Z1DA--Remodel Fort Wayne Chapel 610A4-22-203
ID: 36C25025B0010Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the remodeling of the Fort Wayne Chapel as part of project number 610A4-22-203, located within the Northern Indiana VA Healthcare System. The project requires contractors to provide all necessary labor, materials, and supervision to complete the renovations within 183 calendar days after receiving the Notice to Proceed, with an estimated budget between $500,000 and $1,000,000. This initiative is crucial for enhancing facilities dedicated to veteran care, ensuring compliance with federal regulations, safety standards, and environmental requirements throughout the construction process. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their proposals electronically by the extended deadline of March 7, 2025, and may direct inquiries to Contracting Officer Jeffery Hairston at jeffery.hairston@va.gov or by phone at 317-988-1528.

    Point(s) of Contact
    Jeffery HairstonContracting Officer
    (317) 988-1528
    jeffery.hairston@va.gov
    Files
    Title
    Posted
    The presolicitation notice details an upcoming construction project aimed at remodeling the Fort Wayne Chapel within the Northern Indiana VA Healthcare System. The solicitation, identified by number 36C25025B0010, is set to open for bids on December 6, 2024, with responses due by December 13, 2024. This opportunity is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to promoting veteran entrepreneurship. The project requires contractors to manage all aspects of construction, including labor, materials, and supervision, while adhering to specific infection control requirements. Notably, contractors may encounter hazardous materials during demolition, such as asbestos and lead-based paint, necessitating careful handling. The work is scheduled to be completed within 183 days of the notice to proceed, with an estimated project budget between $500,000 and $1,000,000. All details regarding the solicitation will be published on the SAM.gov website, and a site visit will be arranged prior to the solicitation's closure. Jeffrey Hairston, the contracting officer, can be contacted for further information via email. Overall, the notice outlines essential details required for interested parties to prepare and submit their bids effectively.
    This government file pertains to an amendment of a solicitation related to the Department of Veterans Affairs, specifically managed by the Network Contracting Office 10 in Indianapolis. The key purpose of the amendment is to clarify the due date for Requests for Information (RFIs), establishing that they must be submitted by 2:00 PM EST on January 21, 2025. Offerors are instructed to use the provided RFI attachment and send their submissions via email. Additionally, the document specifies that all other terms and conditions of the associated solicitation remain unchanged. It emphasizes the procedural requirements for submission, indicating that acknowledgment of this amendment is required prior to the specified deadline to prevent rejection of offers. This file exemplifies typical government processes regarding amendments to solicitations, ensuring transparency and clear communication among potential contractors.
    The document outlines a Request for Proposal (RFP) by the Department of Veterans Affairs (VA) for the remodeling of the Fort Wayne Chapel at the Northern Indiana VA Healthcare System. Key details include the solicitation number, type, and purpose of the project, which requires bidders to provide all necessary labor, materials, and supervision, with a completion deadline of 183 calendar days after receiving the Notice to Proceed. The project's budget is estimated between $500,000 and $1,000,000, and it falls under the NAICS code 236220 for commercial and institutional building construction. Bidders must submit a complete package electronically by the specified deadline, including relevant forms, certifications, and proof of small business status if applicable. The document emphasizes the importance of compliance with federal regulations regarding employment, subcontracting, and safety. It also specifies the need for adherence to environmental standards, labor wage rates, and potential hazard management during construction. A pre-bid site visit is scheduled to familiarize potential contractors with project requirements. The RFP reflects the VA’s intent to engage qualified contractors for critical infrastructure improvements while ensuring adherence to strict federal contracting standards and environmental responsibilities.
    The VA Northern Indiana Health Care System has issued a Request for Proposals (RFP) for the remodeling of the Fort Wayne Chapel, indicated by project number 610A4-22-203. The primary objective is to undertake substantial renovations while adhering to applicable safety codes and regulations. Key instructions for the general contractor include verifying existing dimensions, coordinating with the contracting officer's representative (C.O.R.), and ensuring the protection of current items during the demolition and construction phases. The project outlines strict guidelines for demolition, specifying the removal of various fixtures and materials while maintaining operational standards for the health care environment. All construction activities are expected to mitigate noise disruptions and ensure compliance with relevant federal authorities. New materials must meet or exceed industry standards. Documentation provided includes architectural plans, code and safety requirements, and a detailed demolition plan emphasizing the removal of non-structural elements while protecting infrastructure and utilities. This project is part of a broader initiative reflecting the VA's commitment to enhancing facilities for veteran care, ensuring that renovations contribute positively to both functionality and safety.
    The document outlines the specifications and requirements for remodeling the Fort Wayne Chapel within the VA Northern Indiana Healthcare System as part of VA Project No. 610A4-22-203. It details the responsibilities of the contractor, including site preparation, safety protocols, and project execution, with an emphasis on minimal disruption to ongoing healthcare operations. The project includes extensive renovations, necessitating compliance with federal and VA guidelines, and involves distinct sections addressing demolition, construction standards, materials, environmental protection, and utility management. A comprehensive project schedule must be developed adhering to critical path method principles, ensuring timely updates and coordination among all involved parties. Security protocols are stringent, requiring identification and compliance from all contractor personnel. The document also emphasizes the importance of documenting the project thoroughly through photographic records and maintaining communication with VA representatives, ensuring all operational, safety, and quality control standards are met throughout the construction period.
    The document outlines specifications for the Pinnacle Cove LED fixture, designed for architectural applications in commercial spaces. Key features include customizable color temperatures (ranging from 2700K to 4000K), options for individual fixtures or continuous rows, and several lumen outputs. The fixture is constructed from formed aluminum with a high-reflective aluminum reflector and designed for mounting in cove structures with a recommended minimum height of 10 inches. Drivers are available in several configurations with a lifespan of 50,000 hours. The Cove LED fixtures are suitable for dry and damp locations, meeting UL and cUL standards, and are compliant with the Buy American Act. The warranty covers the LED, driver, and fixture for five years. Additionally, multiple control solutions from different manufacturers are accommodated, allowing for advanced lighting management. This document serves as a vital resource for government entities and contractors bidding on projects involving lighting installations, emphasizing specifications that align with federal and local RFP requirements for quality and compliance.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically Network Contracting Office 10. The primary purpose of this amendment is to extend the deadline for bid submissions to March 7, 2025, at 2:00 PM EST, allowing bidders additional time to prepare their offers. While the bid submission deadline has been pushed back, all other terms and conditions outlined in the original solicitation remain unchanged. The amendment also notes that future communications will provide responses to any requests for information (RFIs) and details for a conference call regarding the bid opening. This modification adheres to the federal requirements governing contract procedures, ensuring transparency and clarity in the bidding process. The document is structured with clear sections for acknowledgment, background information, and the specific changes made, which are critical for stakeholders involved in government contracting.
    The document outlines an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 10 in Indianapolis, IN, for project number 36C25025B0010. This amendment serves three primary purposes: it provides a copy of the site visit sign-in sheet, extends the deadline for bid submissions to February 21, 2025, at 2:00 PM EST, and includes additional information regarding environmental requirements related to the project. It also notes that responses to requests for information (RFIs) are still being gathered and will be addressed in a forthcoming amendment. Importantly, all other terms and conditions of the solicitation remain unchanged. This amendment reflects the government's ongoing efforts to ensure transparency and compliance while facilitating the procurement process.
    The document outlines the Contractor Certification requirements for Project 610A4-22-203, focusing on the contractor's compliance with Occupational Safety and Health Administration (OSHA) regulations. It necessitates disclosure of any serious, willful, or repeat OSHA violations within the last three years, emphasizing that four serious, one repeat, or one willful violation could lead to the contractor being deemed non-responsible. Additionally, contractors are required to submit their current Insurance Experience Modification Rate (EMR), supported by a signed letter from their insurance carrier. The certification concludes with spaces for the contractor's signature, typed name, and title, reinforcing the importance of accountability and transparency for those bidding on government contracts. This document serves as a critical component in evaluating contractor qualifications in the context of federal and state procurement processes, ensuring that only responsible and compliant contractors are considered for government projects.
    The document outlines environmental requirements and procedures related to asbestos abatement services for a project managed by the Veterans Health Administration (VHA). Key points include the necessity for all waste documentation to be submitted to the Contracting Officer's Representative (COR) for inclusion in the VHA Waste Tracking system. It specifies that asbestos abatement services cannot be subcontracted and notes the acceptance of the Terracon Asbestos Inspection Report as a pre-construction survey, provided the work does not extend beyond concealed walls and ceilings. If further work is required, a comprehensive asbestos inspection must be conducted beforehand. Furthermore, the abatement firm must carry out a visual inspection to assess the quantity of asbestos materials requiring removal and submit necessary notifications to the Indiana Department of Environmental Management (IDEM). The document also confirms that the project's air quality will adhere to NESHAP regulations due to expected asbestos abatement, and anticipates general noise generation without exceeding thresholds. Overall, no significant environmental impacts were identified. This document serves as a guideline for maintaining compliance with environmental regulations during the course of the abatement project for federal and local oversight.
    The document is a Request for Information (RFI) related to the remodeling of the Fort Wayne Chapel, part of the Northern Indiana VA Healthcare System. It outlines the process for contractors to pose questions or seek clarifications regarding the solicitation, emphasizing the need for specific references to relevant specifications or drawings in all inquiries. The project is located at the Fort Wayne Campus in Indiana, and contractors are instructed to submit their inquiries to Jeffery Hairston, the Contract Specialist from the Department of Veterans Affairs. Responses to submitted RFIs will be published as amendments on SAM.gov, ensuring a structured communication process. The RFI ensures clarity in the project requirements and establishes a framework for contractor engagement, emphasizing adherence to specified guidelines for a timely and organized response from the government.
    The document outlines the Indiana General Decision Number IN20240002, which provides wage determinations for construction projects in various counties throughout Indiana. It emphasizes compliance with the Davis-Bacon Act, mandating adherence to minimum wage rates established under Executive Orders 14026 and 13658, depending on the contract dates. The file details specific wage rates and fringe benefits for various construction trades, including asbestos workers, electricians, boilermakers, bricklayers, laborers, and more. Each trade's compensation varies by county, reflecting regional labor market conditions. Additionally, it stipulates that contractors must submit requests for wage classifications not explicitly listed in the document. This summary aims to assist potential contractors and workers in understanding their compensation rights and obligations under federal law and state regulations for building construction contracts in Indiana. The document serves as a crucial resource to ensure worker protections and compliance with established wage laws in public works projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Renovate Building 16, 610-20-103
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 16 at the Marion Veterans Affairs Medical Center, identified as project number 610-20-103. The renovation aims to modernize the facility to house the VA Northern Indiana Health Care System's administrative and operational departments while ensuring compliance with safety and infection control measures throughout the construction phases. This project is particularly significant as it will enhance the operational capabilities of the VA, providing improved services to veterans. The estimated project cost ranges from $5 million to $10 million, with bids due by March 7, 2025. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), are encouraged to contact Christopher C. Lee at Christopher.lee33@va.gov or 317-988-1516 for further details.
    Z1DA--610-25-500 - MARION JOB AWARD CONTRACT (JOC).
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Z1DA--610-25-500 - Marion Job Award Contract (JOC), aimed at establishing a Job Order Contract for general construction services at the Northern Indiana Health Care Systems (VA-NIHCS) Marion campus. The selected contractor will be responsible for providing simplified construction, maintenance, alterations, and repair services for lower dollar value projects, with a performance period consisting of a base contract of twelve months and four additional ordering periods, totaling up to five years. This initiative underscores the VA's commitment to engaging Service-Disabled Veteran-Owned Small Businesses (SDVOSB/VOSB) while ensuring compliance with federal guidelines, including wage determinations under the Davis-Bacon Act. Interested parties must submit their proposals, including technical details and pricing schedules, to Contract Specialist Luke Turner at luke.turner@va.gov, with evaluations based on technical capability, past performance, and price.
    Z2DA-- Renovation of the 1D Clinic Project No: 671-22-157
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the 1D Clinic at the Audie L. Murphy VA Medical Center in San Antonio, Texas. The project requires contractors to provide all necessary labor, materials, and equipment for a comprehensive renovation covering approximately 1,310 square feet, with a focus on minimizing disruption to hospital operations and adhering to strict safety and infection control standards. This initiative is part of the VA's commitment to enhancing healthcare infrastructure for veterans, with an estimated construction cost between $500,000 and $1,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit bids by February 28, 2025, following a mandatory site visit on February 4, 2025, and are encouraged to direct inquiries to Contract Specialist Makarim Abdul-Jabbar at makarim.abdul-jabbar@va.gov.
    Y1DA--FY25: NRM (PROJ: 673-21-149) BB Convert 6 West to Private Patient Rooms
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the 6 West wing at the James A. Haley VA Hospital in Tampa, Florida, to convert the area into private patient rooms. This project involves comprehensive demolition and remodeling, including structural updates, mechanical, electrical, and plumbing work, with a strong emphasis on infection control and safety protocols during construction. The initiative aims to enhance patient privacy and care quality, reflecting the VA's commitment to improving healthcare environments for veterans. The estimated project cost ranges from $5 million to $10 million, and interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by the extended deadline of March 11, 2025, to the designated contracting specialist, David M. Hernandez, at David.Hernandez1@va.gov.
    Z2ND--Repair Steam Vents 583-25-517 (VA-25-00029929)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the repair of steam vents at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, Indiana. The project involves the removal of failed steam vent pipes, merging them into a single collector, and connecting it to an existing riser, with a completion timeline of 30 calendar days upon notification. This initiative is crucial for maintaining the operational safety and efficiency of the facility, particularly in light of the potential hazards posed by the failed pipes. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses, with a construction magnitude estimated between $25,000 and $100,000. Interested contractors should contact Contract Specialist Eric Sweatt at eric.sweatt@va.gov or 317-988-1511, and note that the deadline for bid submissions has been extended to March 5, 2025, at 1:00 PM EST.
    Z1DA--PN: 438-25-601, MV Loop 1 Repair (SF) IFB-Set-Aside- SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "MV Loop 1 Repair" project at the Sioux Falls VA Healthcare System in South Dakota, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing all necessary tools, materials, and labor to address deficiencies within the facility, with an estimated project cost between $100,000 and $250,000. This project is crucial for maintaining the operational integrity and safety of the healthcare facility, ensuring compliance with federal standards and enhancing service delivery to veterans. Interested contractors must submit their offers by March 13, 2025, following a site visit on February 25, 2025, and can direct inquiries to Contracting Officer Michael W. Freeman at Michael.Freeman3@va.gov.
    Z2DA--537-17-115: SPS Construction Phase 2, 3 &4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the construction renovation of the Sterile Processing Services (SPS) Department at the Jesse Brown VA Medical Center in Chicago, Illinois, encompassing phases 2, 3, and 4 of the project. The objective is to enhance the facility's operational efficiency and safety through significant renovations, including HVAC system upgrades, plumbing, and stringent infection control measures, with a total project cost estimated between $2 million and $5 million. This initiative is crucial for modernizing healthcare infrastructure, ensuring compliance with national standards, and improving sterile processing capabilities within the medical center. Interested contractors, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB), must submit their bids by March 17, 2025, following a pre-bid site visit on February 24, 2025; for further inquiries, contact Contracting Officer Stacy Hoover at stacy.hoover2@va.gov or 414-844-4830.
    Z1DA--Improve Sewer System and Water Loop 610-21-104
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the improvement of the sewer system and water loop at the VA Northern Indiana Healthcare System Marion Campus in Indiana. This project involves significant civil engineering tasks, including the removal and replacement of storm and sanitary lines, road repairs, and the installation of lift stations, with a contract value estimated between $5 million and $10 million. The initiative is crucial for enhancing the facility's infrastructure to better serve veterans while ensuring compliance with safety and environmental regulations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by February 28, 2025, with a public bid opening scheduled for March 27, 2025. For further inquiries, potential bidders can contact Contract Specialist Elizabeth A. Finley at Elizabeth.Finley1@va.gov.
    Z2DA--675-22-706A EHRM Infrastructure Upgrades Construction Viera VA Clinic
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the EHRM Infrastructure Upgrades Construction project at the Viera VA Clinic in Florida. This project, valued between $2 million and $5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves comprehensive construction work to modernize the clinic's electronic health record management infrastructure. Key requirements include providing all necessary tools, labor, and materials, with a completion timeline of 455 calendar days post-award, while adhering to strict safety and operational protocols to minimize disruption to ongoing medical services. Interested bidders must submit their offers by the extended deadline of March 18, 2025, and can direct inquiries to Contract Specialist Sharese H McKinney at sharese.mckinney@va.gov.
    Replace Fire Alarm System 610A4-20-107
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace the fire alarm system at the Fort Wayne Campus in Indiana. The project involves replacing an outdated fire alarm system that is no longer supported with a new, nonproprietary campus-wide system, including the provision of certified maintenance training for two VA personnel. This procurement is crucial for ensuring the safety and modernization of the facility's emergency response capabilities. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must respond by February 28, 2025, and can contact Colin Remes at colin.remes@va.gov or 614-388-7217 for further details.