Project 667-24-255 Building 55 Accessibility Ramp
ID: 36C25625R0002Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, 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
  1. 1
    Posted Nov 8, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 9:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for the construction of an accessibility ramp at Building 55 of the Overton Brooks VA Medical Center in Shreveport, Louisiana. This project aims to enhance access for veterans by replacing a raised landscaping area with a compliant ramp, adhering to VA Barrier Free Design Standards, and includes comprehensive services such as site preparation, demolition, and construction. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated budget between $250,000 and $500,000, with a performance period of 180 days. Interested contractors must submit their proposals by April 25, 2025, and can contact Tammy Saxon at Tammy.Saxon@va.gov or Jennings Herbst at Jennings.Herbst@va.gov for further information.

Point(s) of Contact
Tammy Saxon
(228) 523-5618
(CC Jennings Herbst)
Tammy.Saxon@va.gov
Files
Title
Posted
Oct 17, 2024, 8:40 PM UTC
The presolicitation notice outlines a Request for Proposals (RFP) for a design/build project focused on constructing an accessibility ramp at the Overton Brooks VA Medical Center in Shreveport, LA. This procurement is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under federal guidelines. The anticipated timeline includes the issuance of the Phase I RFP on or around October 18, 2024, with proposals due approximately 30 days later. The project budget ranges from $250,000 to $500,000, and the performance period is 130 calendar days post-notice to proceed. Offerors are required to confirm their SDVOSB status and provide specific documentation at the proposal submission. The RFP and related attachments will be available on SAM.gov, and amendments will be posted online. A single site visit will be held, and questions from prospective bidders should be submitted as outlined in the RFP. The notice underscores the government's commitment to supporting veteran-owned businesses while ensuring compliance with contracting regulations.
Mar 25, 2025, 10:06 PM UTC
The document outlines the requirements for federal contractors to submit performance relevancy surveys as part of the proposal for constructing an accessibility ramp at Building 55. Offerors must provide comprehensive details on up to five relevant projects completed within the last five years, including their role, project value, completion status, and any delays encountered. The document emphasizes the need for a thorough assessment of past performance, particularly liquidated damages, and encourages offerors to share corrective measures taken for any issues on prior contracts. Additionally, the offerors are instructed to highlight any awards, recognitions, and unique skills related to the project, including the roles of any subcontractors involved. A point of contact for verification and follow-up is also required. This structured information gathering aims to evaluate the suitability and capability of potential contractors, ensuring compliance with federal procurement standards and enhancing the overall quality of submissions to meet the project requirements.
Mar 25, 2025, 10:06 PM UTC
The file outlines the procedures for contractors to submit past and present performance questionnaires as part of the contract offer to the United States Department of Veterans Affairs (VA) for Project No. 667-24-255, which focuses on constructing an accessibility ramp at Building 55. Contractors must complete their information and send the questionnaires to reference contacts for evaluation. The reference contacts are instructed to assess the contractor’s performance on a scale from 1 (unsatisfactory) to 6 (exceptional) across several key performance indicators, including management capabilities, problem-solving skills, adherence to quality control, and overall responsiveness. The evaluation also requires a narrative for lower ratings and asks if the contractor ever received a notice for performance issues. The completed forms must be submitted to the VA's contracting office by a specified deadline, emphasizing the importance of timely and detailed feedback for contractor performance assessment. This document serves as a critical component in the vetting process for contractors bidding on federal projects, aiding in the selection of qualified vendors.
Mar 25, 2025, 10:06 PM UTC
The document outlines the requirements for subcontractors and teaming partners involved in the federal project, "Bldg. 55 Accessibility Ramp," under RFP No. 36C25625R0002. It emphasizes the necessity for these entities to consent to the release of their past performance information to the prime contractor. This consent is crucial for assessing their performance history, as the government is focusing on past performance to ensure best value in contract awards. Subcontractors must complete the consent form, providing their details, specific project roles, and references with contact information. The signed form facilitates discussions between the subcontractor and prime contractor regarding the subcontractor’s past and present performance during the source selection process. This procedure is part of the federal contracting framework aimed at ensuring transparency and accountability in subcontractor performance evaluations.
Mar 25, 2025, 10:06 PM UTC
The document outlines the requirements for evaluating contractors applying for the construction of an accessibility ramp at Building 55, as part of a federal procurement request (RFP). It seeks specific data from companies regarding their safety performance over the past three years, utilizing OSHA 300 forms to report man hours, workplace injuries, and relevant safety rates such as the DART rate. Contractors are required to disclose the administration of their Safety and Health Program and submit their current Insurance Experience Modification Rate (EMR), with additional documentation needed if the EMR exceeds 1.0. This information is crucial for assessing the safety records and practices of potential contractors, emphasizing the federal government's commitment to safety and compliance within federally funded projects. The structured format encourages transparency and accountability in contractor selection, ensuring only qualified companies undertake the project while adhering to safety regulations.
Mar 25, 2025, 10:06 PM UTC
The document pertains to the Surety Form required for the proposal package related to Project No. 667-24-255, which involves constructing an accessibility ramp at Building 55. It outlines the necessary information to be provided by the surety regarding the contractor's bonding history and financial reliability, including details such as the name and contact information of the surety, the contractor's bonding limit, and the contractor's rating. It assesses the contractor's past interactions with the surety, including any completed projects, instances of liability insurance denial, and complaints from subcontractors or suppliers. This information is essential for evaluating the contractor’s capability and reliability during the selection process of the government RFP, ensuring that only qualified bidders are considered for the project. Overall, the form emphasizes the importance of surety bonding in procurement processes related to federal infrastructure projects.
Mar 25, 2025, 10:06 PM UTC
This document pertains to a Request for Information (RFI) related to Project No. 667-24-255, specifically addressing the construction of an accessible ramp at Building 55. It outlines the protocol for submitting inquiries before the proposal submission phase, requiring all questions to be sent via email to a designated contact, Tammy Tynes. The RFI form includes fields for the company name, the individual submitting the question, their phone number, the date of the inquiry, and a section for up to 20 inquiries numbered sequentially. This structured approach aims to streamline pre-proposal communication and ensure clarity and organization in addressing bidder questions, a vital part of the procurement process. The document underscores the government's commitment to facilitating transparent and accessible communication for potential contractors, thereby enhancing the overall RFP process. The focus is centered on ensuring compliance with procurement regulations while enhancing the accessibility of federal facilities.
Mar 25, 2025, 7:05 PM UTC
Mar 25, 2025, 7:05 PM UTC
Oct 17, 2024, 8:40 PM UTC
The project at Overton Brooks VA Medical Center involves constructing an accessibility ramp for Building 55 (Specialty Clinic) to improve access for veterans. The scope includes demolishing existing landscaping along the building's main entrance and adhering to VA Barrier Free Design Standards for the ramp's design and construction. The contractor is responsible for site preparation, including all demolition and disposal of materials, while ensuring existing utilities are maintained and safely rerouted as necessary. The project mandates strict quality control and safety measures, requiring the contractor to submit a safety plan for approval. All work must occur within specified hours, and a site superintendent must oversee tasks, ensuring all activities are performed effectively. Weekly progress meetings and regular reporting on waste disposal are required for compliance. The total project duration is set at 180 calendar days, and clear guidelines for construction security, photography, and final documentation are established. This initiative demonstrates the federal commitment to enhancing accessibility in VA facilities while ensuring compliance with relevant standards and regulations.
Mar 25, 2025, 7:05 PM UTC
The Overton Brooks VA Medical Center is initiating a project to construct an accessibility ramp for Building 55, responding to increased accessibility needs. The project involves demolishing an existing raised landscaping area adjacent to the building's main entrance and replacing it with a compliant ramp according to the VA Barrier Free Design Standards. The contractor is responsible for site preparation, demolition of the landscaping structures, and maintaining utilities during construction. They must ensure that access to parking areas and other facilities is preserved as much as possible. Key contractor responsibilities include submitting a safety plan, conducting weekly progress meetings, and providing regular documentation of waste disposal. The contract has a performance window of 180 days, stating strict operation hours and security measures throughout the project duration. The VA will oversee compliance with safety and design standards but will not supervise day-to-day contractor operations. This project reflects the federal commitment to improving accessibility in healthcare facilities adhering to both safety and regulatory standards.
Mar 25, 2025, 10:06 PM UTC
Mar 25, 2025, 10:06 PM UTC
Mar 25, 2025, 10:06 PM UTC
The solicitation (36C25625R0002) from the Department of Veterans Affairs is for a construction project at the Overton Brooks VA Medical Center in Shreveport, LA. This project is specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves a two-phase design-build acquisition process. Interested contractors must submit proposals in two phases: Phase I includes a technical approach and qualifications, while Phase II focuses on a more detailed proposal from selected offerors after evaluation. Key submission requirements include registration as an SDVOSB, adherence to wage determinations, submission of bid guarantees, and compliance with safety regulations. The project’s estimated budget is between $250,000 and $500,000, and a comprehensive site visit is an option for potential bidders to ensure accurate proposals. The selection process emphasizes technical qualifications, past performance, and the proposed price. The bid evaluation will focus on the best value to the government, considering both price and non-price factors, including the technical solution and design concept. This solicitation exemplifies the government's effort to support veteran-owned businesses while ensuring rigorous standards for construction projects aimed at enhancing healthcare facilities for veterans.
Mar 25, 2025, 10:06 PM UTC
The Overton Brooks VA Medical Center is initiating a project to construct an accessibility ramp at Building 55 in Shreveport, Louisiana, aimed at improving access for veterans. The scope includes demolishing a raised landscaping area and replacing it with a compliant ramp designed according to VA Barrier Free Design Standards. Contractors will provide comprehensive services, including site preparation, demolition, construction, and quality control, while ensuring adherence to safety regulations. Key tasks involve proper disposal of debris, maintaining existing utility services, and preserving access to adjacent areas. The project requires coordination with utility companies for any disruptions and mandates regular progress reporting, site security, and detailed record-keeping. The performance period for this firm fixed-price contract is set for 180 days, with weekly progress meetings for oversight. The ultimate goal is to enhance facility accessibility and safety for the veteran population at the center.
Mar 25, 2025, 10:06 PM UTC
The document outlines the wage determination for construction projects in Caddo County, Louisiana, under the Davis-Bacon Act. It identifies the applicable minimum wages for various labor classifications on federal contracts, referencing modifications and adjustments based on recent executive orders. The document includes specific wage rates for roles such as electricians, plumbers, and laborers, alongside notes on contractor obligations concerning minimum wage and sick leave provisions as mandated by Executive Order 14026. It also details the process for appealing wage determinations and classifications. This summary serves to inform contractors and stakeholders in federal contracts about their obligations and the wage requirements necessary for compliance with federal regulations, specifically pertaining to construction projects in the specified region. The structure indicates a clear format detailing wage categories followed by compliance notes and procedural information, which is essential for contractors involved in federally funded projects.
Lifecycle
Title
Type
Presolicitation
Combined Synopsis/Solicitation
Similar Opportunities
648-22-108 Vancouver CLC Exterior Ramp and Access
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the construction of an exterior ramp and access improvements at the Vancouver Community Living Center located at the Portland VAMC in Washington. The project involves comprehensive site preparation, including the demolition and removal of existing structures, and the installation of new access ramps in accordance with provided specifications. This initiative is crucial for enhancing accessibility for veterans residing in the facility, ensuring compliance with safety and environmental standards throughout the construction process. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by April 7, 2025, with a project budget estimated between $250,000 and $500,000. For further inquiries, potential bidders can contact Colleen Nicholson at Colleen.nicholson@va.gov or by phone at 360-553-7650.
Z1DA--Project 667-25-185 CON Install VAV Boxes Surgery Storage
Buyer not available
The Department of Veterans Affairs is soliciting proposals for Project 667-25-185, which involves the installation of Variable Air Volume (VAV) boxes in the Surgery Storage area at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The project aims to enhance HVAC control to address temperature and humidity issues, ensuring a safe and functional environment for medical procedures. Eligible contractors must be certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be evaluated based on qualifications, past performance, and pricing, with a project value estimated between $50,000 and $100,000. Proposals are due by April 29, 2025, at 2:00 PM, and interested parties should contact Contracting Officer Beth A. Cook at Beth.Cook@va.gov or 228-354-7576 for further information.
Z2DA--CON Project #667-25-188 Abate Floor Mastic, Bldg 1 & Bldg 33
Buyer not available
The Department of Veterans Affairs is preparing to solicit bids for the abatement of floor mastic in Buildings 1 and 33 at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This project, designated as Project 667-25-188, requires the contractor to manage all aspects of the abatement process, including labor, materials, and supervision, while adhering to strict VA codes and regulations. The estimated construction cost for this project ranges between $250,000 and $500,000, and it is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must be certified as SDVOSBs and registered in the System for Award Management (SAM) to be eligible for the anticipated solicitation, which is expected to be published around April 11, 2025, with a response deadline of May 12, 2025, at 14:00 Central Time. For further inquiries, potential bidders can contact Contracts Specialist Keith Mainous at keith.mainous@va.gov or by phone at 601-618-0761.
Z2DA--Project 667-25-190 Install Isolation Valves, B1 (Con)
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to install isolation valves on the domestic water system at the Overton Brooks VA Medical Center in Shreveport, Louisiana, under Project 667-25-190. This project aims to enhance maintainability and minimize disruptions to patient care by installing valves at designated locations and managing asbestos piping in compliance with local and federal regulations. The anticipated construction cost ranges from $100,000 to $250,000, with the official solicitation expected to be issued around April 15, 2025. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must ensure they are registered in the System for Award Management (SAM) and certified as SDVOSB with the SBA, and they can direct inquiries to Contracting Officer JB Herbst at jennings.herbst@va.gov or by phone at 318-466-4884.
Z1DA--578-M25114 Building 12 Stairs Exterior Construction area for the exterior porch reconstruction
Buyer not available
The Department of Veterans Affairs is soliciting bids for the construction of exterior stairs at Building 12 of the Edward Hines Jr. VA Hospital in Hines, Illinois. The project involves repairing failing exterior stairs and concrete slabs, requiring the contractor to manage all labor, materials, and supervision to complete the work within 100 calendar days from the notice to proceed, with an anticipated construction duration of 50 days. This initiative underscores the government's commitment to maintaining safe facilities for veteran care, with a budget estimated between $100,000 and $250,000, and is exclusively set aside for verified Service-Disabled Veteran-Owned Small Business firms. Interested contractors must submit their proposals, including a signed Standard Form 1442 and detailed cost breakdowns, by April 17, 2025, with all inquiries directed to Contract Specialist Andrew Humulock at andrew.humulock@va.gov.
Z2DA--Project #667-25-200 Replace Building 55 1st and 2nd Floor Boiler (Con)
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for a contract to replace the 1st and 2nd floor boiler in Building 55 at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The project involves the complete removal and installation of a new heating hot water boiler, modernization of piping, and integration with the existing building automation system, with a construction cost estimated between $250,000 and $500,000. This initiative is crucial for maintaining operational efficiency and safety within the facility, ensuring that heating systems are reliable and up to code. Interested contractors must be certified as SDVOSBs and registered in the System for Award Management (SAM), with the official solicitation expected to be issued around April 18, 2025. For further inquiries, potential bidders can contact Contracting Officer Jennings Herbst at jennings.herbst@va.gov or by phone at 318-466-2241.
Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the renovation of public bathrooms at the Augusta VA Medical Center, aimed at improving patient safety and facility functionality. This construction project, designated as Project Number 509-23-101, involves comprehensive upgrades across seven floors, including plumbing, lighting, and finishes, while adhering to strict safety and accessibility standards. The contract, valued between $1 million and $5 million, is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by April 18, 2025, at 2:00 PM EST. Interested contractors are encouraged to attend a mandatory site visit on March 4, 2025, and should direct inquiries to Contract Specialist Pamela R Moffitt at pamela.moffitt@va.gov.
Z1DA--ENTRANCE/SECURITY DOORS AT 10C, 9D, 8C
Buyer not available
The Department of Veterans Affairs is seeking proposals for the furnishing and installation of entrance/security doors at the Samuel S. Stratton VA Medical Center in Albany, NY. This project, set aside exclusively for Service Disabled Veteran-Owned Small Businesses, involves demolition, site preparation, and the installation of specified security features, with a budget ranging from $25,000 to $100,000. The successful contractor will be required to complete the work within a mandatory 30-day period following the notice to proceed, with a site visit scheduled for April 10, 2025, and a bid submission deadline of May 5, 2025. Interested parties can contact Contract Specialist Tony Clemente at tony.clemente@va.gov for further information.
Z2DA--542-25-107 | Provide New Loading Dock Lift Building 13 | NCO 4 Construction East (VA-25-00031530)
Buyer not available
The Department of Veterans Affairs is preparing to solicit bids for the construction of a new hydraulic loading dock lift at the Coatesville Veterans Affairs Medical Center in Coatesville, PA, under project number 542-25-107. The procurement involves the fabrication of a pit, installation of a hydraulic lift with a minimum capacity of 6,000 pounds, and compliance with strict safety protocols and local building codes. This project is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a budget estimated between $100,000 and $250,000. Interested contractors should monitor the SAM.gov website for the solicitation documents, expected to be available around April 15, 2025, and may contact Contract Specialist Vanessa Chmielewski at vanessa.chmielewski@va.gov or 412-860-7204 for further information.
Pre-Solicitation Notice | Y1AA--598-23-106 B65 Structural Repairs-NLR
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the "Building 65 Structural Repairs" project at the Central Arkansas Veterans Healthcare System in North Little Rock, Arkansas. The project aims to address structural deficiencies in the basement of Building 65, requiring site preparation, demolition, and repairs to the reinforced concrete pan joist floor structure. This initiative underscores the commitment to utilizing veteran-owned businesses for federal construction projects, with an expected construction cost between $5,000,000 and $10,000,000. Interested contractors must register with VetCert and the System for Award Management (SAM), and the solicitation is anticipated to be issued as a Request for Proposals (RFP) on or about April 24, 2025, with a proposal submission deadline of April 18, 2025. For further inquiries, contact Victor McNair at victor.mcnair@va.gov or (479) 422-4803.