Y1QA--861CM3011: Facility Condition Assessment (FCA) Deficiencies Corrections Repairs, Mill Springs National Cemetery
ID: 36C78625B0010Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CEMETERY ADMIN (36C786)QUANTICO, VA, 22134, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)
Timeline
    Description

    The Department of Veterans Affairs is issuing a request for proposals (RFP) for a firm-fixed-price contract aimed at correcting deficiencies at the Mill Springs National Cemetery. The project involves renovating and expanding Maintenance Building 3001, repairing repaved asphalt roads, and ensuring compliance with local, state, and federal regulations, with a strong emphasis on sustainability and veteran-owned business participation. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $1,000,000 and $5,000,000 and a performance period of 270 days from the notice to proceed. Interested contractors must submit sealed bids by the specified deadline and can contact Clarelle Sylvain at clarelle.sylvain@va.gov for further information.

    Point(s) of Contact
    Claude HumphreyContracting Officer
    Claude.Humphrey@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a request for proposals (RFP) for a firm-fixed-price contract aimed at correcting deficiencies at the Mill Springs National Cemetery. The project entails renovating and expanding Maintenance Building 3001 and repairing repaved asphalt roads, ensuring compliance with local, state, and federal regulations. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires bidders to be SBA VetCert verified. The estimated contract value is between $1,000,000 and $5,000,000, with a performance period of 270 days from the notice to proceed. An organized pre-bid site visit is scheduled, and contractors must submit sealed bids by the specified deadline, including required documents such as a bid bond. The document outlines crucial information regarding eligibility, requirements for bonds, and conditions for subcontracting. Key provisions include assurance of a 100% SDVOSB compliance in subcontracting and adherence to the Buy American Act for construction materials. The comprehensive plan highlights the VA's commitment to supporting veteran-owned businesses while ensuring quality and regulatory compliance in construction endeavors.
    The document outlines an amendment to a solicitation for the Facility Condition Assessment (FCA) Deficiencies Corrections Repairs project at Mill Springs National Cemetery, managed by the Department of Veterans Affairs (VA). It specifies the administrative details, such as the need for contractors to acknowledge receipt of the amendment prior to submission deadlines. The primary change includes adding Clause 52.223-23 regarding Sustainable Products and Services, effective May 2024, with a deviation noted for February 2025. Despite these modifications, the Request for Information (RFI) and the closing date remain unchanged. It emphasizes that all other terms and conditions from the original solicitation remain in effect. This amendment aims to ensure compliance with sustainability standards while facilitating the correction of identified deficiencies at the cemetery. Overall, the amendment underlines the VA's commitment to maintaining high standards in operations and services while promoting environmentally sustainable practices.
    The document is an amendment to a government solicitation related to a project for Facility Condition Assessment (FCA) deficiencies and repair services at Mill Springs National Cemetery, administered by the Department of Veterans Affairs. The amendment modifies the price schedule by deleting specific sub-items (ITEM I through ITEM XIII) from the original bid proposal. Despite this change, the overall solicitation details, including the request for information (RFI) and submission deadline, remain unchanged. The contractor is required to provide management and labor for comprehensive construction services necessary to correct identified deficiencies, with a contract period of performance set at 270 calendar days from the notice to proceed. The contract will be awarded to the lowest responsive bidder based on the grand total base bid amount. This document showcases the government's structured approach to managing contract modifications within the framework of federal procurement processes, ensuring compliance and transparency in bidding procedures.
    The IFB Contractor Cost Estimate Worksheet is designed for contractors to prepare financial estimates for specific Task Order Projects within government contracts. The worksheet includes sections for various construction divisions, detailing unit measures, quantities, and costs. Each division from general requirements to specialized construction elements is accounted for, and contractors must provide lump sum estimates, marking any unused divisions with "N/A." Additionally, the worksheet requests input on overhead rates, profit margins, and any applicable insurance or bonding costs. The total construction cost is derived from subtotals across divisions, including mechanical, electrical, and plumbing components. This structured approach ensures all pertinent costs are captured to produce a comprehensive estimate for governmental projects. By facilitating detailed financial planning, the worksheet aids in maintaining budgetary integrity and clarity in project proposals, aligning with government procurement processes and compliance requirements.
    This document outlines the request for proposals (RFP) and construction specifications for the Mill Springs National Cemetery, specifically targeting deficiencies identified in the Cemetery Facility Condition Assessment (FCA). Managed by the U.S. Department of Veterans Affairs, the project, designated as VA Project No. 861CM30011, aims to improve infrastructure and facilities within the cemetery. The document details various divisions covering general requirements, existing conditions, construction materials, and methods, including demolition, concrete, masonry, and electrical work. It emphasizes compliance with safety regulations and environmental controls, including fire safety measures and waste management. Specific construction requirements detail responsibilities for the contractor, including site preparation, security, and adherence to schedules, underscored by the need for a network analysis schedule (Gantt Chart) for monitoring progress. Furthermore, it mandates engagement with the VA Contracting Officer's Representative to ensure alignment with project goals. Overall, this RFP reflects the federal government's commitment to maintaining national cemeteries and improving facilities for veterans while adhering to safety and environmental standards.
    This document outlines wage determinations for building construction projects in Pulaski County, Kentucky, effective January 3, 2025. It specifies compliance with the Davis-Bacon Act and relevant Executive Orders, dictating minimum wage rates based on contract inception dates. For contracts starting on or after January 30, 2022, a minimum wage of $17.75 per hour applies. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is $13.30 unless a higher rate is specified. The document details prevailing wage rates for various construction roles, including positions such as electricians, laborers, and ironworkers, alongside their corresponding fringe benefits. It specifies classifications that must adhere to union rates or state-adopted rates depending on local agreements. Moreover, it outlines the wage determination appeals process, instructing parties on how to contest decisions related to wage classifications and rates. This summary serves to inform contractors and workers of their wage obligations and rights under federal labor laws, ensuring compliance and fair labor practices in federally funded construction endeavors. The document is vital for maintaining workforce standards and regulations across government contracts.
    The document outlines the General Decision Number KY20250058, effective January 3, 2025, related to heavy construction projects in specific counties of Kentucky, including wage determinations under the Davis-Bacon Act. It clarifies the minimum wage rates contractors must pay their workers, contingent upon contract dates and renewal terms outlined in Executive Orders 14026 and 13658. The document provides detailed wage rates and fringe benefits for various construction classifications, including carpenters, laborers, and equipment operators, emphasizing the need for compliance with wage determinations and necessary classification requests. Also mentioned are requirements for paid sick leave for federal contractors under Executive Order 13706. The categories of wage rates are classified into union, survey, or state-adopted rates, along with an appeals process for wage determination disputes. This document serves essential guidance for contractors seeking to comply with federal wage laws as part of RFPs and funding from government grants, ensuring fair labor practices in public construction projects.
    The document outlines wage determination details for highway construction projects in Kentucky, under the jurisdiction of the Davis-Bacon Act. It specifies counties included in the projects and sets minimum wage conditions based on Executive Orders pertaining to federal contracts. Key wage rates and classifications for various construction roles are included, with distinct rates for union and non-union labor, alongside fringe benefits. The document emphasizes compliance with federal standards, highlighting the importance of the wage determination and appeals process for contractors and laborers. Notably, it mentions the requirement for paid sick leave for federal contractors as per Executive Order 13706. The outlined wage rates reflect the prevailing standards for labor in specific construction roles, ensuring fair compensation for workers involved in project execution, thus reinforcing worker protections and adherence to federal guidelines.
    The document outlines a construction project at Mill Springs National Cemetery, initiated by the National Cemetery Administration, scheduled for August 14, 2024. The project focuses on rectifying deficiencies identified in the facility condition assessment. Key stakeholders in the project include various engineering and architectural firms responsible for civil, landscape, mechanical, and irrigation works. The site encompasses 17 acres, with 0.167 acres to be disturbed, necessitating compliance with laws and regulations, including mandatory permit acquisition. The document stipulates detailed requirements for the contractor, including adherence to construction sequencing, public safety measures, coordination with cemetery services, and maintenance of access to grave sites throughout the construction period. Additional provisions emphasize the obligation to protect existing landscaping and site features, ensure the proper disposal of any hazardous materials discovered, and document pre-construction conditions. Overall, this project embodies the federal government’s commitment to maintaining and improving veteran memorial sites while implementing stringent regulations to safeguard the integrity and operations of the cemetery during construction activities.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for a project titled "Correct Cemetery FCA Deficiencies" at Mill Springs National Cemetery. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under solicitation number 36C78625B0010, with a response deadline of February 29, 2024, at 4 PM Central Time. The project involves renovations, general construction, and repairs, following the guidelines of Public Law 109-461, which mandates competition among SDVOSB firms. Bidders must be verified in the Veteran Small Business Certification database and registered in the System for Award Management (SAM) to be eligible. The anticipated value of the contract ranges between $1 million to $5 million, with a completion timeline of 270 days post-Notice to Proceed. All bids must be submitted through electronic means, and a site visit is encouraged before bid submission. Interested bidders should monitor the Contracting Opportunity website for updates and amendments to the solicitation. Questions regarding the project should be directed to the provided contracting officer's email. Overall, this presolicitation highlights the VA's commitment to supporting veteran-owned businesses while ensuring compliance with federal contracting standards.
    Similar Opportunities
    Z1QA--863-MM2325-010, Historic Lodge FCA Deficiencies Repairs, Mound City National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Historic Lodge FCA Deficiencies Repairs project at Mound City National Cemetery, specifically aimed at addressing various structural and aesthetic deficiencies. This procurement is exclusively set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes comprehensive repairs such as restroom renovations, window replacements, and roof rehabilitation, all while adhering to historical preservation standards due to the cemetery's significance. The project budget is estimated between $100,000 and $250,000, with a mandatory pre-bid site visit required for all interested contractors. Bids must be submitted via email to the designated contracting officer, Richard Adu, by March 18, 2025, at 2:00 PM EST, following an extension from the original deadline. For further inquiries, contractors can reach Richard Adu at richard.adu@va.gov.
    Salisbury National Cemetery Public Restroom Renovation and Columbarium Cemetery Expansion
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of public restrooms and the expansion of the columbarium at the Salisbury National Cemetery in North Carolina. This project, designated as 36C78625R0014, includes comprehensive construction services aimed at enhancing facility accessibility and functionality while ensuring compliance with federal regulations and maintaining the dignity of the cemetery. The estimated contract value ranges between $20 million and $30 million, with a specific set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by the specified deadlines, and for further inquiries, they can contact Daniel Kinney at daniel.kinney@va.gov or by phone at 402-830-4683.
    Z1QA--935-MM23/25-011, FCA Deficiencies Repairs, Omaha National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a Firm Fixed Price contract to address various deficiencies at the Omaha National Cemetery, specifically through the FCA Deficiencies Repairs project. The scope of work includes critical repairs such as fixing fire alarm system defects, addressing water damage, and upgrading plumbing and sidewalks, all while ensuring compliance with applicable laws and maintaining the cemetery's dignity. This project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires pre-bid site inspections to assess the necessary work. Bidders must submit their offers via email to the Contracting Officer, Richard Adu, by March 14, 2025, at 3:00 PM CDT, with a completion timeline of 91 days upon receipt of the Notice to Proceed. For further inquiries, interested parties can reach Richard Adu at richard.adu@va.gov.
    Massachusetts National Cemetery Janitorial Services Base and Four, One Year Options -- S201
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for janitorial services at the Massachusetts National Cemetery, with a contract duration of five years, including a base year and four one-year options. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 561720, emphasizing the need for sensitivity and respect in maintaining the cemetery's environment. The contractor will be responsible for a range of custodial tasks, adhering to high standards of service quality, particularly during significant observances like Memorial Day Weekend. Proposals are due by March 24, 2025, with a site visit scheduled for March 18, 2025, and interested parties should contact Antionette Collins at antionette.collins@va.gov for further information.
    Z1DA--REPAIR SEWER PIPING BLDG 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of a collapsed sewer line at the Salem VA Medical Center, with the project valued under $25,000 and set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes diagnosing the sewer issue, excavating, replacing the damaged piping, and restoring the affected areas, with a requirement that SDVOSBs perform at least 15% of the work using their own workforce. This initiative not only addresses critical infrastructure needs at the medical center but also supports veteran-owned businesses in the contracting process. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by March 25, 2025, with a public bid opening scheduled for March 26, 2025; a pre-bid conference will be held on February 26, 2025, for site inspection. For further inquiries, bidders can contact Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Springfield National Cemetery GM Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Springfield National Cemetery in Missouri. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure the cemetery's landscaping and groundskeeping are maintained to the highest standards. The services are crucial for preserving the dignity and appearance of the cemetery, which serves as a final resting place for veterans. Interested parties should contact Ralph Crum at ralph.crum@va.gov for further details regarding this sources sought notice.
    Y1DA--Northport Mill and Fill Project. No. 632-25-001
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Northport Mill and Fill Project" (Project No. 632-25-001) at the Northport VA Medical Center in New York. This federal contract involves the rehabilitation of three parking lots (A, C, and Q), totaling approximately 145,000 square feet, which includes asphalt removal, installation of new asphalt, and compliance with safety and accessibility standards. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has a funding magnitude between $500,000 and $1,000,000, with a bid submission deadline of 10:00 AM EST on March 17, 2025. Interested contractors should contact Contracting Officer Vladimir S. Stoyanov at vladimir.stoyanov@va.gov for further details and must ensure compliance with federal procurement regulations, including the Buy American Act.
    Z2AA--Headstone Maintenance Dallas Fort Worth
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for headstone maintenance services at the Dallas Fort Worth National Cemetery, specifically under solicitation number 36C78625R0022. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary resources for the installation, replacement, and maintenance of headstones and markers, ensuring compliance with the National Cemetery Administration's operational standards. This opportunity is crucial for maintaining the dignity and respect of the burial sites of veterans, with a contract period starting from April 1, 2025, to March 31, 2026, and four optional one-year extensions. Interested bidders must submit sealed bids by March 25, 2025, at 10:00 AM CST, and can direct inquiries to Contracting Officer Shane Hilts at Shane.Hilts@va.gov.
    Y1PZ--823CM3023, Irrigation Expansion, Rock Island National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the expansion of the irrigation system at Rock Island National Cemetery, identified as Project No. 821CM3023. This project aims to enhance the existing irrigation infrastructure by installing new waterlines and systems, ensuring compliance with VA and Illinois Department of Transportation standards while maintaining the cemetery's dignity and operational efficiency. The contract is exclusively available to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a budget ranging from $1 million to $5 million and a completion timeline of 365 days post-notice to proceed. Interested contractors should contact Contracting Officer Claude Humphrey at Claude.Humphrey@va.gov for further details and adhere to the bid submission deadlines outlined in the solicitation documents.
    Grounds Maintenance Service - Southern Utah National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services for the Southern Utah National Cemetery. The procurement aims to ensure the cemetery is maintained with the utmost respect and dignity, focusing on tasks such as grave excavation, headstone maintenance, turf care, and overall grounds management. This opportunity is critical for preserving the aesthetic quality and safety of the cemetery, which serves as a final resting place for veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must contact Brian Werner at brian.werner2@va.gov for further details, with the contract expected to span from May 15, 2025, to April 30, 2030, including options for renewal.