Y1DA--537-23-102 VMU Equipment Tie-in
ID: 36C25225B0010Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

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

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the VMU Equipment Tie-in project at the Jesse Brown VA Medical Center in Chicago, IL. This procurement involves the installation of utility connections for washing equipment and the construction of stainless steel partitions, with a project magnitude estimated between $100,000 and $250,000, specifically set aside for verified service-disabled veteran-owned small businesses. The successful contractor will be required to complete the work within 187 calendar days following the Notice to Proceed, ensuring compliance with safety regulations and maintaining operational capabilities in an occupied medical facility. Interested parties should direct inquiries to Contract Specialist Kristine A Sutton at kristine.sutton@va.gov, with bids due by March 4, 2025, following a pre-bid site visit on February 12, 2025.

    Point(s) of Contact
    Kristine A SuttonContract Specialist
    kristine.sutton@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a presolicitation notice (36C25225B0010) for a project titled "VMU Equipment Tie-in" at the Jesse Brown VA Medical Center in Chicago, Illinois. This project requires the contractor to provide tools, materials, and labor to install exhaust connections to the existing duct system and ensure proper airflow is maintained. The contract value is estimated between $100,000 and $500,000, with a completion timeline of 77 days from the Notice to Proceed. The solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring bidders to confirm their eligibility and registration as SDVOSB with the appropriate certifications. The official solicitation documents will be released on or around December 19, 2024, with a bid opening anticipated for January 10, 2025. A pre-bid conference and site walk-through will be announced, and prospective bidders are strongly encouraged to attend to ensure they have a clear understanding of the project's requirements and scope.
    This solicitation outlines a project for the Veterans Affairs Department to provide construction services for the VMU Equipment Tie-in at the Jesse Brown VA Medical Center, located in Chicago, IL. The project encompasses labor, materials, equipment, and supervision to install utility connections for washing equipment and construct stainless steel partitions in compliance with all specifications. Contractors are required to complete the work within 187 calendar days after receiving the Notice to Proceed. Project magnitude is estimated between $100,000 and $250,000, specifically set aside for verified service-disabled veteran-owned small businesses under federal law. Key dates include a pre-bid site visit on February 12, 2025, with bid submissions due by March 4, 2025. The document specifies requirements for RFI submissions, bid guarantees, contractor obligations, compliance with safety regulations, and adherence to government policies throughout the project. The intent is to enhance operational capabilities while ensuring patient care continuity and safety compliance in an occupied medical facility. Overall, this RFP reflects the government's effort to engage small businesses while addressing necessary infrastructure improvements at VA facilities.
    The document is an amendment (0001) to a solicitation issued by the Department of Veterans Affairs for a project at the Jesse Brown VA Medical Center in Chicago, IL. The amendment outlines several critical modifications to the solicitation, including the removal of bid guarantee requirements, a change in project magnitude to between $25,000 and $100,000, and clarification of responses to bidders' questions regarding the project scope. Key points include approval for the contractor to use an existing electrical disconnect for a condensate pump, the request for a local outlet installation, and the acceptance of abandoning existing ducts post-cutting. Additionally, it emphasizes the importance of VAAR compliance for subcontracting and notes that the public bid opening remains unchanged. Contractors are instructed to include the solicitation number in all communications and submit bids to the specified address. This amendment reflects continued efforts to streamline bidding procedures and ensure clarity for potential contractors.
    The document details the specifications and features of the LYNX Model 410RS Cage and Rack Washers, designed for effective cleaning of animal care equipment in laboratory settings. These heavy-duty, large-capacity hydro-spray washers are characterized by their ease of use, low maintenance, and high cleanability of various items used in animal care. The unit supports “green” initiatives and is equipped with non-proprietary parts, with various optional and standard features including temperature guarantees, a PLC control system with a color touch screen, and multiple automated systems for efficiency. The construction includes a stainless steel door and recirculated heated water, ensuring effective cleaning cycles programmable for user convenience. Additionally, the document outlines utility requirements and recommended conditions for installation, adhering to local codes. This file serves as a technical reference for potential buyers or government entities issuing RFPs seeking reliable animal care washing solutions, indicating compliance with industry standards and specifications necessary for approval in federal grant applications.
    The document discusses the LYNX Model 320RS and 340RS Cage and Bottle Washers, designed for efficient and effective cleaning in animal care environments. These robust stainless steel machines prioritize ease of use, minimal maintenance, and environmental sustainability. Key features include a PLC control system with a color touch screen, configurable wash cycles, a temperature guarantee, a neutralization system, and automatic self-cleaning capabilities. Optional enhancements such as pass-thru units, different heating systems, and an integral data collection system are also available. Specifications detail the required utilities, including water, steam, and electrical connections, emphasizing the importance of site preparation and adherence to local codes for optimal installation. The washers are designed for high performance, capable of accommodating various applications with customizable sizes. Overall, the file serves as a detailed product overview targeting government and institutional RFPs regarding animal care equipment. It demonstrates a commitment to hygiene standards critical in laboratory settings, aligning with federal and state procurement initiatives for quality and compliance in health and safety measures. The document provides essential information for potential buyers to facilitate informed purchasing decisions while emphasizing sustainable practices.
    The report details the Test, Adjust, and Balance (TAB) findings for the Cage Wash system at the Jesse Brown Animal Research Labs in Chicago, IL. It outlines measurements taken on September 4, 2024, indicating that while the system is currently operational, certain design improvements are necessary due to high static pressure readings affecting fan performance. The report highlights that the existing 3-inch and 5-inch hoses contribute to elevated static pressure and recommends enlarging these intake lines to 5 inches for the Bottle Wash machine and up to 6 or 8 inches for the Cage Wash intake. This adjustment aims to optimize airflow, reduce motor load, and improve overall system efficiency. Additionally, a suggestion is made to modify the duct connection box to enhance future maintenance. The report concludes that with these modifications, the performance of the ventilation system can be significantly improved. This information is critical for maintaining compliance with NEBB standards for environmental systems, ensuring operational efficiency in the veterinary medical unit.
    The document provides detailed photographic documentation of VMU Room 7332's layout, focusing on equipment related to cleanliness and waste management. It includes images depicting both the clean and soiled sides of the room, as well as crucial components like the exhaust duct box, cage washer breather, bottle washer exhaust, condensate pump location, and ports. The main purpose of these visuals is to assist in the analysis and potential planning for operational efficiency, maintenance, or refurbishment of the facility. This documentation could be relevant in the context of government RFPs or grants, particularly for projects aimed at upgrading or maintaining government-funded facilities, highlighting the need for adherence to regulatory standards in environmental health and safety management.
    The document outlines the room numbering and zoning system for the Jesse Brown VA Medical Center in Chicago, Illinois. It details how room numbers are composed of four digits, where each digit carries specific information about the first digit indicating the building or zone and subsequent digits specifying the floor and room location. The facility is organized into various zones (100, 200, 300, 400, 500, and 600) corresponding to different buildings and floors, ensuring systematic identification of rooms for engineering and operational purposes. Each zone is associated with specific use cases, such as outpatient services, radiology, and administrative offices. This structured approach aids in navigation and management within the complex, enhancing service delivery and safety while complying with federal regulations. The document’s meticulous detailing emphasizes the importance of clarity and organization in a health facility setting, reflecting the broader goal of the Department of Veterans Affairs to improve facilities and services for veterans.
    The Construction Safety Procedure at Jesse Brown VA Medical Center establishes guidelines to safeguard patients, employees, and contractors during construction activities, ensuring compliance with OSHA and other relevant safety regulations. The policy emphasizes the necessity for a coordinated approach involving numerous stakeholders, including a Construction Safety Committee led by the facility Director and Safety Manager. Key responsibilities are outlined for different roles within the organization, such as Safety Officers, Construction Safety Officers, and Infection Control staff, reinforcing a multi-disciplinary approach to construction safety. The document mandates regular inspections, risk assessments, and adherence to infection control protocols to minimize hazards associated with construction work. Specific training requirements for all personnel involved are emphasized, including 30-hour and 10-hour OSHA training. The procedure also highlights the importance of monitoring contractor compliance with safety standards and implementing immediate corrective actions for identified safety hazards. Ultimately, this comprehensive safety framework promotes a culture of safety and accountability throughout the construction process, aligning with the VA's commitment to maintaining a safe healthcare environment.
    The document appears to be a corrupted or nonsensical government file, lacking coherent text or a clear structure regarding federal RFPs, grants, or state/local requests for proposals. Attempts to extract meaningful information reveal no discernible main topic or key ideas, as the data seems largely garbled, making it impossible to summarize in a traditional sense. The file fails to offer any clear supporting details or context related to government operations or grants. Therefore, despite verifying the integrity of the file, it remains unreadable and cannot effectively be summarized or analyzed for purpose.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z2DA--537-17-115: SPS Construction Phase 2, 3 &4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the construction renovation of the Sterile Processing Services (SPS) Department at the Jesse Brown VA Medical Center in Chicago, Illinois, encompassing phases 2, 3, and 4 of the project. The objective is to enhance the facility's operational efficiency and safety through significant renovations, including HVAC system upgrades, plumbing, and stringent infection control measures, with a total project cost estimated between $2 million and $5 million. This initiative is crucial for modernizing healthcare infrastructure, ensuring compliance with national standards, and improving sterile processing capabilities within the medical center. Interested contractors, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB), must submit their bids by March 17, 2025, following a pre-bid site visit on February 24, 2025; for further inquiries, contact Contracting Officer Stacy Hoover at stacy.hoover2@va.gov or 414-844-4830.
    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, IL, under Project Number 556-23-104. The project requires contractors to provide all necessary labor, materials, and equipment, with an estimated contract value between $1,000,000 and $2,000,000, specifically set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This initiative is crucial for modernizing the facility's infrastructure while ensuring compliance with safety and health standards, particularly in a healthcare environment. Interested contractors must submit their offers by March 12, 2025, and can direct inquiries to Contracting Specialist Deontrinese Dalton at deontrinese.dalton@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 Community Living Center (CLC) Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This project, designated as 556-23-101, involves comprehensive construction work, including interior finishes, HVAC, plumbing, and electrical systems, with a focus on compliance with health and safety standards. The renovation aims to enhance the facility's infrastructure to better serve veterans, ensuring a safe and functional healthcare environment. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by March 6, 2025, at 1:00 PM CST, and can direct inquiries to Contract Specialist Hudell D. Ballen at Hudell.Ballen@va.gov. The estimated project cost ranges between $5 million and $10 million.
    Z1DA--556-23-105 Roadway and Sidewalk Improvements (VA-25-00021311)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Z1DA--556-23-105 Roadway and Sidewalk Improvements project at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This initiative aims to enhance accessibility and safety through significant infrastructural upgrades, including the installation of concrete sidewalks, ADA ramps, and traffic control measures, while ensuring compliance with all relevant regulations. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with an estimated budget between $2 million and $5 million, and bids are due by 10:00 AM CST on March 5, 2025. Interested contractors should contact Contract Specialist Hudell D Ballen at hudell.ballen@va.gov for further details.
    Y1DZ--556-23-108: (CON) Expand Police Dispatch Captain James A. Lovell FHCC, North Chicago, IL 60064-3048
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the expansion of the Police Dispatch facility at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This project requires comprehensive construction services, including labor, materials, and supervision, with an estimated cost between $1,000,000 and $2,000,000, and is exclusively available to verified Service-Disabled Veteran-Owned Small Business Firms. The initiative is crucial for enhancing the healthcare infrastructure and ensuring operational integrity during construction, with a mandatory performance period of 386 calendar days from the notice to proceed. Interested contractors must submit their bid packages by March 11, 2025, and can contact Contracting Specialist Deontrinese Dalton at deontrinese.dalton@va.gov for further information.
    Z1DA--Install Patient Lifts 578-15-001
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the installation of patient lifts at the Edward Hines Jr. VA Hospital in Hines, IL, under Project Number 578-15-001. The project requires contractors to provide all necessary labor, materials, and equipment to install approximately 60 permanent ceiling-mounted patient lifts within a timeline of 432 calendar days after receiving the Notice to Proceed. This initiative is crucial for enhancing patient care and safety, particularly in high-risk areas such as surgical recovery rooms and intensive care units, by replacing inadequate portable lifts with modern systems. Interested contractors must submit their sealed bids by 1:00 PM CST on April 3, 2025, following a mandatory site visit scheduled for March 5, 2025, and are encouraged to contact Donita Grace at donita.grace@va.gov for further inquiries. The estimated project cost ranges between $2,000,000 and $5,000,000, with a strong emphasis on utilizing service-disabled veteran-owned small businesses.
    Z1DA--PN: 438-25-601, MV Loop 1 Repair (SF) IFB-Set-Aside- SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "MV Loop 1 Repair" project at the Sioux Falls VA Healthcare System in South Dakota, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing all necessary tools, materials, and labor to address deficiencies within the facility, with an estimated project cost between $100,000 and $250,000. This project is crucial for maintaining the operational integrity and safety of the healthcare facility, ensuring compliance with federal standards and enhancing service delivery to veterans. Interested contractors must submit their offers by March 13, 2025, following a site visit on February 25, 2025, and can direct inquiries to Contracting Officer Michael W. Freeman at Michael.Freeman3@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.
    Z1DA--578-M25114 Building 12 Stairs Exterior Construction area for the exterior porch reconstruction
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the reconstruction of the exterior stairs and porch at Building 12 of the Edward Hines Jr. VA Hospital in Hines, Illinois. This project, estimated to cost between $100,000 and $250,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) in accordance with Public Law 109-461, requiring contractors to provide all necessary tools, materials, and labor while adhering to federal, state, and local codes. The work must be completed within 100 calendar days following the issuance of a Notice to Proceed, and a one-year warranty on parts and labor is required post-acceptance. Interested bidders should note that a pre-bid site visit will be conducted, with the solicitation expected to be issued around March 10, 2025. For further inquiries, contractors can contact Contracting Officer Andrew Humulock at andrew.humulock@va.gov or by phone at 414-384-2000 X 43220.
    Z1DA--REPAIR SEWER PIPING BLDG 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of a collapsed sewer line at the Salem VA Medical Center, with the project valued under $25,000 and set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes diagnosing the sewer issue, excavating, replacing the damaged piping, and restoring the affected areas, with a requirement that SDVOSBs perform at least 15% of the work using their own workforce. This initiative not only addresses critical infrastructure needs at the medical center but also supports veteran-owned businesses in the contracting process. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by March 25, 2025, with a public bid opening scheduled for March 26, 2025; a pre-bid conference will be held on February 26, 2025, for site inspection. For further inquiries, bidders can contact Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.