Z1DA--578-18-024 SCI Recreation Area Outdoor Construction
ID: 36C25224B0013Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

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 SCI Recreation Area Outdoor Construction project at the Edward Hines VA Hospital in Hines, Illinois. This project involves the construction of a multi-sport recreational court aimed at enhancing outdoor recreational therapy for Spinal Cord Injury veterans, with an estimated total cost between $1,000,000 and $2,000,000. The successful contractor will be responsible for site preparation, demolition, and construction, adhering to strict safety and compliance standards, including infection control measures and environmental regulations. Proposals are due by October 2, 2024, at 12:00 PM CST, and interested parties should direct inquiries to Donita Grace at donita.grace@va.gov.

    Point(s) of Contact
    Donita GraceContract Specialist
    (414) 844-4800
    donita.grace@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for the construction of a multi-sport recreational court located between Building 221 and Building 1 at the Edward Hines Jr. VA Hospital, Hines, IL. The total project cost is estimated to be between $1,000,000.00 and $2,000,000.00, specifically designated for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. Bids are due by 12:00 PM CDT on October 2, 2024, with a performance period of 240 calendar days following the award. Key requirements outlined in the RFP include performance and payment bonds, verifications of measurements, and compliance with federal wage rate determinations for construction. Offerors must respond to inquiries by a specified deadline and are encouraged to attend a site visit scheduled for September 10, 2024. The document emphasizes that all proposals must be submitted in hard copy, with clear labeling of the solicitation number and bid opening details. Additionally, contractors’ previous safety records and environmental compliance must be evaluated, and the bids will be assessed based on responsiveness and responsibility criteria. The solicitation also incorporates provisions adhering to the Buy American Act, requiring materials used in the project to comply with specified regulations.
    The Department of Veterans Affairs has issued a presolicitation notice for the construction project designated 578-18-024, focused on creating an outdoor multi-sport recreational court at the Edward Hines Jr. VA Hospital in Hines, IL. This facility aims to support spinal cord injury patients with a court suitable for various sports, including Boccia Ball, Basketball, Pickleball, and Shuffleboard. The total estimated cost for the project is between $1 million and $2 million, with a performance timeline of 240 days following the Notice to Proceed. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, ensuring that potential bidders verify their status as SDVOSB vendors and small business concerns under the relevant NAICS code, 236220. The solicitation will be available on the SAM.gov website by August 29, 2024, with a pre-bid conference scheduled for the week of September 9, 2024. All interested parties are encouraged to engage in this opportunity to enhance recreational facilities for veterans, reflecting the agency’s commitment to veteran care and support through infrastructure improvements.
    The document is an amendment to the Request for Proposals (RFP) for the SCI Recreation Area Construction project at the Edward Hines VA Hospital, identified by Project Number 578-18-024. Issued on September 11, 2024, this amendment (A0001) provides crucial updates to the solicitation. Key highlights include the scheduling of a second site visit for potential bidders, set for September 17, 2024, at 10:00 AM, at Building 2 (Clock Tower) of the hospital. The deadline for proposal submissions is established as October 2, 2024, at 12:00 PM CST. Contractors are reminded to acknowledge all amendments on the specified form and are advised to direct any questions regarding the solicitation to Donita Grace at the provided email. The amendment's issuance underscores the federal procurement process's structured approach, ensuring potential vendors are fully informed about changes while adhering to specified guidelines. It plays a critical role in maintaining clarity and transparency in federal contract opportunities, reflecting the government's commitment to fair competition.
    The document is a detailed building directory for the Hines VA Hospital campus in Illinois, designed to provide a comprehensive layout of the facility and its various components. It lists numerous buildings and services, including outpatient clinics, administrative offices, engineering shops, and recreational facilities. Key features such as emergency generators, patient services, storage tanks, and several departments including human resources and housekeeping are indicated. The campus map, dated October 17, 2015, outlines both the operational and recreational structures on the property, highlighting the extensive resources allocated to veteran care. This organized presentation aims to assist staff, visitors, and contractors in navigating the facilities efficiently, reflecting the VA's commitment to maintaining well-structured environments for healthcare delivery and support services.
    The VHA Infection Control Risk Assessment (ICRA) guidelines establish a comprehensive framework for assessing infection control risks associated with construction, renovation, and maintenance activities in VA facilities. The document identifies four activity categories (A to D) based on the scope and duration of work, ranging from minor inspections to large-scale renovations. Each category outlines specific operational criteria, including required precautions based on patient risk categories—ranging from low to highest risk areas. Facilities are instructed to use customized templates to detail affected areas and identify potential patient risk, which informs necessary infection prevention measures. The ICRA mandates specific infection control precautions, such as controlling dust, maintaining negative air pressure during work, and ensuring thorough cleaning post-activity. A structured permit system ensures that the appropriate infection prevention measures are enforced based on the assessed risk level. Overall, the document reflects the VA’s commitment to minimizing infection risks during construction activities to safeguard patient health and safety while undertaking vital facility upgrades.
    This document serves as a resource for applicants seeking to obtain a Department of Veterans Affairs (VA) ID Badge, which is essential for accessing VA facilities and systems. It outlines necessary steps, including a checklist to ensure applicants have two forms of identification that match and are valid. Applicants must also confirm they are sponsored within the VA system and schedule an appointment with a badge office. The ID issuance process involves completing a Special Agreement Check (SAC) and background investigations, with details varying based on employment length and type of access required. Responsibilities as a badge holder are emphasized, requiring an understanding of training provided by the VA. The document contains specific sections for submitting personal details, sponsor verification, and background check information, highlighting the importance of thorough verification of identity to maintain security. It underscores the impact of failing to provide required information, potentially hindering access to necessary facilities for employment or contractual duties. Overall, the document is structured systematically to guide applicants through the ID badge acquisition process while ensuring compliance with security regulations important for governmental operations.
    The document addresses the procurement process related to contractor parking arrangements for government projects. It outlines the essential requirements and guidelines for bidders to submit proposals, emphasizing the need for adequate parking facilities for contractors during project execution. Key points include the expected number of parking spaces, location accessibility, compliance with safety regulations, and measures to minimize disruption to regular traffic patterns. The document also stresses the importance of timely communication and coordination with local authorities to ensure smooth operations. Overall, the purpose is to facilitate a streamlined contracting process while ensuring that adequate parking solutions are in place to support government projects effectively.
    The Edward Hines Jr. VA Hospital document outlines the requirements for the installation and renovation of data and voice communication systems on its campus. This project encompasses the management, design, materials, labor, and equipment necessary to implement various connection jacks, cabling, and structural features essential for communication lines. Key requirements include installation standards following Systimax specifications, obtaining certifications for contractors, and ensuring comprehensive warranty coverage for installed systems. Critical steps involve proper labeling, cable management, and adherence to safety protocols, including fire ratings and infection control measures. Additionally, the document stipulates the importance of collaboration with the Hines Office of Information Technology (OIT) throughout all project phases. By setting high standards and utilizing approved materials and skilled personnel, the VA aims to enhance its communication infrastructure while ensuring compliance with regulations and safety protocols. This initiative reflects the VA's commitment to maintaining a modern and safe healthcare environment.
    The Hines VA Medical Center in Hines, Illinois, seeks contractors for its SCI Recreational Activity Area Project (#578-18-024) with bid documents issued on August 9, 2024. The project encompasses the demolition and construction necessary to prepare the site for new operations, with an emphasis on safety, quality control, and compliance with VA regulations. Key elements include general construction tasks, utility systems management, and the deployment of engineers and architects for oversight. The project requires a comprehensive logistics plan to manage site operations effectively, ensuring minimal disruption to the Medical Center's ongoing functions. Security protocols must be strictly adhered to by all personnel, with provisions for site access and equipment management clearly defined. The contract stipulates detailed responsibilities for the contractor regarding the handling of government-furnished equipment and compliance with environmental standards during construction. Overall, this initiative underscores the VA's commitment to maintaining and enhancing healthcare facilities while prioritizing safety and operational stability during project execution.
    The Hines VA Medical Center, located at 5000 5th Ave, Hines, IL, seeks to construct an outdoor sports court tailored for Spinal Cord Injury inpatients. This facility will accommodate multiple sports, including Boccia Ball, Basketball, Pickleball, and Shuffleboard. The project involves civil, structural, electrical, and plumbing engineering aspects, with particular attention to design codes and site conditions. Key features include a multisport court enclosed by a fence, shade structures to regulate temperatures, and a storage area within the facility's landscape. A new stormwater management system comprising rain gardens and an underground detention system will direct runoff appropriately. The electrical setup includes weatherproof outlets, enhanced site lighting, and a drinking fountain, requiring coordination with existing utilities. The estimated total construction cost is approximately $1,372,883, excluding contingencies and soft costs. The project represents a commitment to improving recreational activities and well-being for patients, emphasizing physical rehabilitation through sports engagement. This initiative aligns with the VA's broader goal of enhancing care environments for veterans.
    The document outlines a renovation project at the Hines VA Medical Center, specifically within the SCI Recreation Activity Area. It details the roles and responsibilities of stakeholders, including various engineers and designers involved, such as Guidon Design, Inc. and MES Group, Inc. The project involves extensive civil engineering work, including demolition, grading, and utility installation, underlining the necessity for compliance with local and federal regulations. Key highlights include the need for accurate utility location verification prior to construction, adherence to environmental protection standards, and specific requirements for erosion control and drainage during the construction process. The plans emphasize maintaining traffic flow during activities and protecting existing trees while ensuring the project aligns with the Americans with Disabilities Act (ADA) standards. The document serves as an informative resource for contractors and regulatory bodies about the project's scope, emphasizing construction safety, ecological considerations, and compliance with VA standards. Its integration highlights the government's commitment to improving facilities that serve veterans, showcasing a detailed approach to facility management and development.
    The document outlines the construction bid documents for a project at the Hines VA - SCI Recreation Activity Area in Illinois, under the U.S. Department of Veterans Affairs. The project focuses on the installation of a fabric canopy and includes detailed engineering plans and specifications for structural and electrical work. Key details include project descriptions, drawings, erosion control plans, and necessary construction practices aligned with safety and regulatory standards. The contractor must coordinate existing structures, verify site dimensions, and adhere to specific material and structural requirements. Emphasis is placed on the contractors' responsibilities for design integrity, material specifications, and safety measures throughout the construction process. The document serves as a guide for compliance and effective execution of the construction project, ensuring minimal disruption and adherence to federal guidelines.
    The document presents a concise representation of a government initiative related to RFPs, federal grants, and state/local funding opportunities. While the specific content appears to be obscure or non-standard (indicated by "5 = புழு"), it seems to suggest a focus on allocation processes for public funding or procurement methods. The context implies that agencies are seeking proposals or applications that meet defined criteria, possibly emphasizing transparency and efficiency in public resource management. Such documents typically outline objectives, eligible applicants, submission guidelines, and evaluation metrics crucial for assessing proposals. Overall, the document signifies the government's structured approach in engaging with community organizations or private sectors to fulfill public service obligations through financial support or projects aimed at societal improvement.
    This document serves as a utility legend for the identification of different types of buried utilities and infrastructure components relevant in civil engineering, transportation, environmental planning, and utility engineering/locating contexts. It categorizes various utilities with abbreviations that include buried electric (UE), buried telephone (BT), fiber optic cable (FOC), gas lines, water (W), steam (STM), and more. Additionally, it lists elements like electric pedestals, meters, storm inlets, and various manholes that are critical for infrastructure projects. The purpose of this legend is to facilitate communication and understanding among professionals involved in government RFPs, federal grants, and state/local RFPs by providing a standardized reference for locating utility lines and infrastructure. This is essential for planning construction projects, ensuring safety, and complying with regulations related to utility management and environmental impact. Such documentation plays a crucial role in project design, risk assessment, and execution, helping to streamline processes across governmental and engineering disciplines.
    The Preconstruction Checklist outlines the authority and responsibilities for a government project overseen by the Contracting Officer and the VA Project Manager. The Contracting Officer is the exclusive representative authorized to bind the U.S. Government, while the VA Project Manager handles technical supervision and inspections but cannot alter the contract. Contractors must submit a detailed progress schedule and a cost schedule within ten days of receiving the Notice to Proceed, which includes anticipated project timelines and work performance by their workforce. Payment requests will be made monthly, adhering to the Prompt Payment Act. Contractors are required to keep daily logs for verification of payrolls and ensure the safety and protection of the surrounding area during work. Changes to the contract can only be made by the Contracting Officer, with a structured process for proposals and change orders. A list of subcontractors must be submitted for approval, along with compliance to labor standards and wages. All correspondence related to the contract must include specific identifying information. This document serves as a guideline for the proper execution of federally funded projects, ensuring adherence to legal and regulatory requirements.
    The VA Hospital Policy Memorandum 578-12-138A-076 (R-2) outlines the updated protocols ensuring safety and health during construction activities at the Edward Hines Jr. VA Hospital. This document emphasizes the importance of protecting patients, staff, and visitors from potential hazards associated with construction operations. Key revisions include changes in responsible personnel and duties, such as designating titles within engineering services and stipulating mandatory construction safety training requirements. The policy mandates the formation of a multi-disciplinary Construction Safety Committee to oversee compliance with safety regulations, infection control measures, and environmental standards. Responsibilities are delineated across various roles including the Hospital Director, Engineering Service, Contracting Officer, and Construction Safety Officers, each tasked with specific oversight and training obligations. Additionally, the memorandum incorporates guidelines for risk assessments, addressing noise, air quality, and utility outages associated with construction. Enhanced procedures for waste management and environmental impacts are mandated, detailing compliance with federal and state regulations. This comprehensive directive reflects the VA's commitment to ensuring construction safety, mitigating risks, and maintaining the welfare of all individuals in and around VA facilities during construction projects.
    The VA Hospital’s Policy Memorandum 578-03-001-089 outlines safety protocols for cutting, welding, and other hot work within its facilities. The purpose of this policy is to minimize fire hazards during such operations, particularly in non-designated areas. Designated areas for hot work include specific service shops, while cutting and welding are prohibited in areas with explosive atmospheres or where sprinkler systems are impaired. Permits must be obtained at least 1-2 days prior to work in non-designated areas, and all operations must be supervised, especially for outside contractors during off hours. The Safety Section is responsible for oversight and authorization, while the Chief of Facilities Management ensures compliance and training for staff. Precautionary measures include removing combustible materials, maintaining a fire watch, and conducting inspections post-operation. The memorandum also references standards set by NFPA 51B and OSHA regulations. Overall, this policy emphasizes the importance of safety and regulatory compliance in hot work operations within the hospital to protect personnel and property.
    The Engineering Service Standard Operating Procedure (SOP) for the Dig Permit Program at the Edward Hines VA Hospital outlines the procedures and responsibilities for excavating work to prevent damage to underground utilities and infrastructure. The document identifies key roles, including the Engineering Service Chief, Project Planning Chief, and Dig Permit Program Manager, each responsible for overseeing compliance with the permit process. The SOP delineates the requirements for obtaining a Dig Permit, including contacting the Program Manager, preparing excavation sketches, hiring utility locators, and submitting the completed Hines Form 1532 for inspection and approval. The Program Manager is tasked with ensuring thorough checks of utility markings and maintaining records of permits for a minimum of two years post-excavation. The SOP emphasizes hazard mitigation and adherence to safety regulations, referencing relevant OSHA guidelines and VA documentation. This structured approach aims to facilitate safe excavation operations while safeguarding essential services at the hospital.
    The VA Hospital's Policy Memorandum 578-12-138A-079 establishes procedures for managing above ceiling entry and wall construction to ensure safety and infection control in the Hines, IL facility. Key requirements include obtaining permits prior to any construction activity, conducting thorough infection control risk assessments, and implementing mobile containment systems to prevent contamination in direct patient care areas. The document delineates responsibilities for Facilities Management Service (FMS) staff, contractors, and service managers to ensure compliance with safety standards, including maintenance of fire and smoke barriers. It emphasizes adherence to established infection control protocols during construction to protect patients from airborne contaminants and outlines necessary training and inspections to uphold these policies. By following this guidance, the VA seeks to maintain a secure environment while conducting essential construction work. The policy also notes that it will be recertified periodically to ensure continued relevance and adherence to evolving safety standards.
    The VHA Pre-Construction Risk Assessment (PCRA) template outlines the necessary steps and guidelines for assessing safety risks related to construction, renovation, and maintenance activities within healthcare facilities. It emphasizes the importance of categorizing activity types and associated risks to implement appropriate safety measures aimed at protecting patients, staff, and contractors. The assessment requires detailed planning, communication with affected areas, and customization to site-specific needs. The document specifies control measures corresponding to various activity types, such as inspection/upkeep, small-scale, and large-scale projects, which outline the necessary precautions, including site visits, hazard communication, and adherence to Occupational Safety and Health Administration (OSHA) regulations. It also necessitates coordination with adjacent areas to minimize disruption to ongoing operations, particularly in sensitive settings like patient care zones. Lastly, the PCRA stresses the need for an Infection Control Risk Assessment (ICRA) if applicable, ensuring comprehensive safety strategies that address infection risks alongside construction activities. In essence, the PCRA serves to establish a structured approach for maintaining safety and regulatory compliance during facility modifications while prioritizing patient and staff welfare.
    The VA Hospital's Policy Memorandum 578-02-001-088(R-3) establishes procedures for implementing Interim Life Safety Measures (ILSM) necessary during construction projects to mitigate life safety risks. The memorandum outlines responsibilities for various leadership roles, ensuring compliance with fire safety protocols and communications regarding construction impacts. The policy mandates that ILSM assessments occur prior to project initiation, with necessary documentation submitted and maintained throughout the project lifecycle. Specific ILSMs, such as maintaining unobstructed exits, accessibility for emergency services, and the functionality of fire protection systems, are prescribed to manage hazards effectively. The Safety Section oversees the implementation and enforcement of these measures, conducting inspections and training as warranted. Overall, this memorandum emphasizes the importance of safety in healthcare construction environments, ensuring compliance with established codes and protecting both personnel and patients from potential risks associated with construction activities.
    The document outlines the General Decision Number IL20240009, pertaining to construction wage determinations in Cook County, Illinois, effective from July 26, 2024. It summarizes requirements under the Davis-Bacon Act, emphasizing the necessity of adhering to minimum wage rates as mandated by Executive Orders 14026 and 13658, based on contract initiation and renewal dates. The wage rates and fringe benefits are detailed for various labor classifications in building, residential, heavy, and highway projects, including updated figures for skilled trades such as asbestos workers, electricians, and laborers. Specific guidelines for classifications that may not appear on the wage determination are included, stressing the importance of conformance requests. Additionally, the document highlights the appeals process for wage determinations, underscoring the responsibilities of contractors to provide paid sick leave and compliance with federal labor laws. This document serves a critical role in ensuring fair labor practices and wage compliance in federally funded construction projects.
    The Statement of Work outlines the construction of a multi-sport recreational area at the Edward Hines Veterans Affairs Hospital. This project aims to enhance outdoor recreational therapy for Spinal Cord Injury veterans, addressing the deteriorating conditions of existing facilities. The scope includes site preparation, demolition of existing structures, and the construction of a new court, all while ensuring minimal disruption to hospital operations and patient care. The document details various attachments, including safety protocols, environmental assessments, and construction specifications. Key objectives include completing the project in one uninterrupted phase, adhering to infection control measures, and coordinating with hospital staff to maintain operations during construction. Contractor requirements include obtaining necessary permits, submitting pre-construction plans, and ensuring all activities align with VA guidelines. The project is expected to be completed within 240 calendar days, with specific performance monitoring by government representatives to ensure compliance with safety and quality standards. Overall, this initiative reflects the VA's commitment to improving the quality of life for veterans through structured recreational opportunities.
    Similar Opportunities
    Z1DA--578-15-001 Install Patient Lifts Multiple Locations (Construction)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a firm-fixed-price federal contract, titled Z1DA--578-15-001, to procure and install patient lifts across multiple locations at the Edward Hines Jr. VA Hospital in Illinois. With a project value between $2 million and $5 million, the contract aims to enhance patient safety and improve healthcare operations by adding ceiling-mounted lifts in various wards. The project's complexity lies in its coordination with an active medical environment, requiring careful scheduling and adherence to strict infection control protocols. The VA seeks bids from experienced Service-Disabled Veteran-Owned Small Businesses, emphasizing safety and timely project completion. The bid deadline is 07/09/2024, with a projected contract start date within 470 days of award notification. This summary encapsulates the key details of the opportunity, providing a concise overview for potential bidders. Let me know if you would like any specific information regarding the files associated with this opportunity.
    Z1DA--Project 550-24-202 Demolish Buildings 31, 32, 33, 34, 37, 38, 75, 81, and 83.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the demolition of multiple buildings (31, 32, 33, 34, 37, 38, 75, 81, and 83) at the VA Illiana Health Care System in Danville, Illinois. The project requires contractors to provide all necessary resources, including labor, materials, and equipment, while adhering to strict safety, environmental, and operational standards, particularly concerning hazardous materials like asbestos. This initiative is crucial for maintaining a safe healthcare environment and facilitating future upgrades to the facility. The budget for this project is estimated between $500,000 and $1,000,000, with a completion timeline of 100 calendar days post-Notice to Proceed. Interested bidders must submit their proposals by September 11, 2024, and can direct inquiries to Contract Specialist Amber Jendrzejek at Amber.Jendrzejek@va.gov.
    Z1DA--578-17-012 Replace AHU Air Handling Units in Building 45 (VA-25-00004335)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to undertake the replacement of air handling units in Building 45 at the Edward Hines, Jr. VA Hospital in Hines, Illinois. Contractors will be responsible for providing all necessary tools, materials, labor, and supervision while adhering to federal, state, and local regulations, as well as VA-specific codes and safety policies. This project is critical for maintaining the hospital's operational efficiency and ensuring compliance with health and safety standards, with an estimated budget between $2 million and $5 million. Interested contractors must be registered in SAM.gov and verify their SDVOSB status with the SBA, with bids due on or about October 30, 2024, following a pre-bid site visit that will be announced in the solicitation package.
    Z2DA--537-17-115: SPS Construction Phase 2, 3 &4
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "SPS Construction Phase 2, 3 & 4" project at the Jesse Brown VA Medical Center in Chicago, Illinois. The project involves comprehensive renovations in the SPS Department, including air handling unit replacements, demolition, air system installations, duct modifications, and electrical revisions, with an estimated completion time of 371 calendar days following the issuance of a Notice to Proceed. This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran-owned enterprises in federal contracting. Interested parties must register with the System for Award Management (SAM) and submit their letters of interest by September 9, 2024, with the solicitation details expected to be posted on September 30, 2024, and the bid opening scheduled for November 22, 2024. For further inquiries, contact Joshua K. Jackson, Contract Specialist, at Joshua.Jackson4@va.gov or call 414-844-4800.
    692-CSI-101 New MRI Site Prep
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the "692-CSI-101 New MRI Site Prep" project, which involves site preparation for new MRI installations at the White City SORCC and Portland VA Medical Center in Oregon and Washington. The project requires extensive civil work, including site grading, utility adjustments, and the installation of modular MRI units, with a focus on adhering to safety and environmental regulations. This procurement is critical for enhancing medical imaging capabilities at the VA facilities, ensuring that veterans receive timely and effective healthcare services. Interested contractors should contact Meredith F. Valentine at Meredith.Valentine@va.gov or Helen Woods at Helen.Woods@va.gov, with proposals due by September 20, 2024, following organized site visits.
    Z1DZ--556-23-107: (CON) Campus-Wide Rekeying and PACS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the Campus-Wide Rekeying and Physical Access Control Systems (PACS) project at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The project involves upgrading access control for three domiciliary buildings and the VCS Canteen area, which includes the installation of new card readers, door hardware, and control panels, all to be completed within 180 days from the Notice to Proceed (NTP). This solicitation is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), and eligible bidders must be certified through the Veteran Small Business Certification database. The official solicitation will be posted on SAM.gov around September 3, 2024, and interested parties should ensure they are registered in the System for Award Management (SAM) for consideration. For further inquiries, contact Ryan McMillin at ryan.mcmillin@va.gov or Hudell Ballen at hudell.ballen@va.gov, with an estimated contract value between $1,000,000 and $2,000,000.
    Z2DA--506-21-705 EHRM Infrastructure Upgrades - Ann Arbor, MI - Construction (VA-25-00001864)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is planning a significant upgrade to the Electronic Health Record Modernization (EHRM) infrastructure at the Ann Arbor VA Medical Center. The VA aims to contract a single firm for this Firm-Fixed-Price construction project. The primary scope of work involves general contracting services for demolition, site preparation, and construction. This includes comprehensive services across architectural, fire protection, plumbing, mechanical, electrical, and telecommunication systems. The VA intends to issue an Invitation for Bid (IFB) for this service-disabled veteran-owned small business (SDVOSB) set-aside project in mid to late September 2024. The bid process will be conducted in accordance with FAR Part 14, with evaluations based on criteria that will be specified in the solicitation. It is estimated that the contract value will fall between $10 million and $20 million, and the project is expected to be completed within approximately 730 days from the issuance of the Notice to Proceed. Interested parties should prepare their bids according to the upcoming solicitation, which will outline key dates and evaluation processes. All questions should be directed to the issuing office via email, as telephone inquiries will not be accepted. The VA encourages potential bidders to carefully review the upcoming solicitation documents for all relevant details and instructions.
    Z1DA--550-24-206 Chiller and Air Handler Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of chillers and air handlers at the VA Illiana Health Care System in Danville, Illinois, under solicitation number 36C25224B0012. The project aims to upgrade existing mechanical systems to enhance facility operations, with a contract value estimated between $1,000,000 and $2,000,000, specifically reserved for CVE verified Service-Disabled Veteran-Owned Small Business firms. Interested contractors must submit their proposals by September 19, 2024, following a pre-bid conference held on August 20, 2024, and are required to comply with federal labor regulations and affirmative action goals. For further inquiries, potential bidders can contact Contract Specialist Amber Jendrzejek at Amber.Jendrzejek@va.gov.
    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 Memorial VA Hospital in Madison, Wisconsin, under project number VA-25-00007172. This project, with a budget ranging from $5 million to $10 million, aims to modernize hospital facilities while ensuring compliance with federal regulations and prioritizing participation from service-disabled veteran-owned small businesses (SDVOSB). The renovation will encompass comprehensive upgrades across various construction disciplines, including architectural, mechanical, and electrical systems, to enhance patient care environments. Interested bidders must submit their proposals electronically by 12:00 PM local time on October 11, 2024, and can direct inquiries to Contracting Officer John J Meyers at john.meyers2@va.gov.
    655-20-202 Atrium Renovation Bldg 22
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a comprehensive renovation of the atrium in Building 22 at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan. The primary goal is to enhance the atrium's functionality, aesthetics, and safety while ensuring the medical center remains fully operational during the construction process. Opportunity Overview This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, seeks to procure construction services for interior and exterior upgrades. The VA aims to award a firm-fixed-price contract with an estimated value of $45 million. Scope of Work The scope of work is divided into two phases and encompasses general construction, architectural adjustments, mechanical and electrical work, and finishes. Phase 1 includes: Installing exterior construction barriers and a gate Constructing temporary walls Selective demolition of existing interior elements Building an exterior canopy, sidewalk, and repairing pavement Constructing new interior walls and architectural elements Phase 2 requires: Demolishing the temporary construction wall Removing and replacing all flooring finishes The project has strict deadlines, mandating completion within 120 days of the notice to proceed. Contractors must adhere to detailed plans and specifications outlined in drawings and documents. Key Requirements Contractors must comply with OSHA and EPA regulations, attend a mandatory site visit, and meet small business size standards. They are responsible for providing a detailed project schedule, adhering to phasing plans, and ensuring compliance with strict safety and security protocols. Additionally, the installation of a HILTI firestop system is a critical requirement to maintain the Joint Commission accreditation. Eligibility Criteria Applicants for this SDVOSB set-aside must be verified in the VetCert registry. The VA will prioritize contractors with strong safety records, past performance, and experience in construction projects. Funding and Contract Details The estimated funding available for this project is $45 million. The contract type is a firm-fixed-price contract, and the solicitation document is Solicitation No. 36C25024B0058. Submission Process Interested parties should submit their applications by the deadline on July 31, 2024, at 11:30 a.m. EDT. The submission process includes a mandatory bid guarantee and performance bonds. The VA encourages contractors to ask questions prior to the deadline, with responses provided via amendments. Evaluation Criteria The VA will evaluate applications based on several factors. The primary evaluators are the contractor's safety records, past performance, and price. Technical aspects, including the technical approach, experience, and cost effectiveness, will also be considered. Contact Information For further clarification or questions, interested parties can contact Christina Shockey at Christina.Shockey@va.gov. Important Dates Key dates include a site visit scheduled for July 9, 2024, and the submission deadline on July 31, 2024.