Renovate PM Shop and Replace Aluminum Canopy Roof Section
ID: 36C24825R0035Type: Solicitation
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 renovation of the Preventive Maintenance (PM) shop and the replacement of the aluminum canopy roof at the Miami VA Healthcare System. This project, designated as Project Number 546-22-106, involves significant construction activities, including the demolition of existing structures, installation of a new hurricane-rated canopy, and upgrades to equipment and site infrastructure. The initiative underscores the government's commitment to enhancing facilities for veterans while supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSB), as the contract is specifically set aside for these entities. Interested contractors should note that the estimated project cost ranges from $1 million to $5 million, with a performance period capped at 200 calendar days post-Notice to Proceed. Proposals must be submitted in accordance with the outlined guidelines, and inquiries can be directed to Ana R. Vazquez at ana.vazquez2@va.gov or Aldwyn Singleton at aldwyn.singleton@va.gov.

    Point(s) of Contact
    Ana R Vazquez Contract Specialist
    (786) 971-9084
    ana.vazquez2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a Sources Sought Notice for potential renovation work at the Miami VA Healthcare System. The project, titled "Renovate PM Shop and Replace Aluminum Canopy Roof," seeks to solicit information from capable sources to provide construction services. Specifically, this includes removing the existing aluminum canopy, utility sink, and lift, as well as constructing a new freestanding hurricane-rated canopy, installing amenities such as a new lift and safety stations, and other site preparations. Responses to this notice are purely for market research and planning purposes, not for a solicitation or award commitment. Interested parties are required to submit Capability Statements, confirming their ability to meet specific project requirements and compliance with Limitations on Subcontracting regulations. The deadline for responses is set for January 13, 2025, by 11:00 AM Eastern Time, with a goal to publish a formal solicitation approximately a month later. This provides an opportunity for vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), to engage with the upcoming procurement process aimed at improving VA facilities’ infrastructure.
    The document outlines the renovation project for the Preventative Maintenance Shop and replacement of the aluminum canopy at the Bruce W. Carter VA Medical Center in Miami, Florida. Key aspects of the project include comprehensive design development, adherence to applicable local, state, and federal regulations, and coordination by the U.S. Department of Veterans Affairs and Pennoni Associates, Inc. Essential design submissions are scheduled, with the initial 50% design due by October 13, 2023, and subsequent submissions slated for January 2024. The document details the compliance requirements with codes, including fire safety and accessibility standards. It also emphasizes the contractor's responsibilities for site assessments, existing conditions review, utility reconfiguration, and thorough waste management during demolition. The project scope includes structural modifications, utility upgrades, and planned improvements to facilitate better operational workflow within the maintenance facilities. The renovation is intended to enhance facility functionality while ensuring a safe and compliant environment for maintenance operations, underlining the VA's commitment to upgrading infrastructure for veteran services.
    The document outlines the specifications for the renovation of the Preventative Maintenance Shop and replacement of the aluminum canopy at the Bruce W. Carter VA Medical Center in Saginaw, MI. This project includes demolishing existing structures, constructing a new hurricane-rated freestanding canopy, and installing various mechanical and plumbing fixtures. Key tasks involve ensuring safety and compliance with VA security protocols, managing project schedules, and implementing waste management procedures. The project emphasizes coordination with the Medical Center to minimize disruption, maintain utility services, and adhere to environmental controls, including waste disposal and vegetation protection. Contractors must demonstrate thorough knowledge of existing site conditions and comply with rigorous reporting, security requirements, and warranty management. This RFP reflects the federal government’s commitment to enhancing veteran healthcare facilities through timely upgrades while preserving operational integrity and safety throughout construction.
    The project titled "Renovate PM Shop and Replace Aluminum Canopy Roof Section" at the Department of Veterans Affairs Medical Center in Miami, Florida, involves extensive renovations within a 180-day completion frame post-Notice to Proceed. The contractor is tasked with demolishing existing structures, including an aluminum canopy, utility systems, and fencing, while preparing the site for new infrastructure. Key components of the new construction include a hurricane-rated canopy, advanced utility installations, new equipment and fixtures, site enhancements, drainage systems, and comprehensive electrical setups. The project emphasizes close coordination with VA personnel to minimize disruption and adherence to all applicable codes and safety measures. The final stages will include extensive testing, documentation, and site cleanup to ensure readiness for VA operations. This undertaking reflects the government’s commitment to maintaining and improving veteran healthcare facilities while ensuring operational continuity throughout the renovation process.
    The Department of Veterans Affairs (VA), through the Veterans Integrated Service Network (VISN) 8, is announcing a presolicitation for a construction project titled "546-22-106 Renovate PM Shop and Replace Aluminum Canopy Roof Section." This project, located at the Miami VA Healthcare System, involves renovating facilities and replacing an aluminum canopy roof, expected to take approximately 180 days post-Notice to Proceed. The contract is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated budget between $1,000,000 and $5,000,000. Interested contractors must be registered in the System for Award Management (SAM) and certified as a SDVOSB. The solicitation is set to be posted around February 12, 2025. Furthermore, contractors are expected to adhere to environmental management protocols and comply with limitations on subcontracting. Key contacts are Contract Specialist Ana Regina Vazquez and Contracting Officer Aldwyn Singleton, with additional information available on SAM.gov and via email. This presolicitation seeks to provide a framework for responsible contracting while supporting veteran-owned enterprises.
    The document outlines the renovation of the Preventative Maintenance Shop and replacement of the aluminum canopy at the Bruce W. Carter VA Medical Center in Miami, Florida. It details the project plans, including site improvements, demolition of existing structures, and installation of new systems while adhering to local, state, and federal codes. Key steps include ensuring compliance with safety codes such as NFPA 101 and the Architectural Barriers Act Accessibility Standard. The contractor is responsible for existing conditions' assessment, utility disconnections, and maintaining site safety standards. A comprehensive drawing index illustrates various architectural and structural plans, including demolition, plumbing, and electrical layouts. The project is focused on enhancing operational functionality and ensuring safety in compliance with specified regulations. Scheduled deliverables include several design submission phases leading to the 100% final design submission anticipated on January 26, 2024. The renovation demonstrates the VA's commitment to maintaining and upgrading facilities to meet the needs of veterans while ensuring effective safety measures are in place throughout the construction process.
    The document outlines the renovation project for the Preventative Maintenance Shop and the replacement of the aluminum canopy at the Bruce W. Carter VA Medical Center in Saginaw, MI. The project, identified as contract number 546-22-106, includes demolition of existing structures and construction of new facilities, emphasizing safety and coordination to minimize disruption to ongoing medical operations. Key tasks involve the installation of a hurricane-rated, freestanding canopy, modernized equipment, and infrastructure upgrades such as storm drainage systems. The contractor is required to ensure security and adherence to VA regulations during all phases of construction, which includes proper documentation control and the use of temporary facilities as needed. Moreover, the project specifies exact reporting requirements for alterations and outlines environmental controls, emphasizing the importance of maintaining a clean and safe work environment. The document serves as a comprehensive guide for contractors to understand their obligations and the scope of work necessary to fulfill the renovation objectives while maintaining the functionality of the VA Medical Center.
    The document details a federal grant proposal related to enhancing community resilience and sustainability initiatives. It emphasizes the importance of local and federal collaboration to achieve long-term environmental goals. Key themes include securing funding for infrastructure upgrades, addressing climate change impacts, and fostering community engagement in sustainability practices. The proposal outlines specific projects aimed at improving energy efficiency, enhancing green spaces, and advancing educational programs on environmental stewardship. Furthermore, the document highlights the methodologies for evaluating project effectiveness and outlines the expected outcomes, including reduced carbon footprints, improved public health, and strengthened local economies. It proposes a comprehensive plan that integrates stakeholder input and leverages existing resources to maximize impact. In summary, the proposal serves as a strategic initiative aimed at securing federal support for sustainable development projects, underscoring the need for a united approach in tackling environmental challenges at the local level while fostering community involvement and ensuring compliance with regulatory standards.
    The document is a pre-award contractor evaluation form designed for bidders or offerors to submit alongside their proposals for federal and state/local contracts. It requires contractors to provide crucial safety and compliance data, including the completion of their OSHA 300 Forms, which detail workplace injuries and illnesses, and the calculation of their Days Away, Restricted, or Transferred (DART) rate. Contractors must disclose any serious, willful, or repeat OSHA violations from the past three years and submit related explanations, as a high number of violations can disqualify them. Additionally, contractors are asked to submit their North American Industrial Classification System (NAICS) code and details regarding the administration of their safety and health program. The form also requests the contractor's Experience Modification Rate (EMR) for the past three years, noting that an EMR over 1.0 will lead to disqualification. This evaluation process aims to ensure that contractors meet safety and compliance standards necessary for government contracts, reflecting a commitment to workplace safety and risk management in the execution of awarded projects.
    This document outlines a comprehensive breakdown of project costs associated with a federal and state/local Request for Proposal (RFP). It includes details on labor and material costs organized by various divisions, covering areas such as general requirements, materials like concrete and masonry, and systems like electrical and HVAC. Each division has designated spaces for submitting financial estimates, though no specific costs are provided in this instance, indicating a need for bidders to fill in these details. The report also notes administrative costs such as overhead, profit, and bonding percentages. Overall, the document serves as a framework for proposers to present their financial bids in a structured manner, a common requirement in government contracting to ensure transparency and standardization in pricing bids while adhering to regulatory guidelines for procurement and project execution. Clarity in pricing and division of work is critical for assessing bids based on qualifications and compliance with project requirements.
    The document outlines the Past Performance Questionnaire (Form PPQ) used by the Veterans Affairs (VA) for evaluating contractor performance on government projects. It consists of sections for contractors and clients to complete, detailing vital contract information, project descriptions, and the contractor's performance across various metrics. Key areas of evaluation include quality of work, schedule compliance, customer satisfaction, management effectiveness, cost management, safety, and overall performance. Contractors are required to provide details such as their firm name, contact information, and the scope of work performed, while clients assess the contractor's performance using a standardized rating scale, ranging from exceptional to unsatisfactory. The questionnaire is designed for both the contractor’s submission with proposals and direct client communication to the VA. It emphasizes the importance of accurate and honest evaluations for maintaining quality and accountability in government contracting. This systematic approach aims to capture and enhance contractor performance for future federal and state contract procurement processes.
    The document outlines a federal solicitation for the renovation of the Preventive Maintenance (PM) shop and the replacement of the aluminum canopy roof at the Miami VA Healthcare System. The project, identified as Project Number 546-22-106, is estimated to cost between $1 million to $5 million and is specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Key components of the project include demolishing existing structures, installing a new 5,000 square foot hurricane-rated canopy, and upgrading equipment such as a 3,000-pound capacity lift. Additional site improvements consist of installing a chain-link fence, lighting, and drainage systems. Contractors must comply with stringent safety regulations and local codes, submit various documentation, and attend a site visit scheduled for February 26, 2025. The period of performance is capped at 200 calendar days after the issuance of the Notice to Proceed. All proposals must follow strict guidelines regarding labor and materials as prescribed by the contract terms. This acquisition illustrates the government’s commitment to enhancing infrastructure while supporting veteran-owned enterprises within federally funded projects.
    Similar Opportunities
    Renovate Community Living Center (CLC) - 1st & 2nd Floor
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of the Community Living Center (CLC) at the Miami VA Medical Center, specifically targeting the 1st and 2nd floors. The project aims to enhance the facility's functionality and safety through extensive renovations, including demolition, installation of new finishes, and upgrades to mechanical and electrical systems, all while ensuring compliance with safety and accessibility standards. This initiative underscores the VA's commitment to modernizing healthcare facilities for veterans, with a budget estimated between $1 million and $5 million and a performance period of 800 days post-award. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit proposals by February 28, 2025, and can direct inquiries to primary contact Jean O. Pierre at Jean.Pierre1@va.gov or secondary contact Aldwyn Singleton at aldwyn.singleton@va.gov.
    Z1DA--Project: 619-23-101 - Replace Roof Systems for Main Hospital, Building 1
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of roof systems for Building 1 at the Central Alabama Veterans Health Care System in Montgomery, Alabama. This project, designated as 619-23-101, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to address significant water damage that poses health risks, ensuring the structural integrity and safety of the facility. The estimated contract value ranges from $5 million to $10 million, with a performance period of 365 days, and proposals must be submitted by March 10, 2025, at 1:00 PM EST to the Contracting Officer, Joseph A. Osborn, at JOSEPH.OSBORN@VA.GOV. Interested contractors are encouraged to review the detailed requirements and attend the scheduled site visit to gain insights into the project specifications.
    Y1DA--FY25: NRM (PROJ: 673-21-149) BB Convert 6 West to Private Patient Rooms
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the 6 West wing at the James A. Haley VA Hospital in Tampa, Florida, to convert the area into private patient rooms. This project involves comprehensive demolition and remodeling, including structural updates, mechanical, electrical, and plumbing work, with a strong emphasis on infection control and safety protocols during construction. The initiative aims to enhance patient privacy and care quality, reflecting the VA's commitment to improving healthcare environments for veterans. The estimated project cost ranges from $5 million to $10 million, and interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by the extended deadline of March 11, 2025, to the designated contracting specialist, David M. Hernandez, at David.Hernandez1@va.gov.
    Y1DZ--PROJECT 675-23-100, Bid-Build (BB) Renovate Lake Nona Building 2 for Emergency Department and Observation Unit
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the Emergency Department and Observation Unit at the Orlando VA Medical Center, identified as Project 675-23-100. This project aims to expand the Emergency Department by creating new treatment rooms and updating HVAC systems, with a contract value estimated between $5 million and $10 million, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The renovation is critical for enhancing healthcare delivery to veterans while ensuring that patient care remains uninterrupted during construction. Proposals are due by March 10, 2025, and interested contractors must register in the System for Award Management and the U.S. Small Business Administration databases. For further inquiries, contact Contract Specialist Elizabeth Romero at Elizabeth.Romero@va.gov.
    Z2DA--675-22-706A EHRM Infrastructure Upgrades Construction Viera VA Clinic
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the EHRM Infrastructure Upgrades Construction project at the Viera VA Clinic in Florida. This project, valued between $2 million and $5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves comprehensive construction work to modernize the clinic's electronic health record management infrastructure. Key requirements include providing all necessary tools, labor, and materials, with a completion timeline of 455 calendar days post-award, while adhering to strict safety and operational protocols to minimize disruption to ongoing medical services. Interested bidders must submit their offers by the extended deadline of March 18, 2025, and can direct inquiries to Contract Specialist Sharese H McKinney at sharese.mckinney@va.gov.
    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 soliciting 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. The project involves comprehensive demolition, site preparation, and construction activities, including the installation of a fluid-applied roofing system, new flashing, gutters, and lightning protection, all in compliance with VA specifications and safety standards. This initiative is crucial for enhancing the structural integrity of the facility, ensuring minimal disruption to ongoing medical operations, and adhering to environmental management practices. Interested contractors, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit proposals by the specified deadline, with an anticipated project cost between $500,000 and $1 million and a performance period of 160 days post-award. For further inquiries, contact Contract Specialist Lamar D Thomas at lamar.thomas2@va.gov.
    Z2DA--549-SL-832 BLDG 9 Roof Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the roof repair of Building 9 at the Dallas VA Medical Center, with an estimated project value between $25,000 and $100,000. The procurement requires Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide labor, materials, and supervision for extensive roof repairs, including the installation of a new steel structure for staff shelter, with a completion timeframe of 90 calendar days from the Notice to Proceed. This project is critical for maintaining the integrity and safety of the facility, as the existing roof is over 30 years old and has multiple leak locations that need urgent attention. Interested contractors must submit their quotes electronically by February 28, 2025, and are encouraged to contact Contract Specialist Eileen F. Myers at Eileen.Myers@va.gov for further information.
    Z1DA--Project No. 539-22-203 - Electric Deficiencies
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Project No. 539-22-203, which addresses electrical deficiencies at the Cincinnati VA Medical Center. The project involves comprehensive electrical upgrades, including the demolition of existing equipment and installation of new electrical panels, with a focus on enhancing system reliability and safety across multiple floors. This initiative is crucial for modernizing the facility's infrastructure to support ongoing healthcare services for veterans. The estimated contract value ranges from $500,000 to $1,000,000, and the procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit their bids by the specified deadlines, with a pre-bid site visit scheduled for February 6, 2025. For further inquiries, contact Luke Turner at luke.turner@va.gov.
    Z1DA--Replace and Correct Roof Building 44 504 Amarillo VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement and correction of the roof on Building 44 at the Thomas E. Creek VA Medical Center in Amarillo, Texas. This project, which is set aside for 100% Service Disabled Veteran Owned Small Businesses, requires contractors to provide all necessary labor, materials, and equipment to replace the existing flat roofing system, including new flashing and clearing downspouts. The estimated construction cost for this project ranges between $500,000 and $1,000,000, reflecting the government's commitment to maintaining its facilities and supporting veteran-owned businesses. Interested contractors must submit their proposals by March 26, 2025, and are encouraged to contact Contract Specialist Miguel A. Gonzalez at Miguel.Gonzalez4@va.gov for further information.
    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.