Y1DA--437-23-125, Select Roofing Replacement 36C263-24-AP-0668
ID: 36C26324B0004Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Roofing Contractors (238160)

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 seeking qualified contractors for the Select Roofing Replacement project at the Fargo VA Health Care System, identified by Project Number 437-23-125. The procurement involves comprehensive roofing work, including the demolition of existing roofs and installation of new materials across various sections, with an emphasis on maintaining operational integrity during construction. This initiative is crucial for ensuring the safety and functionality of facilities serving veterans, reflecting the government's commitment to high-quality infrastructure. Interested bidders must submit their proposals by August 14, 2024, and can direct inquiries to Contract Specialist Daniel R. Dobler at Daniel.Dobler@va.gov.

    Point(s) of Contact
    Daniel DoblerContract Specialist
    (651) 293-3015
    daniel.dobler@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks a firm to execute roofing replacement work at the Fargo VA Health Care System. The goal is to repair and replace several roofing systems across the healthcare campus. This project is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a mandated performance period of 460 days. The selected firm will be responsible for providing all necessary labor, materials, and equipment to achieve the project's goals, adhering to specified standards and local building codes. The scope entails a comprehensive replacement of the roofing systems, encompassing all requisite deliveries and compliance with VA facility protocols. Key dates include a site visit on July 9, 2024, and a submission deadline of 2:00 PM CDT on August 7, 2024. Prospective vendors must register as "Interested Vendors" on https://sam.gov and adhere to specified bid preparation guidelines. Evaluation criteria include price and compliance with numerous enumerated FAR and VAAR clauses. The estimated contract value falls between $2 million and $5 million. Bids will be electronically submitted to the Contract Specialist and publicly opened via Microsoft Teams.
    This document is an amendment to solicitation 36C26324B0004 issued by the Department of Veterans Affairs, NETWORK 23 CONTRACTING OFFICE. The amendment introduces several key changes: it updates the wage rates for the Fargo area, provides the sign-in sheet from the first site visit, presents answers to questions raised during that visit, and includes updated drawings. It also establishes a second site visit, scheduled for August 5, 2024, at the Fargo VA Health Care System, and sets a deadline for questions to be submitted by August 7, 2024. Moreover, the proposal submission deadline has been extended to August 14, 2024, with the bid opening to take place via Teams. The document aims to ensure transparency and clarity in the contracting process, facilitating participation from potential bidders while adhering to governmental regulations and timelines.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the NETWORK 23 CONTRACTING OFFICE. It pertains to the contract number 36C26324B0004, scheduled to be effective until June 28, 2024. The amendment outlines the processes for acknowledging its receipt by contractors, emphasizing the importance of acknowledgment prior to the specified date to avoid rejection of offers. It includes administrative changes and is aimed at providing updates following site visit 2. The amendment specifically details the publication of the sign-in sheet and the answers to questions raised during the site visit, included as attachments. This process is a typical part of government RFPs, ensuring transparency and communication between the contracting authority and potential bidders. The amendment reiterates that, except for the changes noted, all terms and conditions of the original solicitation remain in effect.
    The government agency issued an amendment to a solicitation for a contract related to a site visit and attached a document containing an answer to a question raised during the visit. The amendment extends the hour and date for receiving offers and emphasizes the importance of acknowledging the amendment's receipt. This is indicated by the contract's unique identification number, 36C26324B0004, referenced in the file.
    The U.S. Department of Veterans Affairs is overseeing a project to replace selected roofs at the Fargo VA Medical Center. The initiative involves comprehensive roofing work, including safety protocols, loss prevention measures, and adherence to regulations for both construction and environmental safety. Key sections outline the project's specifications, connections with general and specific requirements, including demolition, roofing details, and security plans for worker access. The contractor is tasked with scheduling, performing mandatory safety meetings, and submitting necessary documents, such as shop drawings and product data, following regulatory protocols. Emphasis is placed on maintaining the medical center's operations without disruption during the project, ensuring a robust construction approach that prioritizes safety and compliance with federal standards. This undertaking highlights the commitment to providing veterans with high-quality facility standards.
    The project titled "Replace Select Roofing" at the Fargo VA Health Care System entails comprehensive construction tasks to replace specific roofing areas as defined under Project Number 437-23-125. The contractor is required to provide all necessary labor, materials, and equipment, adhering to VA standards and applicable regulations. The anticipated period of performance spans 538 days, commencing on June 10, 2024. The work focuses on high-need areas, identified as #3, #7, and #10, and mandates the presence of a trained superintendent and Site Safety and Health Officer on-site. Critical requirements include conducting a pre-installation conference, adhering to specific delivery and storage protocols for materials, and ensuring continuous construction flow with minimal inactivity. The contractor is responsible for thorough materials handling, timing installation according to weather conditions, and securing a watertight site at day's end. The completed roof system must adhere to manufacturer instructions and come with a 15-year warranty. Documentation required upon project completion includes warranties, maintenance plans, as-built drawings, and installation certifications. This initiative underlines the VA’s commitment to maintaining safe and efficient facilities for healthcare services through rigorous compliance and systematic project execution.
    This document outlines wage determinations and contractor requirements for building construction projects in Cass County, North Dakota, under the Davis-Bacon Act and relevant Executive Orders. It specifies that contracts awarded on or after January 30, 2022, must pay a minimum wage of at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour, unless a higher rate is established in the wage determinations. The document provides a list of applicable construction classifications, including associated wage rates and fringe benefits for various trades such as boilermakers, bricklayers, electricians, and plumbers. Additionally, it explains that contractors are required to submit conformance requests for unlisted classifications necessary for contract performance. The document emphasizes compliance with Executive Orders that mandate paid sick leave for federal contractors and outlines a formal appeals process regarding wage determinations. Overall, it serves as a guideline for ensuring fair labor practices and wage compliance in federally funded construction projects, reinforcing the government's commitment to protecting worker rights while managing public contracts effectively.
    This document is a compilation of solicitation questions and answers related to a government Request for Proposals (RFP). While the specific inquiries and responses are not detailed, the overall purpose appears to facilitate and clarify the proposal process for potential bidders. The content suggests a structure where various questions could pertain to the Statement of Work (SOW), eligibility criteria for federal grants, or other operational aspects relevant to RFP submissions. Each question aims to address specific concerns that may arise in the procurement process, indicating the government's commitment to transparency and effective communication with applicants. This document serves as a resource to assist bidders in understanding requirements and expectations, thereby promoting informed and competitive proposals within the context of federal and state/local procurement opportunities.
    The document outlines requirements for bidders/offerors in federal and state procurement processes pertaining to safety and environmental compliance. It mandates that bidders certify they have no more than three serious or one repeat/willful OSHA or EPA violations in the past three years. Additionally, bidders must submit their Experience Modification Rate (EMR), which should be 1.0 or lower, verified by an insurance carrier or the National Council on Compensation Insurance (NCCI) for self-insured contractors. A “Determination of Responsibility” will be carried out based on the provided information and data from government safety databases, with failure to meet these guidelines potentially resulting in a designation of "Non-Responsibility." This requirement extends to all subcontractors, making prime contractors responsible for assessing their subcontractors’ safety records. The second page includes a form for bidders to document their safety records, including incident reports and the administration of safety programs. The intent is to ensure compliance with safety standards and protect public welfare in contract awards.
    The VA Notice of Limitations on Subcontracting outlines compliance requirements for offerors bidding on contracts for services and construction within the VA. Under 38 U.S.C. 8127(k)(2), contractors must adhere to specific subcontracting limits based on the predominant NAICS code. For service contracts, no more than 50% of the total government payments may go to firms that are not verified SDVOSBs or VOSBs. For general construction contracts, this limit is 85%, while for special trade contractors, it is 75%. Additionally, the certification emphasizes the legal implications of false representation and the potential consequences for failing to act in good faith. Offerors must also provide documentation for compliance verification upon request from the VA. The certification must be signed, dated, and included with proposals, as offers without this certification will be deemed ineligible for consideration. The overarching purpose of this document is to ensure that federal contracts support service-disabled veteran-owned small businesses, reinforcing informed procurement practices within the VA’s contracting process.
    This document outlines wage determinations for building construction projects in Cass County, North Dakota, under the Davis-Bacon Act. It specifies the minimum wage requirements applicable to contracts awarded on or after January 30, 2022, and between January 1, 2015, and January 29, 2022, influenced by Executive Orders 14026 and 13658, respectively. The wage for covered workers in 2024 must be at least $17.20 or $12.90 per hour, depending on the contract's start date. The document includes detailed prevailing wage rates and fringe benefits for various construction trades, such as boilermakers, electricians, and plumbers, alongside the identifiers indicating their source as union rates, survey rates, or state-adopted rates. It emphasizes contractor obligations regarding minimum wage adjustments and potential appeals related to wage determinations. It also addresses the applicability of Executive Order 13706, which mandates paid sick leave for federal contractors. Overall, the document serves as a crucial reference for contractors and agencies regarding wage compliance and worker protections, playing a significant role in federal and state contracting within the context of government RFPs and grants.
    The document outlines requirements related to staffing roles for a construction project, specifically addressing the Superintendent, Quality Control, and Site Safety positions. It raises the question of whether the Superintendent can concurrently fulfill the responsibilities of Quality Control and Site Safety. While two roles can be combined under the Superintendent and Site Safety Health Officer (SSHO) as stated in the scope of work (SOW), there is ambiguity regarding Quality Control, which is implied to require a separate individual by specific regulations. The recommendation suggests amending the safety requirements section to clarify that the roles of Superintendent, SSHO, and Quality Control can be held by a single person if necessary. This clarification is crucial for defining staffing responsibilities in compliance with safety and quality standards within government RFPs and grants, ensuring clarity in project execution and adherence to regulatory frameworks.
    The Project Select Roofing Replacement RFP seeks contractors for roofing work at the Fargo VA Health Care System, with an Invitation for Bid (IFB) identified as 36C26324B0004. The bid submission deadline is set for August 5, 2024, at 9:30 PM Central Time. The contracting officer assigned to the project is Zachary Koutz, with Noel Nyborg acting as the Contracting Officer Representative (COR). Additionally, an alternate COR is mentioned but not specified. The document indicates that a pre-bid site visit is part of the bidding process, encouraging prospective contractors to assess the site before submitting their proposals. The RFP emphasizes compliance with federal and local regulations, making it crucial for potential bidders to understand the requirements and scope of the project thoroughly. This initiative reflects the government's commitment to maintaining the infrastructure of facilities serving veterans, ensuring they receive appropriate care in a safe environment.
    The document outlines the Invitation for Bid (IFB) for the "Project Select Roofing Replacement 437-23-125" at the Fargo VA Health Care System, scheduled for July 9, 2024, at 2:00 PM CST. The primary contracting officer is Zachary Koutz, with Noel Nyborg serving as the Contracting Officer Representative. The pre-bid site visit is mentioned, indicating opportunities for bidders to examine the project conditions. This IFB is a formal request directed towards vendors and service providers, urging them to submit bids for a roofing replacement project, which reflects the federal government's ongoing commitment to maintaining and upgrading VA facilities. The emphasis on a pre-bid site visit suggests an intention to provide potential bidders with firsthand knowledge of the site, enhancing the quality of the proposals received. This initiative is part of the larger framework of federal grants and contracts aimed at ensuring the safety and functionality of infrastructure within government facilities.
    The document addresses logistics and responsibilities regarding a construction project involving the removal and replacement of insulation for interior rain leaders located behind a welded metal staircase. It questions who will handle the staircase's removal and reinstallation while indicating the contractor's duty to facilitate access to work areas. Additionally, it seeks clarification from the VA on which roof drains require after-hours work, as ductwork obstructing access needs to be addressed potentially through a Change Order. A preliminary list of roof drains and areas requiring special scheduling has been provided, highlighting that significant work will occur after hours in specific zones (Areas #3 and #6), while the remaining work can take place during regular hours with prior notice. The document serves as a request for clarifications and planning for effective execution of a significant construction project under federal guidelines, ensuring timely and safe management of renovations and infrastructure modifications typical in government-related Request for Proposals (RFPs).
    The document outlines various considerations and logistical details for an upcoming roofing project at a healthcare facility, focusing primarily on equipment and structural modifications required during construction. Key points include assessments of existing systems, such as the removal and capping of dry towers, temporary filter setups for operating rooms, and coordination of HVAC modifications. Specific roofing materials and methods (e.g., EPDM specifications) are discussed, along with requirements for core sampling to understand roof composition. There are also stipulations regarding the handling of existing equipment, maintaining operation where necessary, and ensuring safety protocols are followed. The document emphasizes the importance of coordination and communication with contractors, particularly concerning equipment storage and access points to minimize disruption. Ultimately, the purpose is to ensure a smooth transition during the roofing work while adhering to health and safety regulations in a sensitive environment.
    The document outlines the scope of a roofing replacement project for various areas at the Fargo VA Healthcare System located at 2101 Elm Street, Fargo, ND. This project entails the demolition of existing roofs down to the metal or concrete deck, installation of new roofing materials, and coordination with structural and mechanical components. Key areas specified for replacement include approximately 390 to 6,915 square feet across different roof sections, emphasizing proper drainage solutions, insulation depths, and installation of walking pads. The document lists critical responsibilities for the contractor, including managing HVAC and electrical disconnections and ensuring thorough planning and verification of all dimensions and areas. Important guidelines highlighted include maintaining overflow drain access, adhering to manufacturer installation requirements, and providing historical photographs of bare decks. This comprehensive replacement initiative reflects the government's commitment to maintaining facility integrity and safety standards, essential for effective infrastructure management in federal healthcare settings. The project aims to enhance sustainability and functionality while complying with relevant codes and regulations.
    The Price Schedule Breakdown Sheet outlines the financial aspects and categories of the Select Roofing Replacement project (Project Number: 437-23-125). It specifies various divisions involved in the construction process, including General Requirements, Existing Conditions, and various materials and systems, categorized under General Building Construction, Mechanical, Electrical, and Site Improvements. Each division has an associated subtotal, contributing to the overall project costs. A separate section is provided for any miscellaneous costs identified by the contractor. Ultimately, the document concludes with a calculation of profit, overhead, and the proposal's grand total. This structured pricing document is essential for bidders to provide accurate proposals in response to the government's Request for Proposal (RFP), ensuring transparency and accountability in the funding and execution of government-funded construction projects. The framework aids in evaluating project bids comprehensively, fostering competitive bidding practices while adhering to federal and state grant requirements.
    The document outlines supplemental instructions for a construction project at the Fargo VA Healthcare System (VAHCS) regarding the replacement of selected roofs, specifically the rake flashing on the fourth floor. This project is part of ongoing maintenance and upgrades at the VA facility located at 2101 Elm Street, Fargo, ND. The drawings referenced indicate the scale and detailed specifications needed for the roofing work, with planned completion by April 19, 2024. The instructions highlight the need for compliance with architectural standards and the importance of coordination with existing structures. This initiative reflects the federal government's commitment to maintaining healthcare infrastructure and ensuring safety and functionality in its facilities, aligning with the broader goals of federal RFPs aimed at improving veteran services through facility enhancements.
    Similar Opportunities
    Z2DA--Correct Fall Protection Deficiencies
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to address fall protection deficiencies at the Louis A. Johnson VA Medical Center in Clarksburg, WV, through the installation of ladder safety systems and roof guardrails. The project aims to rectify multiple fall hazards in Building 1, ensuring compliance with OSHA regulations and maintaining safety standards in an active medical environment. The contract is expected to span 165 days, with an estimated construction value between $500,000 and $1,000,000, and requires adherence to strict infection control measures and safety protocols. Interested bidders should contact Contract Officer Adam S. Bradford at Adam.Bradford1@va.gov for further details and must ensure their offers are valid for 120 days.
    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.
    Z1DZ--509 Window Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of 25 window panels at Building 509 of the Richmond VA Medical Center, specifically within the 3D Print Lab. The project requires contractors to manage all aspects of construction, ensuring compliance with VA standards, quality assurance, safety protocols, and infection control measures, all while minimizing disruption to healthcare services. This initiative underscores the VA's commitment to providing a safe and effective care environment for Veterans, with an estimated project cost between $25,000 and $100,000 and a completion timeline of 45 calendar days post-award. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers electronically by October 31, 2024, and can direct inquiries to Contract Specialist Donteana R Gibbs at Donteana.Gibbs@va.gov.
    Z2EZ--MPLS - SDVOSB Set-aside - Service - Replace Roll-Up Door
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of a malfunctioning roll-up door at the Minneapolis Veterans Affairs Medical Center (VAMC). This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the government's commitment to supporting veteran-owned enterprises while ensuring the necessary repairs are completed. The contract encompasses all labor, materials, and equipment required for the project, with a total value of approximately $22 million, and is scheduled to commence on November 15, 2024, extending through January 14, 2025. Interested contractors should contact Contracting Officer Joseph A. Bloomer at Joseph.Bloomer@va.gov for further details and to ensure compliance with federal procurement regulations.
    Z1DZ--523A5-24-010 Expansion Joint Corrections
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "523A5-24-010 Expansion Joint Corrections" project at the VA Medical Center in Brockton, MA. This project involves the replacement of existing expansion joints and the installation of new flooring, with an estimated contract value between $500,000 and $1,000,000, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The work must adhere to strict safety and operational protocols due to the presence of patients, and contractors are required to submit bids electronically by 2:00 PM EST on November 12, 2024, following a pre-bid site visit on October 22, 2024. For further inquiries, interested parties can contact Contracting Officer Heather M Libiszewski-Gallien at heather.libiszewski-gallien@va.gov.
    Y1DA--FY25: NRM (PROJ: 673-21-149) BB Convert 6 West to Private Patient Rooms
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a federal construction project aimed at converting the 6th-floor West Wing of the James A. Haley VA Hospital in Tampa, Florida, into private patient rooms. The project involves extensive renovations, including the complete demolition of existing structures, upgrades to mechanical, electrical, and plumbing systems, and minor asbestos abatement, all while adhering to strict safety and operational protocols to minimize disruption to hospital services. This initiative is crucial for enhancing the healthcare environment for veterans, ensuring compliance with federal regulations and safety standards throughout the construction process. The anticipated contract value ranges between $5 million and $10 million, with proposals due by 2:00 PM EST on November 4, 2024. Interested contractors should contact David M Hernandez at David.Hernandez1@va.gov for further details.
    Z1DA--607-22-101 Renovate Inpatient Ward 7B (VA-25-00007172)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of Inpatient Ward 7B at the William S. Middleton VA Hospital in Madison, Wisconsin. This project, classified as VA Project 607-22-101, aims to modernize hospital facilities with a budget ranging from $5 million to $10 million, prioritizing participation from service-disabled veteran-owned small businesses (SDVOSB). The renovation will encompass comprehensive upgrades across various construction disciplines, ensuring compliance with federal regulations and VA standards to enhance patient care environments. Bids are due via email by 12:00 PM local time on October 11, 2024, with a virtual bid opening scheduled for 1:00 PM on the same day. Interested contractors should contact Contracting Officer John J Meyers at john.meyers2@va.gov for further details.
    Y1DA--598-22-151 B170 FG Chilled Water Piping Replacement - POP 12/30/2024-12/29/2025
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of fiberglass chilled water piping in Building 170 at the Eugene J. Towbin Veterans Affairs Healthcare Center in North Little Rock, Arkansas. The project, identified as Project 598-22-151, requires contractors to provide all necessary labor, materials, and supervision to ensure compliance with safety and construction codes, with a performance period of 365 days following the Notice to Proceed. This initiative is crucial for maintaining the operational efficiency and safety of healthcare services provided to veterans, with an estimated contract value between $5 million and $10 million. Interested contractors must submit their proposals by the specified deadlines and direct inquiries to Contracting Officer Julius I. Jones at julius.jones@va.gov.
    Y1DA--Concrete Removal and Replacement Building 7
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the removal and replacement of concrete at Building 7 of the Doris Miller VA Medical Center in Waco, Texas. This project, exclusively open to Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves demolishing approximately 695 square feet of concrete and constructing a new slab with specific drainage and reinforcement features, all to be completed within a 121-day timeframe. The initiative underscores the VA's commitment to maintaining safe and operational infrastructure for its facilities, with a project magnitude estimated between $25,000 and $100,000. Interested contractors must submit their competitive quotes by 10:00 AM CST on November 8, 2024, following a mandatory site visit on October 18, 2024, and can direct inquiries to Contract Specialist Tailor E. Brown at Tailor.Brown2@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 opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) 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, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or (304) 263-0811 ext 7617.