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 Set Aside (SDVOSBC)
Timeline
    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, designated as Project 667-24-255, aims to enhance access for veterans by replacing a raised landscaping area with a compliant ramp, adhering to VA Barrier Free Design Standards. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves a two-phase design-build process, with an estimated budget between $250,000 and $500,000. Interested contractors must submit their proposals by April 25, 2025, and can direct inquiries to primary contact Tammy Tynes at Tammy.Tynes@va.gov or secondary contact Jennings Herbst at Jennings.Herbst@va.gov.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document outlines General Decision Number LA20250001, which pertains to wage determinations for residential construction projects in various Louisiana counties, under the Davis-Bacon Act. It specifies minimum wage rates applicable to contracts awarded on or after January 30, 2022, and those awarded between January 1, 2015, and January 29, 2022. Contractors must adhere to the rates dictated by Executive Orders 14026 and 13658, with specified hourly wages for covered workers in the years 2025. The wage determination includes detailed classifications with accompanying wage rates and fringe benefits for various construction trades, including electricians, plumbers, sheet metal workers, and carpenters. These classifications reflect union-negotiated rates and may vary by parish. Additionally, the document explains the appeals process for wage determinations, involving initial decisions and further appeals if necessary. The overarching purpose is to ensure compliance with federal wage standards in publicly funded residential construction, promoting fair labor practices. The detailed wage requirements align with federal regulations and provide a framework for contractors and workers in Louisiana's residential building sector.
    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.
    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.
    This document is an amendment to the solicitation number 36C25625R0002 issued by the Department of Veterans Affairs, specifically administered by the Gulf Coast Veterans Health Care System. The primary purpose of this amendment is to cancel the solicitation entirely. It also informs potential offerors that the requirement will be resolicited under a new Request for Proposals (RFP) on or about August 18, 2025, with a focus on veteran-owned small businesses (VOSB) as set-asides. The amendment outlines the process for acknowledging receipt of the amendment for all bidders, emphasizing the importance of timely notification to prevent rejection of offers. All terms and conditions of the original solicitation remain unchanged, except for the cancellation. The contracting officer, Jennings (JB) Herbst, signed the document, affirming its legitimacy. This amendment illustrates the adjustments typically seen in government RFP processes and highlights the commitment to supporting veteran-owned enterprises within federal contracting opportunities.
    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.
    The document serves as an amendment to solicitation 36C25625R0002, issued by the Department of Veterans Affairs (VA) Gulf Coast Veterans Health Care System, related to the Design and Build of Building 55 Accessibility Ramp. Key updates include extending the deadline for receipt of offers to July 11, 2025, at 4:00 PM CDT. A mandatory site visit is scheduled for June 17, 2025, at 8:30 AM CST, at the Overton Brooks VAMC in Shreveport, LA, which serves as the only opportunity to inspect the project location. Contractors must submit any questions in writing by June 27, 2025, at 12:00 PM CST. The amendment reaffirms that all other terms and conditions remain unchanged. The document's structure follows standard government contract amendment protocols, detailing administrative modifications and important deadlines pertinent to potential bidders.
    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.
    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.
    This document is an amendment to a solicitation from the Department of Veterans Affairs (Project Number 36C25625R0002) concerning the Gulf Coast Veterans Health Care System. The primary purpose of the amendment is to post responses to Requests for Information (RFIs) and to provide details on topography grading. The amendment extends the due date for proposals while ensuring all other terms and conditions remain unchanged. Issued on March 25, 2025, the solicitation amendment was signed by Jennings Hebert, a contracting officer. Importantly, it specifies that acknowledgement of the amendment must be received by the designated office before the deadlines mentioned, highlighting strict compliance for bidders. Attached documents include RFI responses and specifics regarding the topography grading, crucial for contractors to proceed accurately with their proposals. This amendment is a critical communication in the context of federal procurement, reflecting ministerial adjustments while maintaining the integrity of the solicitation process. It ensures all prospective bidders are informed and can align their submissions accordingly.
    The document outlines essential grading and drainage requirements for a construction project, emphasizing erosion control and site management. All disturbed areas not covered by paving or landscape beds are to be seeded, fertilized, and monitored for erosion prevention. Silt fencing and appropriate water containment measures must be installed as needed to protect adjacent structures and prevent off-site migration of debris. The contractor is responsible for ensuring that mud and debris do not track onto roadways, and must remove any tracked materials if such incidents occur. This directive reflects standard practices for construction site management, ensuring compliance with environmental and infrastructural regulations, which is critical for federal and local government projects.
    The document addresses a Request for Information (RFI) related to the construction of an accessibility ramp at the VA facility, with responses to various inquiries from potential contractors. It establishes that the RFP will close on April 25, 2025. The contractor will not receive a topographic survey or geotechnical report from the owner, as these are not deemed necessary for the ramp construction. Additionally, the document clarifies that the Site Supervisor is not permitted to hold dual roles as Safety and Health Officer (SSHO) or Quality Control Manager (QCM) due to past issues with contractor role management. Thus, each role is to be filled by dedicated personnel to ensure compliance and efficiency. This document emphasizes the importance of clear guidelines and requirements during the proposal phase for contractors bidding on the project, reflective of the federal standards in managing construction projects.
    Lifecycle
    Similar Opportunities
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. The project entails the removal and replacement of an old trench cap, requiring contractors to provide all necessary labor, materials, equipment, and supervision while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the medical center, ensuring minimal disruption during construction activities. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, interested parties may contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of cart elevators in Building 163 at the Central Texas Veterans Health Care System in Temple, TX, under Solicitation Number 36C25726R0013. The project involves upgrading existing hydraulic elevators to new traction elevators, with a focus on maintaining safety and minimizing disruption to hospital operations during construction. This procurement is particularly significant as it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated value between $1,000,000 and $2,000,000. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a 93,200-square-foot gravel parking lot with 320 spaces at the Dayton VA Medical Center, as part of a project aimed at expanding staff parking. The contractor will be responsible for all labor, materials, and equipment necessary for site preparation, grading, gravel installation, and the placement of parking blocks, adhering to federal, state, local, VA, and OSHA standards. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated contract value between $250,000 and $500,000. Proposals are due by January 22, 2026, at 10:00 AM local time, and interested bidders are encouraged to attend a site visit on December 18, 2025. For further inquiries, contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.