Y1DA--Project # 596A4-19-106 - Construction to Upgrade Parking Garage Lighting/Replace Parking Garage Gates
ID: 36C24924R0079Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, 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 seeking a Service-Disabled Veteran-Owned Small Business (SDVOSB) to undertake Project # 596A4-19-106, which involves upgrading the parking garage lighting and replacing the parking garage gates at the Lexington Veterans Affairs Medical Center in Kentucky. The project includes the installation of LED fixtures, construction of a new security booth, and the management of multiple trades while ensuring minimal disruption to medical center operations. This initiative is critical for enhancing safety and operational standards within the facility, reflecting the government's commitment to maintaining high-quality infrastructure for veterans. The contract, valued at up to $2 million, requires bids to be submitted by September 10, 2024, with a mandatory site visit already conducted on August 15, 2024. Interested contractors can contact Contracting Officer Matthew R. Whisman at matthew.whisman@va.gov or by phone at 859-281-3883 for further details.

    Point(s) of Contact
    Matthew R. WhismanContracting Officer
    (859) 281-3883
    matthew.whisman@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks a Service-Disabled Veteran-Owned Small Business to upgrade lighting and replace gates in its Lexington parking garage. The firm-fixed price contract, worth up to $2 million, requires managing multiple trades and coordinating healthcare construction without disrupting medical center operations. Offerors must demonstrate relevant experience and an ability to meet tight deadlines. The lowest price technically acceptable bid will be evaluated based on healthcare construction management, technical approach, past performance, and price. Bids are due by September 6, 2024, with the project scheduled to commence within 110 days of award. A mandatory site visit is scheduled for August 15, 2024.
    This document serves as an amendment to a solicitation from the Department of Veterans Affairs, specifically under the Network Contracting Office 9. The amendment, identified as 0001, extends the deadline for proposal submissions to September 10, 2024, at 2:00 PM EST. Additionally, it includes vital documents such as a site visit sign-in sheet and answers to solicitation questions, which are attached for potential bidders. The amendment is issued in accordance with the authority specified in relevant federal regulations, ensuring that all terms and conditions of the initial solicitation remain unchanged except for the extended deadline. This is a typical procedural update in the context of government Requests for Proposals (RFPs), aimed at facilitating participation from interested contractors.
    The file details a wage determination for construction projects in Fayette County, Kentucky, specifying hourly rates and fringes for various crafts and classifications. It provides a comprehensive list of prevailing wage rates, ranging from asbestos workers to painters, along with corresponding union rate identifiers, survey rate identifiers, and state-adopted rate identifiers. The document also includes information on paid holidays, vacation pay, and executive orders related to minimum wage requirements for federal government contracts. Additionally, it outlines a hierarchical appeals process for challenges related to wage decisions, culminating in final decisions by the Administrative Review Board. Notably, the rates specified in the determination aim to ensure compliance with labor standards and provide a framework for contractor payments in construction projects within the specified location.
    The Statement of Work outlines Project # 596A4-19-106, which focuses on enhancing parking garage lighting and replacing garage gates. The general contractor will manage demolition, construction, and installation, closely coordinating with the Architect-Engineers from FFE, Inc. The project's scope encompasses renovations to entry islands, gates, and the guard booth, along with electrical and plumbing upgrades. Emphasis is placed on compliance with VA security protocols and a swift period of performance, scheduled to be completed within 180 calendar days.
    This file contains a Past Performance Questionnaire, used to evaluate a prospective government contractor. It seeks to assess the contractor's performance, quality of service, timely delivery, cost control, business relations, and overall satisfaction with previous contracts. The questionnaire is divided into sections for assessor and contractor information, with a focus on a specific project requirement for the Lexington VA Healthcare System. Assessors are instructed to rate the contractor according to a set scale and provide rationales for their evaluations. This information will likely inform a forthcoming contract award decision, helping the government evaluate the contractor's suitability and potential performance.
    The government solicitation seeks detailed pricing information from contractors for a comprehensive range of construction, installation, and equipment divisions. The project, titled "Upgrade Parking Garage Lighting/Gates," requires a finely detailed cost breakdown, avoiding lump sum prices, with divisions encompassing general requirements, existing conditions, concrete work, demolition, and asbestos abatement. Divisions also cover electrical, communications, and electronic safety systems, emphasizing thoroughness and clarity in pricing. Contractors must provide a meticulous breakdown by division, even if some categories are not directly applicable, ensuring a nuanced understanding of the project's financial requirements. This approach aims to enhance transparency and facilitate informed decision-making in the procurement process.
    The file details a construction project for the upgrade of the Lexington VA Health Care System's parking garage, specifically concerning the replacement of parking garage gates and the enhancement of lighting. The project, designated 596A4-19-106, is located at 1101 Veterans Drive, Lexington, KY. It entails partial demolition, alterations, and new work, emphasizing improved safety and accessibility. Notably, the plans include detailed phasing strategies to minimize disruptions to traffic flow and ensure continuous security during the construction process. This is reflected in the drawing titles, such as "Phase and Laydown Area Plan" and "Demolition Plans." The project's architectural and engineering records are comprehensive, covering site location maps, general notes, and various detailed drawings and elevation plans. The work is to be executed while adhering to strict guidelines, including infection control requirements, as evident in the ICRA Class III Requirements sheet. Bidders are expected to carefully review all documents, addressing any discrepancies and adhering to the specified timeline and phases.
    The file outlines a construction project for upgrading parking garage lighting and security at the Lexington Veterans Affairs Medical Center's Troy Bowling Campus in Kentucky. It involves replacing access gates, installing LED fixtures, and constructing a new security booth. The project is divided into three phases, with work focused on different areas of the garage. Bidders are required to visit the site by appointment and adhere to strict security protocols. The selected contractor will develop a detailed project schedule, following Critical Path Method techniques, and provide maintenance and operating manuals for equipment. This file specifies general requirements, security measures, work phasing, and scheduling mandates, offering a comprehensive overview of the project for potential contractors.
    The document is a site-visit sign-in sheet related to Solicitation #36C24924R0079 for Project #596A4-19-106, which involves upgrading the parking garage lighting and replacing parking garage gates. The site visit took place on August 15, 2024, with multiple contractors present, including representatives from A Total Solution LLC and Sempertak Inc., among others. Each attendee provided their name, signature, company affiliation, phone number, and email address. This sign-in sheet reflects the participation of various companies in a site visit that is likely a preparatory step for responding to a federal Request for Proposals (RFP). The scope of work suggested by the project includes improvements to infrastructure within a federal facility, indicating an emphasis on safety and modern operational standards as part of government funding allocations for such improvements. The presence of multiple contractors demonstrates competition and collaboration in fulfilling government requirements for facility upgrades. Overall, the document serves as a formal record of attendance and interest in the federal contracting opportunities outlined in the solicitation.
    The document contains responses to an RFP for Project # 596A4-19-106 concerning the installation of security and infrastructure systems at a VA facility. The key topics addressed include the contractor's responsibilities, specifics of the current card reader system, the badging process for contractors, and the requirements for electronic documentation and management. Card readers are to be provided by the contractor, specifically Tyco Software House ISTAR Panels. The contractor will undergo a VA orientation for badging without costs incurred. Essential queries regarding construction management software, document security, and safety oversight were also clarified, confirming that Procore is an acceptable platform for project management and document sharing. Furthermore, guidelines for equipment specifications, access to surveyors and engineers, and safety personnel roles are delineated, allowing flexibility for an experienced superintendent to double as the SSHO. These details emphasize compliance with VA regulations while ensuring a thorough understanding of contractor obligations, procedural requirements, and project safety measures. This document serves to streamline communication, clarify expectations, and facilitate the successful bid and execution of the project.
    Similar Opportunities
    Z1DA--541-23-209 Upgrade Facility Lighting VAMC Cleveland
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contract Office 10, seeks upgrades to lighting systems at the Cleveland VA Medical Center (LSVSMC), specifically on the third floor of the CARES Tower. The goal is to enhance lighting in patient rooms, corridors, and support areas while ensuring uninterrupted patient care through careful phasing and infection control measures. This combined synopsis and solicitation notice is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside with a Veterans' First Program mandate, requiring bidders to acknowledge receipt of the amendment by the initial deadline, August 14, 2024, which has since been extended to October 15, 2024. The upgrade project focuses on improving visibility in healthcare spaces, excluding areas like stairwells and undercabinet lighting. It entails careful planning, including demolition and the provision of labor, materials, and equipment, adhering to VA protocols, wage mandates, and "Buy American" statutes, with an expected contract value between $500,000 and $1 million. Contact Terence L James at Terence.James@va.gov or 216-447-8010 for more information. Offerors should note the extended bid deadline and provide a copy of the site visit sign-in sheet to be considered.
    R425--AE STUDY Parking Garage Assessment Patient and Staff/Visitor(VA-24-00063255)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an engineering study focused on the assessment of parking garages at the Southeast Louisiana Veterans Health Care System in New Orleans. The primary objective is to evaluate the structural integrity of the garages, particularly addressing issues related to concrete deterioration, scaling, and waterproofing, while also developing a comprehensive Condition Assessment Report within 30 days of the initial investigation. This project is crucial for maintaining the safety and functionality of parking facilities that serve veterans, ensuring compliance with federal standards and enhancing the overall care environment. Interested contractors, particularly verified service-disabled veteran-owned small businesses, must submit their proposals by September 18, 2024, with a total award budget of $25.5 million for the project. For further inquiries, contact Detric L Mayes at detric.mayes@va.gov.
    C1DA--New Radiation Oncology Design Lexington 596-335
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for a new Radiation Oncology Building at the Franklin R. Sousley VA Medical Center in Lexington, Kentucky. The project, estimated to cost between $10 million and $20 million, aims to enhance cancer care services for veterans and requires comprehensive architect-engineering services, including feasibility studies, design documentation, and construction support. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with qualifications due by 5:00 PM ET on October 16, 2024, and the anticipated award date in late January 2025. Interested firms must submit their qualifications via Standard Form 330 and can direct inquiries to Contract Specialist Bailey Donato at bailey.donato@va.gov.
    Y1LZ--605-353 Parking Structure Construction Minor Loma Linda VAMC (VA-24-00000683)
    Active
    Veterans Affairs, Department Of
    Presolicitation VETERANS AFFAIRS, DEPARTMENT OF is seeking bids for the construction of a new parking structure at the Loma Linda VA Medical Center in Loma Linda, CA. The project includes the construction of a four-level parking garage, general construction, alterations, roads, walks, grading, drainage, and other necessary items. The contractor must be properly licensed and bonded in the State of California or have equivalent licensing approved by the Veteran's Administration. The solicitation will be issued as an Invitation for Bid (IFB) and will be evaluated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The anticipated issuance date is late September 2023, with a performance period of approximately 548 calendar days. The magnitude of construction is between $10,000,000 and $20,000,000. All questions must be submitted in writing to joshua.slapnicker@va.gov.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    Z2DA--589-22-885 Expand Sterile Processing Service Space to Meet Requirements
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the project titled "Expand Sterile Processing Service Space to Meet Requirements" at the Kansas City VA Medical Center. This initiative aims to renovate approximately 18,000 square feet of space to enhance Sterile Processing Services, including significant alterations such as demolition, installation of new systems, and compliance with stringent safety and health regulations due to the active medical facility environment. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated contract value between $10 million and $20 million. Interested contractors must submit their proposals, including a safety plan and quality management documentation, by the specified deadlines, and can contact Contract Specialist David S. Sterrett at david.sterrett@va.gov for further information.
    Y1LZ -549-919 North Texas HCS Parking lot-Minor Construction (VA-25-00003565)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the minor construction of a new parking lot at the North Texas Health Care System's Veterans Resource Center in Dallas, Texas. The project entails clearing and grading the site, installing new pavement, security fencing, exterior lighting, and storm sewer line adjustments, with an estimated construction value between $2,000,000 and $5,000,000. This initiative is part of the VA's commitment to enhancing facilities for veterans while ensuring compliance with safety and environmental regulations. Interested contractors must submit a capabilities statement by September 23, 2024, to the primary contact, Johnna McGraw, at Johnna.mcgraw@va.gov, or the secondary contact, Dean Flanders, at dean.flanders@va.gov.
    Y1DA--Project Number: 561A4-21-101 Replace RF Unit Site Prep - Rm. 48 Lyons VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of the RF Unit and associated site preparation in Room 48 at the Lyons VA Medical Center in New Jersey, under Project Number 561A4-21-101. The project entails comprehensive construction tasks, including demolition, installation of new mechanical systems, plumbing, electrical work, and fire protection, all while ensuring minimal disruption to the facility's 24/7 operations. This initiative is crucial for modernizing healthcare technology and enhancing operational efficiency within the medical center. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their bids by October 8, 2024, following a pre-bid site visit on September 10, 2024, with an anticipated contract value between $500,000 and $1,000,000. For further inquiries, contact Contracting Officer Phillip D. Kang at Phillip.Kang@va.gov.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    Z1DA-- Construction Renovate Outpatient Pharmacy and HVAC, Mather 612A4-19-016
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of the outpatient pharmacy and HVAC systems at the VA Northern California Healthcare System in Mather, California. This project aims to upgrade the existing pharmacy space to enhance operational efficiency and workflow, addressing critical deficiencies in plumbing and mechanical systems while providing a state-of-the-art facility for patient care. The anticipated contract value is between $5 million and $10 million, with a performance period of approximately 426 calendar days from the notice to proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must be registered in the System for Award Management (SAM) and verified by the SBA's VetCert program, with proposals due following the solicitation release on or about August 29, 2024. For further inquiries, contact Rosario Chaidez at Rosario.chaidez1@va.gov or call 916-923-4548.