweatt at eric.sweatt@va.gov or 317-988-1511, and note that the deadline for bid submissions has been extended to March 5, 2025, at 1:00 PM EST.

Point(s) of Contact
Eric SweattContract Specialist
(317) 988-1511
eric.sweatt@va.gov
Files
Title
Posted
Dec 21, 2024, 2:04 AM UTC
The Presolicitation Notice outlines a project for the Department of Veterans Affairs to repair failed steam vent pipes at the VA Northern Indiana Health Care System in Marion, Indiana. The primary aim is to remove the damaged pipes and consolidate them into a main collector, improving safety by preventing steam backup, which poses a hazard to employees. The project must be completed within 30 days of notice to proceed, with careful scheduling to avoid disrupting medical center operations. Key requirements include comprehensive safety protocols, adherence to OSHA regulations, and compliance with health standards during construction. The contractor is responsible for their own safety plans, and all work must adhere to Virginia's safety, infection control, and environmental regulations. Security measures must be taken to protect job sites, and contractors must submit various plans and reports for approval at designated intervals. The notice emphasizes the importance of efficient communication with VA representatives for scheduling and safety to maintain facility operations while ensuring compliance with regulations. The project highlights the government’s commitment to maintaining safe environments for healthcare personnel and veterans.
Feb 19, 2025, 5:07 PM UTC
The presolicitation notice outlines a project for the repair of steam vents at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, Indiana. The initiative arises from the failure of three steam vent pipes that threaten the safety of the facility's operations. The contractor will be tasked with removing these failed pipes, consolidating them into a single collector, and ensuring all work adheres to stringent safety and operational regulations. The project is expected to be completed within 30 days and must be well-coordinated to minimize disruption during regular business hours. Key safety measures include compliance with OSHA standards, confined space regulations, and a thorough safety plan submission. Contractors must provide necessary certifications, including OSHA training and hot work permits. The proposal emphasizes the importance of maintaining operational capability during construction, necessitating close collaboration with facility management. Overall, this notice exemplifies the VA’s commitment to maintaining facility safety and efficiency through proactive infrastructure repair while adhering to legal and safety standards.
Feb 19, 2025, 5:07 PM UTC
The document outlines a request for proposals (RFP) for the repair of steam vents at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, IN. The contractor is required to perform comprehensive work including the removal of failed steam vent pipes, merging them into a single collector, and connecting it to an existing riser. The project demands completion within 30 calendar days upon notification and falls within a construction magnitude of $25,000 to $100,000. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses and mandates compliance with various safety regulations, including OSHA standards for high-temperature and confined spaces. Key requirements include the submission of safety plans, daily work logs, and coordination with the hospital's operational schedule to avoid disruptions. Additionally, the document emphasizes documentation requirements such as bid guarantees and contractor certifications to ensure qualification for procurement. Overall, this RFP reflects the government's commitment to providing necessary repairs while ensuring safety, compliance, and support for veteran-owned businesses.
Feb 19, 2025, 5:07 PM UTC
The document outlines an amendment related to a solicitation for the repair of steam vents at the Richard L. Roudebush VA Medical Center. The amendment extends the deadline for bid submissions to February 26, 2025, and includes a series of questions and answers clarifying aspects of the project, such as timelines, bonding requirements, and construction methods. The primary objective of the project is to remove and replace three failed steam vent pipes, ensuring all work is conducted during the non-heating season to minimize operational disruptions. Key requirements include non-destructive testing of existing piping, adherence to specific installation guidelines, and compliance with OSHA regulations regarding confined spaces. Additionally, the amendment specifies that payment bonds are required for orders exceeding $30,000 and presents a bid delivery address for submissions. The comprehensive response to bidders reflects the VA's commitment to transparency and operational integrity while facilitating a competitive bidding process.
Feb 19, 2025, 5:07 PM UTC
This document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 10. The primary purpose of this amendment is to extend the deadline for the receipt of offers to March 5, 2025, at 1:00 PM EST. It also outlines procedural changes for the bid opening, including a designated phone number and conference ID for remote participation, and specifies the delivery address for bids. The document emphasizes that all other terms and conditions remain unchanged, reinforcing the integrity of the original solicitation while allowing for this critical adjustment. The amendment emphasizes adherence to protocol regarding offer acknowledgment, detailing methods for bidders to confirm receipt prior to the updated deadline. Overall, this amendment reflects the VA's ongoing commitment to transparency and efficient procurement processes while accommodating necessary logistical updates for bidders.
Feb 19, 2025, 5:07 PM UTC
The document outlines general requirements for contractors involved in construction projects related to the Department of Veterans Affairs (VA). It emphasizes safety and security protocols, requiring compliance with VA security management and a detailed security plan for construction sites. Contractors must submit various documentation, including shop drawings and warranties, and maintain orderly conditions surrounding the worksite to minimize disruption to ongoing operations at the Medical Center. It details expectations for maintaining utility services during construction, handling existing structures, and ensuring protection of both existing vegetation and equipment. The document also stipulates obligations regarding project schedules, requiring the development of a Critical Path Method (CPM) schedule to monitor project progress, adjusting timelines as necessary, and communicating updates with the VA. The overarching goal of these regulations is to ensure careful planning, adherence to safety standards, and systematic execution of construction projects, ensuring the integrity and functionality of medical facilities while facilitating necessary upgrades or renovations.
Feb 19, 2025, 5:07 PM UTC
The U.S. Department of Veterans Affairs (VA) Site Design Manual, revised in April 2021, serves as a directive for architects and engineers involved in planning the site layout of VA facilities. It encompasses site selection, parking, traffic circulation, grading, stormwater management, utilities, landscaping, and other essential elements. The manual aims to ensure that facilities are accessible, safe, reliable, and sustainable, particularly benefiting veterans with disabilities. It outlines the responsibilities of A/E professionals and emphasizes adherence to various VA standards and federal regulations. Key sections include general requirements for design plans, site selection criteria, pre-design considerations, and sustainable design practices. The manual also details the integration of low-impact development strategies to manage stormwater and minimize environmental impacts. Moreover, it highlights the importance of community connection and proper site orientation to enhance energy efficiency. Supporting documentation includes technical guidance, codes, standards, and references for successful project execution. The manual is critical in ensuring that VA projects align with modern sustainability and safety practices, reflecting the VA's commitment to creating functional and supportive environments for veterans.
Feb 19, 2025, 5:07 PM UTC
The revised VA Pamphlet 26-7 outlines Minimum Property Requirements (MPR) essential for housing provided to veterans. Key areas focus on heating, roofing, and inspections of various home systems and structures. Heating systems must ensure a minimum temperature of 50°F in plumbing areas, while roof coverings must prevent moisture ingress and demonstrate durability. Appraisers must assess the presence of leased mechanical systems, alternative energy equipment, and any environmental hazards, including potential lead-based paint, wood-destroying insects, and radon gas. Notably, properties closer to high-voltage lines, gas pipelines, or airports require additional consideration to assess their impact on property value. Additionally, manufactured and modular homes must adhere to specific local codes and standards for real estate classification. The document emphasizes safety and habitability for veterans, reflecting VA's commitment to ensuring quality housing through thorough evaluations and adherence to established standards.
Feb 19, 2025, 5:07 PM UTC
The document is an incomplete and heavily distorted data file related to federal government Requests for Proposals (RFPs), grants, and state/local initiatives. Despite the corruption evident throughout the file, the purpose seems to revolve around the dissemination of information pertinent to various government funding programs and the guidelines for securing these funds. The text likely contained instructions, eligibility criteria, application processes, and the types of projects that might qualify for grants. Key points may have included information on fiscal responsibility, compliance with regulations, and the importance of maintaining records. It appears to have organized various sections addressing different funding opportunities, eligibility requirements, and deadlines. The underlying purpose of such documentation is to facilitate access to funding for projects aimed at promoting public benefit, which aligns with government initiatives. Overall, the document serves as a resource for organizations seeking financial support from federal and state agencies but is hindered in its clarity and presentation due to substantial damage.
Feb 19, 2025, 5:07 PM UTC
The Department of Veterans Affairs’ Veterans Health Administration (VHA) issued Directive 1192.01 to establish a mandatory seasonal influenza vaccination program for health care personnel (HCP) within VHA facilities. The directive aims to improve vaccination rates among HCP, which have historically lagged behind national averages. Vaccination is crucial for preventing influenza transmission, particularly to vulnerable populations such as the elderly and immunosuppressed. Under the directive, all HCP must be vaccinated annually or obtain a medical or religious exemption, with compliance being a condition of employment, potentially leading to disciplinary action for non-compliance. Management responsibilities are outlined for various VHA officials, including the Under Secretary for Health and facility directors, ensuring proper implementation of the vaccination program. The directive also details procedures for notification, vaccination documentation, and masking for unvaccinated HCP. With the goal of achieving 90% vaccination compliance, this policy not only reflects public health recommendations but also the VHA's commitment to safeguarding the health of both patients and healthcare workers.
Feb 19, 2025, 5:07 PM UTC
The Pre-Award Contractor Safety and Environmental Record Evaluation Form is designed for contractors responding to Solicitation 36C25025B0013. It requires essential company details such as name, address, contact information, and an overview of their safety compliance through OSHA 300 Forms. Contractors must report the number of work hours, cases involving workplace incidents, and the DART Rate for the years 2021, 2022, and 2023. They are also required to disclose any serious OSHA violations from the past three years, alongside documentation of their OSHA 300 and 300a Forms. Additionally, the form asks for the NAICS code relevant to the acquisition, indicates who administers the company’s Safety and Health Program, and requests the company's Insurance Experience Modification Rate (EMR). This evaluation form emphasizes the federal government's commitment to ensuring contractor safety and environmental responsibility as part of the procurement process, serving as a critical component of risk management and compliance. Through this structured information, the government can assess contractors’ safety records and overall risk, supporting informed decisions during contract awards.
Feb 19, 2025, 5:07 PM UTC
The document is a Request for Information (RFI) concerning a project titled "Repair Steam Vents" at the Richard L. Roudebush VA Medical Center in Indianapolis, IN. It outlines the protocol for contractors to ask questions or seek clarifications related to the solicitation, emphasizing the need to reference specific sections or drawings to ensure appropriate responses from the Government. Eric Sweatt, a Contract Specialist with the Department of Veterans Affairs, is the designated contact for inquiries. Responses to RFIs will be addressed through amendments posted on the Federal Business Opportunities (FBO) platform. The document highlights the importance of compliance with procedural requirements, reinforcing the guidelines for effective communication during the solicitation process. Overall, this RFI serves as a foundational communication tool for potential contractors involved in the project's development.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Upgrade Parking Garage Sump Pumps - Proj. No. 583-25-505
Buyer not available
The Department of Veterans Affairs is seeking bids from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the upgrade of sump pumps at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, Indiana. The project involves the removal of two failed sump pumps and the installation of two new pumps along with associated system components, ensuring compliance with safety and environmental regulations. This procurement is crucial for maintaining operational efficiency and safety within the medical center's parking garage. Interested contractors must submit sealed bids, provide a one-year warranty on installed components, and adhere to strict safety and compliance documentation. The estimated construction budget ranges from $25,000 to $100,000, and inquiries should be directed to Brian Rosciszewski at brian.rosciszewski@va.gov, with a site visit scheduled prior to bid submission.
Y1DZ--Replace Grease Duct Canteen 610A4-25-504
Buyer not available
The Department of Veterans Affairs is seeking contractors for the replacement of the grease duct and exhaust fan in the canteen of Building 1 at the VA Northern Indiana Healthcare System in Fort Wayne, Indiana. The selected contractor will be responsible for providing all necessary labor, materials, equipment, project management, and quality assurance services to complete this project. This procurement is part of the government's commitment to enhancing facilities that serve veteran populations and is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested parties must submit their proposals by April 17, 2025, at 2:00 PM Eastern Time, and can direct inquiries to Contract Specialist Tiffany Rausch at tiffany.rausch@va.gov.
Z1DA--Improve Sewer System and Water Loop 610-21-104
Buyer not available
The Department of Veterans Affairs is seeking proposals for the improvement of the sewer system and water loop at the VA Northern Indiana Healthcare System Marion Campus. The project requires a contractor to provide all necessary labor, materials, and supervision to remove and replace storm and sanitary lines, including repairs to roads and the installation of lift stations, with an estimated contract value between $5 million and $10 million. This initiative is crucial for enhancing the facility's infrastructure to better serve veterans while ensuring compliance with safety and environmental regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their bids by April 30, 2025, and can contact Contract Specialist Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.
589A5-25-192 REPLACE B1 STEAM TRAPS
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of steam traps at the Colmery-O'Neil Veterans Administration Medical Center in Topeka, Kansas. Contractors are required to submit sealed bids by April 15, 2025, with a project completion timeline of 60 days post-award, adhering to various compliance requirements including performance and payment bonds, SBA VetCert certifications, and registration in SAM.gov. This project is crucial for maintaining and improving the facility's infrastructure to better serve veterans. Interested contractors should direct inquiries to Contract Specialist Timothy Fitzgerald at TIMOTHY.FITZGERALD@VA.GOV or call 913-946-1945 for further details.
J046--Water Softener Repair
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking a contractor to provide repair services for a water softener at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. The procurement aims to secure a firm, fixed-price purchase order for this one-time service, which is critical for maintaining the operational capabilities of the medical facility. The Request for Quotation (RFQ) is anticipated to be released on March 21, 2025, with a response deadline set for April 14, 2025, and a site visit scheduled for April 9, 2025. Interested parties should direct any inquiries to Contract Specialist Kait Nachtrab at kaitlin.nachtrab@va.gov, ensuring all questions are submitted by March 25, 2025.
Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
Buyer not available
The Department of Veterans Affairs is soliciting bids for the installation of chilled water piping from Building 188 to Building 3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This project, identified as solicitation number 36C25225B0002, requires contractors to provide all necessary labor, materials, and equipment, with an estimated contract value between $1 million and $2 million, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The work is critical for maintaining the operational integrity of the healthcare facility, ensuring efficient climate control and patient comfort. Interested contractors must submit their bids electronically by April 15, 2025, and are encouraged to review the attached amendments and wage determinations for compliance with federal regulations. For further inquiries, contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
Z2DA--PAD B100 Chiller Room Leak Detector Replacement
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of leak detectors in the PAD B100 Chiller Room at the VA Palo Alto Health Care System. This project aims to enhance facility safety by requiring contractors to provide all necessary personnel, equipment, and materials to complete the work within 15 calendar days after receiving a notice to proceed. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded based solely on price considerations, with proposals due by April 28, 2025, following a mandatory site visit on April 9, 2025. Interested contractors should contact Jessica I Newman at Jessica.Newman2@va.gov for further details and ensure compliance with all safety and regulatory requirements outlined in the associated documents.
NTX Replacement of Steam Coils
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide HVAC services for the replacement of steam coils at the Dallas VA Medical Center. The project involves the removal of old HVAC units and the installation of new systems, with a budget of $19 million and a completion timeline of 60 days post-award. This procurement is particularly significant as it aims to enhance facilities for veterans while ensuring compliance with federal and VA regulations, with a preference for awards to service-disabled veteran-owned small businesses. Interested contractors must demonstrate prior experience with federal projects and adhere to strict documentation and wage compliance requirements, as outlined in the attached RFQ and wage determination documents. For further inquiries, potential bidders can contact Joseph A. Leyte at joseph.leyte@va.gov or by phone at 210-694-6315.
Z2DA--657A4-21-800, TF - FCA - Remove and Replace End-of-Life HVAC Infrastructure Building 1
Buyer not available
The Department of Veterans Affairs is seeking proposals for the removal and replacement of end-of-life heating, ventilation, and air conditioning (HVAC) infrastructure at Building 1 of the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This project, designated as VA Project No. 657A4-21-800, is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated contract value between $10 million and $20 million, with a performance period of 540 to 900 days. The initiative is critical for upgrading the facility's HVAC systems to ensure operational efficiency and compliance with safety standards, thereby enhancing the quality of care provided to veterans. Interested contractors must submit their proposals by April 24, 2025, and can direct inquiries to Contract Specialist Lucia Cowsert at lucia.cowsert@va.gov or Arnold Payne at arnold.payne@va.gov.
Renovate Building 16, 610-20-103
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 16 at the Marion Veterans Affairs Medical Center, identified under project number 610-20-103. The project aims to modernize the facility to house the VA Northern Indiana Health Care System's administrative and operational departments while ensuring compliance with safety and infection control measures throughout the renovation process. This renovation is particularly significant as it involves the abatement of hazardous materials, including asbestos and lead paint, and requires adherence to strict federal regulations to ensure the safety of both workers and patients. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must register on SAM.gov and submit their bids by March 7, 2025, with an estimated project cost ranging from $5 million to $10 million. For further inquiries, contractors can contact Christopher C. Lee at Christopher.lee33@va.gov or 317-988-1516.