Z1DA--Correct SPS Ceiling System Finding 506-25-502
ID: 36C25025B0012Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the "Correct SPS Ceiling System Finding" project at the Ann Arbor VA Medical Center in Michigan. The project entails the complete removal and replacement of the existing Acoustical Lay-in ceiling system with a suspended gypsum board ceiling, requiring contractors to manage all labor and materials while ensuring minimal disruption to medical center operations during renovations. This initiative is crucial for enhancing healthcare facilities and maintaining high standards of patient care, with an estimated construction cost between $500,000 and $1,000,000. Proposals are due by 14:00 EDT on March 19, 2025, and interested contractors should direct inquiries to Arter E. Sweatman at Arter.Sweatman@va.gov.

    Point(s) of Contact
    Arter E SweatmanContractor
    Arter.Sweatman@va.gov
    Files
    Title
    Posted
    This document outlines a Request for Proposals (RFP) from the Department of Veterans Affairs for a construction project titled "Correct SPS Ceiling System." It is a firm-fixed-price solicitation specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor is required to provide all labor, materials, and equipment necessary to complete the project at the Ann Arbor VA Medical Center. The estimated construction cost ranges between $500,000 and $1,000,000, with proposals due by 14:00 EDT on March 19, 2025. Key requirements include the completion of various forms and certifications, including a bid guarantee of no less than 20% of the bid price, and adherence to federal wage determinations. An organized site visit is scheduled for February 25, 2025, for potential bidders to inspect the work site. The document emphasizes compliance with regulations on affirmative action, environmental management, and contractor responsibility criteria, including maintaining registration in the System for Award Management (SAM). Overall, this RFP represents a significant opportunity for qualified SDVOSBs to contribute to the enhancement of VA facilities while following stringent government contract requirements.
    The Department of Veterans Affairs is preparing to issue an Invitation For Bids (IFB) for the project titled "Correct SPS Ceiling System Finding 506-25-502" at the Ann Arbor VA Medical Center. The solicitation number for this project is 36C25025B0012, with bids expected to be opened on or around January 29, 2025. This project requires the contractor to provide all necessary labor, materials, and supervision to ensure compliance with applicable codes and manufacturer recommendations. The magnitude of the project cost ranges from $500,000 to $1 million, and it is set-aside exclusively for qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB). Contractors must be verified in the SBA's VetCert database at the time of proposal submission to be eligible. Interested parties should monitor the Contract Opportunities website for the IFB and are responsible for obtaining bid documents. All submissions must comply with federal acquisition regulations, including registration in the System for Award Management (SAM) and filing necessary reports. This presolicitation serves to inform potential bidders and is not a request for proposals at this stage.
    The document outlines a comprehensive renovation plan for the Ann Arbor VA Medical Center, focusing on improving patient care spaces and infrastructure. The project includes constructing and modifying various areas within the hospital, adhering to specific safety and compliance codes such as NFPA 101 Life Safety Code and ADA guidelines. Key elements involve the installation of mechanical, electrical, and plumbing systems, enhancing sterilization and infection control, and ensuring air quality management during construction. Detailed procedures for dust and debris control will be implemented, including the use of temporary barriers and stringent monitoring of air pressure. The project’s timeline designates multiple work phases, allowing for thorough inspection and clean-up between stages. Overall, this initiative reflects the VA's commitment to modernizing facilities while prioritizing health safety standards and efficient operations.
    The Pre-Award Contractor Experience Modification Rate (EMR) Form gathers essential information related to a contractor's safety and compliance history as part of the solicitation 36C25024B0027. This assessment aims to establish the contractor's responsibility in alignment with federal acquisition regulations. Contractors are required to provide their company information, OSHA incident data for the past three years, including man hours, cases involving work restrictions, and their Days Away, Restricted, or Transferred (DART) rates. Additionally, they must report any serious OSHA violations and submit relevant documentation, including the 2020 OSHA forms and a current EMR rate letter from their insurance carrier. The form also requests the North American Industrial Classification System (NAICS) code and the name of the individual managing the company's safety program. By collecting this data, the document ensures that only contractors with proven safety records and compliance structures are considered for award, emphasizing safety and operational proficiency as critical factors in the government contracting process.
    The project "506-25-502 Correct SPS Ceiling System Findings" at the Ann Arbor VA Medical Center involves the complete removal and replacement of the existing Acoustical Lay-in ceiling system in SPS room DB34 with a suspended gypsum board ceiling. The contractor is responsible for all labor and materials necessary to execute this project according to detailed specifications and drawings. The work schedule includes two shifts on weekdays (Monday to Friday) and one shift on weekends, with a total construction timeline of no more than nine consecutive weeks, broken into two phases of four weeks each and an activation week in between. During the project, there will be a mandatory four-day interval between phases for the VA to move and sterilize existing furniture and equipment. A limited pre-bid walkthrough will be available for general contractors to comply with the sterile environment of the designated area. This undertaking reflects the VA's commitment to maintaining high standards of care within its medical facilities.
    The government document is a Request for Information (RFI) related to Solicitation No. 36C25025B0012 for a project titled "Correct SPS Ceiling System" at the Ann Arbor VA Medical Center, located in Michigan. The primary purpose of the RFI is to solicit clarification and inquiries regarding the project from contractors, who are required to submit questions referencing specific sections of the solicitation or specifications to facilitate timely responses from the government. Contractors are prompted to indicate their detailed inquiries alongside contact information for effective communication. The document outlines key requirements for submissions, ensuring that the proper protocols are adhered to, which is essential for maintaining order in the contracting process. Overall, the RFI serves as a formal channel for engagement between the government and potential contractors, aimed at enhancing project understanding and execution.
    The document outlines the bid proposals and specifications for the construction project "Correct SPS Ceiling System Finding" at the VA Ann Arbor Healthcare System. It details requirements for site preparation, safety protocols, demolition, installation of new systems, and project management. Key sections include general requirements, existing conditions, safety measures, and environmental controls, emphasizing compliance with VA standards. The contractor is responsible for maintaining operations of the medical center during renovations, ensuring disruption is minimized. An extensive safety and logistical plan is required, detailing procedures for material handling, security, and waste management. The focus is on sustainable construction, efficient safety management, and ensuring all installations are in accordance with federal regulations. This initiative reflects the federal commitment to enhancing healthcare facilities while ensuring patient and staff safety during construction.
    The document outlines the wage determination for construction contracts in Washtenaw County, Michigan, under the Davis-Bacon Act. Effective for contracts awarded on or after January 30, 2022, workers must receive a minimum wage of $17.75 per hour or the higher applicable wage for 2025. The document specifies wage rates and fringe benefits for various labor classifications, including skilled trades like electricians, carpenters, and laborers. It also provides guidelines for contractors regarding compliance with Executive Orders related to minimum wages and paid sick leave. Classifications are detailed by type of work, with particular emphasis on Union, Survey, and State Adopted Rates. Additionally, the document outlines an appeals process for parties who may contest wage determination decisions. This summary reflects the federal government’s commitment to ensuring fair wages in public construction projects, protecting workers' rights through compliance with established wage laws. The information serves as guidance for contractors engaged in federal and state-funded projects, emphasizing the importance of properly compensating construction workers while adhering to labor standards.
    Lifecycle
    Similar Opportunities
    506-21-103 Modernize Short Stay
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "Modernize Short Stay" project at the Ann Arbor Veterans Affairs Medical Center. The project involves extensive renovations to the Patient Short Stay Clinic, including the modernization of patient rooms, staff areas, and the installation of new HVAC systems, with a focus on enhancing physical security and compliance with safety protocols. This initiative is crucial for improving healthcare delivery environments for veterans, reflecting the government's commitment to upgrading facilities while supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The estimated project cost ranges from $5 million to $10 million, with a performance period of 240 calendar days post-award. Interested contractors should contact Christina Shockey at christina.shockey@va.gov and note that the bid submission deadline has been extended to February 25, 2025, at 1:00 PM EST.
    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.
    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.
    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.
    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.
    Renovate PM Shop and Replace Aluminum Canopy Roof Section
    Buyer not available
    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.
    Z1DA--658-24-108 Replace Overhead Paging System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the overhead paging system at the Salem Veterans Affairs Medical Center. This design-build project requires contractors to provide all necessary labor, materials, and tools for the installation of a modern paging system across multiple buildings on the campus, with a budget estimated between $500,000 and $1,000,000. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes compliance with safety and regulatory standards, as well as adherence to the Davis-Bacon Act for wage determinations. Interested bidders must submit their proposals electronically by April 9, 2025, following a site visit scheduled for February 27, 2025, and can direct inquiries to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Y1AZ--Renovate Bldg. 15, 2nd Floor
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of the second floor of Building 15 at the Asheville VA Medical Center, identified as Project 637-20-103. The project involves comprehensive construction tasks, including interior demolition, installation of new mechanical, electrical, and plumbing systems, and modernization of office spaces across approximately 12,500 square feet, with a budget estimate between $2,000,000 and $5,000,000. This renovation is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes the importance of maintaining operational integrity during construction to minimize disruption to medical services. Interested contractors must submit their bids by March 6, 2025, and can direct inquiries to Contract Specialist Shirley L. Gregory at Shirley.Gregory@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.
    3rd, 6th, & 8th Floor, East to West Elevator -Renovate Halls & Walls | Project: 521-25-101
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the renovation of the halls and walls on the 3rd, 6th, and 8th floors of the Birmingham VA Medical Center, under Project No. 521-25-101. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance the facility's infrastructure while ensuring compliance with health and safety regulations, including infection control and quality assurance measures. The estimated contract value ranges from $500,000 to $1,000,000, with a site visit scheduled for January 29, 2025, and a deadline for Requests for Information by February 7, 2025. Interested contractors should contact Kimberly Devlin at kimberly.devlin@va.gov or Joseph Osborn at Joseph.Osborn@va.gov for further details.