Y1DA--PROJECT 675-24-104, Design-Build (DB) Upgrade Lake Nona Endoscopy Rooms
ID: 36C24825R0010Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the Design-Build Upgrade of the Lake Nona Endoscopy Rooms at the Orlando VA Medical Center. This project, designated as Project 675-24-104, requires comprehensive design and construction services, including all necessary labor, materials, and supervision, to modernize the endoscopy facilities within a timeframe of 420 calendar days after the Notice to Proceed. The procurement is exclusively set aside for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the VA's commitment to supporting veteran-owned enterprises while ensuring compliance with safety and environmental regulations. Interested contractors must submit their Phase I proposals by the specified deadline and are encouraged to contact Contract Specialist Elizabeth Romero at Elizabeth.Romero@va.gov for further information. The estimated project value ranges between $2 million and $5 million.

    Point(s) of Contact
    Contracting OfficerElizabeth Romero
    (407) 399-7526
    elizabeth.romero@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued a presolicitation notice for Project 675-24-104, which involves design-build services to upgrade the endoscopy rooms at the Lake Nona facility in Orlando, Florida. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The work includes all necessary labor and resources to meet the Statement of Work requirements. The estimated construction cost ranges from $2 million to $5 million, with an expected completion period of approximately 420 days. Interested bidders must register in the System for Award Management (SAM) and be certified as SDVOSBs. The solicitation is anticipated to be available around November 6, 2024, and details will be posted on SAM.gov. Contractors are expected to adhere to environmental laws and incorporate contamination prevention measures throughout the process. This presolicitation serves to inform potential vendors of upcoming opportunities while emphasizing compliance and sustainability in federal contracting.
    The Orlando VA Healthcare System is undertaking a Design-Build project to upgrade the Lake Nona Endoscopy Rooms, specifically targeting rooms 3L402, 3L404, 3L406, 3L408, 3L601, 3L603, and 3L605. The contractor will perform comprehensive renovations, including architectural, structural, mechanical, electrical, and plumbing upgrades, to optimize workspace and incorporate new medical equipment. Key tasks include removing existing fixtures, installing new medical gas lines, ensuring compliance with health and safety codes, and adhering to infection control measures throughout construction. The project phases require careful scheduling to avoid disruptions to hospital operations, with construction following a detailed timeline of design and execution. Safety protocols mandate OSHA training for all personnel on-site and the use of a third-party safety consultant. Records management is critical to maintaining compliance with federal guidelines on data handling and project documentation. This initiative reflects the VA's ongoing commitment to improving healthcare infrastructure while prioritizing safety and regulatory adherence in a medical facility environment.
    The document outlines the general decision on minimum wage rates and classifications for building construction projects in Orange County, Florida, under the Davis-Bacon Act. It specifies wage requirements for contracts awarded on or after January 30, 2022, mandating a minimum hourly wage of $17.20 or higher based on wage determinations for covered workers, while older contracts may require a minimum of $12.90. The decision also details prevailing wage rates for various construction trades, such as carpenters, electricians, and operators, indicating both wage rates and fringe benefits. Additionally, it addresses the Executive Orders related to paid sick leave for federal contractors, asserting that employees are entitled to paid sick leave under certain conditions. The document highlights the process for appealing wage determinations, guiding parties through steps for review and reconsideration. Overall, the document serves to inform contractors and workers about wage obligations, worker protections, and avenues for addressing wage determination issues within the context of federal and local construction projects. This is crucial for ensuring compliance with labor regulations and safeguarding workers' rights in public contracting.
    The document outlines guidelines for contractors regarding the submission of a "Contract Progress Schedule" as part of federal and state contracting processes. It emphasizes the need for contractors to prepare and submit detailed progress schedules, including significant work elements, estimated completion percentages, and periodic progress reports. Key elements include specifying the contract number, project title, and contractor information, as well as detailing categories of work such as excavation and carpentry. Additionally, it mandates that progress be plotted over time segments to ensure compliance with the contract's timeline. Any modifications to the contract due to delays must be documented in a revised schedule, signaling a commitment to transparent reporting. Timely updates on work progress are crucial for contract management and can affect payment approvals. The document reflects standard procedures in managing government contracts, ensuring accountability, and facilitating project oversight while adhering to regulatory requirements.
    The EMR Form is a pre-award contractor evaluation document that bidders must complete and submit with their proposals for federal, state, and local RFPs. It requires essential information about the company, including OSHA 300 Forms data from 2020 to 2023. Bidders must detail their man-hours, the number and type of OSHA incidents, and provide calculations for the Days Away, Restricted, or Transferred (DART) rate. Additionally, they must report the number of serious or repeat OSHA violations in the past three years and include explanations for any such violations, as these factors can lead to disqualification. The form also asks for the company's six-digit NAICS code, the administrator of their Safety and Health Program, and their Experience Modification Rate (EMR) over the last three years, with an EMR above 1.0 resulting in disqualification. The structure emphasizes safety performance and compliance with regulations, ensuring that contractors meet necessary standards for government projects.
    The Experience Information Sheet serves as a detailed form for contractors to report their project-related experience in response to government RFPs. It collects essential contractor information, including firm details, contract numbers, project titles, and work roles, indicating whether they acted as a prime contractor, subcontractor, or in another capacity. Key points cover the scope of work performed, the challenges encountered, and resolutions taken. The sheet also evaluates project completion status, with questions regarding termination of contracts, pricing differences, and overall project progress. The document's purpose is to ensure that contractors clearly articulate their past performance and experiences which are relevant to the solicitation, thereby facilitating informed decision-making by government agencies. By detailing responsibilities, difficulties faced during execution, and steps toward resolution, the form assesses contractors' qualifications for future contracts, ensuring accountability and transparency in federal grant and contract awards.
    The provided document is a Contractor's Past Performance Questionnaire to be completed by contractors and their previous clients for a Department of Veterans Affairs (VA) contract proposal. It aims to assess the contractor's performance on past projects, focusing on experience, technical qualifications, and service quality. Contractors must send the questionnaire to their references, who will evaluate various performance metrics using a rating scale from 1 (Unsatisfactory) to 5 (Exceptional). Evaluation criteria include management effectiveness, quality control, adherence to regulations, problem resolution, and schedule management. Respondents are also asked if they would award another contract and whether the contractor is rated in the Contractor Performance Assessment Reporting System (CPARS). The feedback obtained is intended to assist the VA in determining the contractor's capability to deliver quality services efficiently and within budget. All completed questionnaires must be submitted by November 6, 2023, to the designated contracting officer, highlighting the importance of timely collaboration for contract considerations.
    The document outlines the "VA Notice of Limitations on Subcontracting – Certificate of Compliance for Services and Construction," required for contractors seeking to engage in federal contracts with the Department of Veterans Affairs (VA). Key provisions specify that contractors must adhere to subcontracting limitations, ensuring that a certain percentage of work is performed by certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For service contracts, no more than 50% can be subcontracted to certified non-SDVOSB/VOSB firms; general construction is capped at 85%, and special trade construction at 75%. The document emphasizes the legal ramifications of violating these terms, including potential criminal or civil penalties. Contractors are required to submit compliance evidence, including invoices and subcontracts, to demonstrate adherence throughout the contract duration. Failure to comply may result in remedial actions from the government. This certification process is crucial for maintaining the integrity of the contracting system, ensuring that veteran-owned businesses are prioritized in federal contracting opportunities.
    The document pertains to the Department of Veterans Affairs (VA) solicitation for the Design-Build Upgrade of the Lake Nona Endoscopy Rooms at the Orlando VA Healthcare System. The project, classified under the magnitude of $2 million to $5 million, mandates full renovations including architectural, structural, and MEP systems for several endoscopy rooms. This procurement is set-aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Key requirements detail a two-phase proposal evaluation process and emphasize compliance with VA standards and safety regulations, including infection control measures. Contractors are expected to provide all labor and materials for the design and construction phases, completing the project within 420 calendar days after the Notice to Proceed. Furthermore, safety training certifications for all personnel and adherence to the Construction Wage Rate Requirements are stipulated. This solicitation aims to modernize endoscopy facilities, ensuring they meet contemporary medical standards while simultaneously fostering opportunities for veteran-owned businesses, reflecting the VA's commitment to both public health and economic support for veterans. The emphasis on compliance, quality assurance, and rigorous oversight reinforces the stringent expectations placed on contractors involved in government projects.
    Similar Opportunities
    Z1DZ--PROJECT 675-23-802, Design-Build (DB) Expand SPS Maintenance Area
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for Project 675-23-802, which involves the design and construction of an expanded Sterile Processing Service (SPS) maintenance area at the Orlando VA Medical Center. The project aims to enhance service efficiency and safety by providing comprehensive design-build services, including labor, materials, and supervision, while ensuring compliance with applicable safety and environmental regulations. This initiative is critical for improving healthcare facility operations, with an estimated construction budget between $250,000 and $500,000 and a target completion period of 239 calendar days following the issuance of the Notice to Proceed. Interested firms must register in the System for Award Management (SAM) and are encouraged to contact Contract Specialist Michael Zorzi at michael.zorzi@va.gov or Contracting Officer Elizabeth Romero at elizabeth.romero@va.gov for further details, with the formal Request for Proposal (RFP) expected to be posted around October 31, 2024.
    Y1DA--675-22-701 EHRM Infrastructure Upgrades Construction Lake Baldwin (Orlando)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Lake Baldwin VA Medical Center in Orlando, Florida. This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aims to enhance the facility's telecommunications and operational systems through comprehensive upgrades to mechanical, plumbing, electrical, and fire safety systems, with an estimated construction budget between $10 million and $20 million. The upgrades are critical for modernizing healthcare delivery to veterans while ensuring compliance with safety and environmental regulations throughout the construction process. Interested contractors must submit their bids by the extended deadline of October 30, 2024, at 1:00 PM EST, and can direct inquiries to Contract Specialist Shawn Tavernia at shawn.tavernia@va.gov or Bridget May at bridget.may@va.gov.
    Y1DA--589-702 Construct Endoscopy Suite (VA-25-00001401)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for a Firm-Fixed-Price contract to construct an Endoscopy Suite at the Wichita VA Medical Center in Kansas. This project involves the construction of a three-level addition, approximately 15,000 square feet, designed to accommodate surgical waiting and recovery areas on the second floor, while the first and ground floors will serve the Office of Information and Technology and Bio-Medical Repair & Maintenance functions. Given the active medical environment, the construction must be carefully phased to ensure that medical care remains uninterrupted throughout the process. The solicitation is set as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $20 million and $50 million, anticipated to be issued in late August to early September 2023, and a performance period of approximately 608 days. Interested parties can contact Contract Specialist John Fancella at john.fancella@va.gov or by phone at 216.447.8300 x3618 for further details.
    Z2DA--Renovate Halls, Walls, Ceilings
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of halls, walls, and ceilings in Building 1 at the Durham VA Medical Center, under solicitation number 36C24624B0005. The project aims to upgrade the existing infrastructure while ensuring minimal disruption to hospital operations, involving comprehensive work such as hazardous material remediation, demolition, and installation of new finishes, with strict adherence to safety and infection control measures. This initiative underscores the government's commitment to enhancing healthcare facilities for veterans, with an estimated contract value between $2,000,000 and $5,000,000, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses. Interested contractors must submit sealed bids by January 16, 2025, following a mandatory site visit on December 4, 2024, and should direct inquiries to Contract Specialist Alice V Custis at Alice.Custis@va.gov.
    Z1DA--607-22-101 Renovate Inpatient Ward 7B (VA-25-00007172)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of Inpatient Ward 7B at the William S. Middleton VA Hospital in Madison, Wisconsin, under solicitation number 36C25224B0016. The project, designated as VA Project 607-22-101, has an estimated budget between $5 million and $10 million and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring compliance with federal labor standards and affirmative action regulations. This renovation aims to modernize healthcare facilities to enhance patient care for veterans, ensuring adherence to safety and accessibility standards throughout the construction process. Interested bidders must submit their electronic proposals by 12:00 PM local time on October 11, 2024, with a virtual bid opening scheduled for the same day, and can direct inquiries to Contracting Officer John J Meyers at john.meyers2@va.gov.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO5 - MATOC II project, which involves construction services under solicitation number 36C24524R0024. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and focuses on maintenance, repair, and construction projects within the Veterans Integrated Service Network (VISN) across Maryland, Washington D.C., and West Virginia. The selected contractors will be responsible for various construction activities, including upgrades to healthcare facilities, with a performance period of five years and a maximum limit of $1,000,000 per task order. Interested parties must submit their proposals by October 28, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or (304) 263-0811 ext 7617.
    Z1DA--Renovate Restrooms 515-22-101
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the renovation of restrooms at the VA Medical Center in Battle Creek, Michigan, under project number 515-22-101. This project, which is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves comprehensive renovations across approximately 9,124 square feet, including demolition, installation of energy-efficient fixtures, and adherence to strict safety and infection control protocols due to the facility's ongoing operations. The estimated cost for this project ranges from $2 million to $5 million, with a performance period of 380 calendar days post-award. Interested contractors must submit their proposals by October 24, 2024, and can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov or by phone at 216-447-8300.
    Z1DA--FY 25 DESIGN/BUILD: Project 667-24-255 Building 55 Accessibility Ramp
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a design/build project to construct an accessibility ramp at Building 55 of the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance accessibility for veterans by adhering to VA Barrier Free Design Standards. The anticipated contract value ranges from $250,000 to $500,000, with a performance period of 130 calendar days following the issuance of the Notice to Proceed. Interested offerors must confirm their SDVOSB status and submit proposals by approximately November 15, 2024, with the RFP available on SAM.gov. For further inquiries, contact Tammy Saxon at Tammy.Saxon@va.gov or 228-523-5618.
    Z1DA--Construct Expansion of Pain and Bronchoscopy Room (VA-24-00085720)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking construction services for the expansion of the Pain and Bronchoscopy Room at the VA Medical Center in Huntington, West Virginia, under solicitation number 36C24524B0019. The project involves significant modifications, including the removal of existing walls, installation of new ceilings and flooring, and compliance with OSHA regulations, all aimed at enhancing patient care environments. This contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated budget between $250,000 and $500,000, and a performance timeframe of 180 days post-award. Interested bidders must submit their proposals by November 21, 2024, and are encouraged to attend a pre-bid site visit on October 30, 2024; inquiries regarding the solicitation should be directed to Contract Specialist Aaron Z Morrison at Aaron.Morrison@va.gov by November 6, 2024.
    Z2DZ--523A5-10-316 Upgrade VISN 1 Laundry Building 45 Brockton FY25 Project (VA-25-00008686)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the "Upgrade VISN 1 Laundry Building 45" project located at the Brockton Veterans Affairs Medical Center in Massachusetts. The project involves extensive renovations, including selective demolition and the installation of new mechanical, electrical, and plumbing (MEP) systems, as well as structural enhancements to ensure the facility can support required laundry equipment loads. This renovation is crucial for improving the operational capacity of the facility while adhering to safety and regulatory standards, with an estimated construction cost between $5 million and $10 million. Interested firms, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must respond by 4:00 PM EST on December 1, 2024, to Kyle Kiepke at kyle.kiepke@va.gov, with the formal solicitation expected to be released in January 2025.