This document is an amendment to solicitation number 36C25026Q0034, which pertains to maintaining parking garage safety. The amendment schedules a mandatory site visit for interested parties on November 12, 2025, at 11 AM, to be held at building 2 of the Cincinnati VAMC, room 3015. Additionally, the due date for Requests for Information (RFI) has been extended to November 14, 2025, at 4:30 PM. The receipt deadline for Requests for Quotations (RFQ) remains November 26, 2025, at 4:30 PM. This amendment ensures all potential offerors have the necessary information and opportunity to clarify details before submitting their proposals for the parking garage safety project.
The Department of Veterans Affairs, Network Contracting Office (NCO) 10, has issued Amendment/Modification Number 0002 to Solicitation Number 36C25026Q0034. The primary purpose of this amendment is to extend the deadline for the receipt of offers. The original due date of November 26, 2025, has been extended to December 12, 2025, at 16:30 EST. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are considered valid.
This amendment (Standard Form 30) for solicitation number 36C25026Q0034, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 10, extends the deadline for offer submissions. The original due date of December 12th, 2025, has been moved to December 22nd, 2025, at 16:30 EST. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their bids are considered valid.
This document is an amendment to a solicitation (36C25026Q0034) for a Department of Veterans Affairs project, dated November 25, 2025, with a quote due date of December 22, 2025. Its primary purpose is to provide answers to 70 RFI questions, offer revised drawings (539-25-505- CD Set - Revised), and include a REVISED STATEMENT OF BID ITEMS. Key clarifications include that while THP LTD is the basis of design for structural consulting, other qualified firms can be used. The project involves repairing existing waterproofing, and additional work identified through structural surveys will lead to contract modifications. The document specifies that a separate person is required for the SSHO and QCM roles. It also clarifies that the subcontracting category is construction, and while weekend work is contemplated, phasing can be negotiated. Hazardous materials are not expected, but contractors should alert the COR to any suspect materials. Specifications will override construction documents in case of conflict.
The Department of Veterans Affairs is soliciting offers for the "Maintain Parking Garage Safety" project at the Cincinnati VAMC. This construction project involves replacing waterproofing joint sealants, repairing concrete slabs damaged by water intrusion, and conducting a structural survey of the garage. The survey, to be performed by THP LTD, will assess the structural condition, water damage, and waterproofing needs through visual review, sounding surveys, and chloride ion testing. The work must be completed within 90 calendar days of receiving a Notice to Proceed and will be primarily conducted on weekends to minimize disruption to VA operations. The solicitation uses NAICS code 238110 with a $19 million size standard, and includes various FAR and VAAR clauses regarding wage rates, Buy American requirements, and small business programs. Quotes are due by November 26, 2025, at 4:30 PM EST, and must be submitted via email to samuel.galbreath@va.gov.
The Department of Veterans Affairs is issuing a presolicitation notice for project 539-25-505, "Maintain Parking Garage Safety," at the Cincinnati VA Medical Center. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude of $100,000 to $250,000, involves comprehensive construction services to meet safety requirements and remedy weather damage in the parking garage. The scope of work includes replacing waterproofing joint sealants, concrete removal and patching, and a structural condition survey of concrete and other elements. Work will be performed on weekends over 90 days following the Notice to Proceed. A solicitation is expected to be issued around October 15, 2025, with a response date of October 30, 2025.
The Department of Veterans Affairs Medical Center in Cincinnati, Ohio, is undertaking a project titled “Maintain Parking Garage Safety.” This project, identified as 539-25-505 and issued on August 26, 2020, focuses on structural repairs and safety enhancements for the multi-level parking garage (P1) at the Cincinnati V.A. Medical Center. Key aspects of the project include conducting a visual survey of all levels to identify and repair loose overhead concrete, removing and replacing existing sealants in various areas with new urethane sealants, and inspecting tee joint shear connectors for broken connections, with provisions for fabricating load transfer angles as needed. The project also outlines several deduct alternates for the replacement of tee-to-tee joint sealants on specific levels (Levels 1, 2, 3, and 4). General project notes emphasize compliance with all applicable codes, coordination with the VA Contracting Officer Technical Representative (COR), maintaining access to drive lanes and stairways, and the contractor's responsibility for a complete and fully operational project. Furthermore, the contractor is required to procure consulting services for a structural condition report of the parking garage, including sounding surveys and chloride ion testing of concrete elements on each floor.
The "Pre-Award Contractor Safety and Environmental Record Evaluation Form" is a government document used to assess a contractor's safety and environmental performance before awarding a contract. It requires companies to provide detailed information for the past three years, including OSHA 300 and 300a forms, man-hours, cases involving days away from work or restricted activity, DART rates, and any serious, willful, or repeat OSHA violations with explanations. Additionally, contractors must provide their six-digit NAICS code, identify who administers their safety and health program, and state their Insurance Experience Modification Rate (EMR). This form helps government agencies evaluate a contractor's commitment to safety and compliance, ensuring they select responsible and safe partners for federal, state, or local projects.
The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 10 has issued a Request for Information (RFI) 36C25025Q0034 for a project titled "Maintain Parking Garage Safety" in Cincinnati, OH. This RFI, managed by Contract Specialist Samuel Galbreath, seeks questions and clarification requests from contractors. Contractors are required to thoroughly read all solicitation, specification, drawing, and pertinent documents before submission. All questions or requests for clarification must specifically identify the relevant specification, solicitation section(s), or drawing number(s) to receive a response from the Government. Failure to comply with these requirements may prevent a timely response.
The VAAR 852.219-75 clause outlines limitations on subcontracting for VA contracts, ensuring compliance with 38 U.S.C. 8127(l)(2). Offerors must certify that if awarded a contract, they will adhere to specific subcontracting limits based on the NAICS code: 50% for services, 85% for general construction, and 75% for special trade construction, with exclusions for materials and certain direct costs. Subcontracted work by similarly situated certified SDVOSB/VOSB firms counts towards these limits. The certification is subject to federal law (18 U.S.C. 1001), with penalties for false statements, including criminal prosecution and fines. Contractors must provide documentation to the VA upon request to demonstrate compliance. Failure to comply or provide requested documents can lead to remedial action, including referral to the VA Suspension and Debarment Committee. A completed, signed certification is mandatory for an offer to be considered for award.
VHA Directive 1192.01 establishes a mandatory seasonal influenza vaccination program for all Veterans Health Administration (VHA) Health Care Personnel (HCP). This policy requires annual vaccination or an approved exemption for medical or religious reasons. Compliance is a condition of employment, with potential disciplinary action for violations. The directive details responsibilities for various VHA entities, from the Under Secretary for Health to individual HCP, ensuring program implementation, oversight, and reporting. Exempt HCP must wear face masks during influenza season. The policy aims to improve HCP vaccination rates, which have historically lagged behind national averages, to prevent influenza transmission in VHA facilities and protect vulnerable patient populations. This directive supersedes previous VHA influenza vaccination policies.
This government solicitation outlines a project to maintain parking garage safety at the Department of Veterans Affairs Medical Center in Cincinnati, Ohio. The work encompasses general construction, alterations, plumbing, mechanical, electrical, and utility system upgrades. The government intends to award a contract based on Bid Item 1 (Base Bid), but has included four deduct alternates (Bid Items 2, 3, 4, and 5) that allow for the removal of tee-to-tee joint sealant replacements on specific levels of the parking garage (Level 4, Level 3, Level 2, and Level 1, respectively) if funding is limited. Bidders are required to provide a lump sum bid for each item. All phases of work, including close-out documents, must be completed within 90 calendar days of receiving the Notice to Proceed.