Z1DA--PROJECT 544-21-119 INSTALL B10 PORCHES & CHARGING STATIONS
ID: 36C24724R0083Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs (VA) is soliciting construction and installation services for the W.J.B. Dorn VA Medical Center in Columbia, South Carolina. The project, titled "Construct B10 Porches and Charging Stations," aims to build porches and install electric vehicle (EV) charging infrastructure at the center, focusing on historical preservation and accurate renovation work.

    The scope of work involves the demolition of existing structures and the installation of new porches, ensuring adherence to detailed technical specifications. The contractor will be responsible for the turn-key delivery of the project, including materials, equipment, and labor. They must strictly follow VA directives, OSHA safety standards, and historical preservation guidelines. The work requires a meticulous approach, involving the reinstallation of ornamental railings, columns, and trim work. Additionally, the contractor will excavate and lay conduits and devices for EV charging stations, creating a fully functional system.

    The VA expects applicants to demonstrate expertise in historical renovations and an understanding of the project's unique challenges, including work phasing and material procurement. The agency seeks a firm-fixed-price contract, with a base period of 365 days and an estimated value between $1 million and $2 million. Contractors must provide a comprehensive solution, adhering to a strict 365-day timeline and ensuring compliance with extensive interior and exterior renovations, including structural, electrical, and mechanical systems upgrades.

    To be considered for this opportunity, applicants must meet several eligibility criteria. The VA prioritizes Service-Disabled Veteran-Owned Small Businesses, requiring them to provide relevant certifications. Additionally, bidders should have extensive experience in construction projects, particularly those involving historical renovations and VA facilities. This experience should be clearly documented in the application.

    The VA will carefully evaluate applications based on several criteria. Technical expertise and past performance on similar projects are highly important, as is compliance with the specified requirements. The electrical experience of the prime contractor or subcontractors will also be assessed. Applications should be submitted in a specified format, divided into three volumes: Technical, Price, and Administrative. The Technical volume should showcase the applicant's relevant experience, capabilities, and approach, limited to 15 pages. The Price volume requires a detailed cost breakdown, while the Administrative volume entails necessary certifications and representations.

    The submission deadline is crucial, with offers due by August 6, 2024, at 4:00 PM EST. Applications received after this deadline will likely be disqualified. To obtain further clarification or ask questions, interested parties can contact the primary point of contact, Zaire R. Naylor, whose email is provided in the solicitation documents.

    This summary provides an overview of the key aspects of the opportunity, combining information from the government listing and associated files. For more detailed information, additional file summaries are available upon request.

    Point(s) of Contact
    Zaire R NaylorContracting Officer
    Zaire.Naylor@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks a Service-Disabled Veteran-Owned Small Business to complete construction and installation projects at the William Jennings Bryan Dorn Veterans Affairs Medical Center in Columbia, South Carolina. The primary goal is to build porches and install EV charging stations, adhering to historical building renovation requirements. Offerors must demonstrate expertise and understanding of the project's challenges, including work phasing and material procurement strategies. The proposed firm-fixed-price contract has a base period of 365 days and an estimated value between $1 million and $2 million. Prospective contractors must submit their proposals electronically, divided into three volumes: Technical, Price, and Administrative. The Technical volume should detail the offeror's relevant experience and approach, limited to 15 pages. The Price volume should include a complete cost breakdown, with division pricing for a single line item. The Administrative volume requires several certifications and representations, including annual representations and a Post-Award Small Business Program Representation. Proposals must be received by 4:00 PM EDT on August 6, 2024, and the lowest priced technically acceptable offer will be evaluated for award.
    The Department of Veterans Affairs issues an amendment to a previous solicitation for contractors to assemble a two-story porch for the W.J.B. Dorn VA Medical Center in Columbia, South Carolina. The amendment provides a new specification attachment detailing requirements for the porch assembly, while keeping all other terms and conditions unchanged. Offerors must acknowledge receipt of this amendment and have until August 6th, 2024, at 4:00 PM EST to submit their offers.
    The Department of Veterans Affairs issues an amendment to a previous solicitation for the Porches Systems and EV Charging Stations project. The amendment relaxes the page limit restrictions for the price volume, incorporates a revised pricing schedule including a deductive alternate option, and provides responses to Request for Information (RFI) questions. The primary objective of this procurement remains the provision of materials, equipment, and labor for constructing porches and installing EV charging stations at the VA Medical Center. The base period of performance is highlighted, with a potential extension if the deductive alternate option is exercised. Offerors are required to acknowledge receipt of this amendment, and those wishing to change their previous offers can do so before the specified deadline. The amendment does not alter other terms and conditions of the original solicitation.
    Procurement Objective: The W.J.B. Dorn VA Medical Center in Columbia, South Carolina, is seeking construction services for the "Construct B10 Porches and Charging Stations" project (Project Number: 544-21-119). The project involves building porches and installing charging stations, with a focus on historical preservation and electrical work. Specifications and Requirements: The project has specific requirements for historical preservation, including the reinstallation and finishing of ornamental railing with all decorative components. Electrical experience is essential, with the subcontractor's experience documented in the proposal. Scope of Work: The contractor will be responsible for constructing porches and installing charging stations, ensuring compliance with specifications and drawings. They will also address any issues with historical trim work and ornamental railing. Contract Details: Not specified in the provided text. Key Dates: Offers are due by August 6, 2024, at 4:00 PM EST. Evaluation Criteria: Proposals will be evaluated based on technical expertise, experience in similar projects, and compliance with the specified requirements. The electrical experience of subcontractors will also be considered. In summary, the W.J.B. Dorn VA Medical Center is seeking construction services for a project that involves building porches and installing charging stations. The project has specific historical preservation and electrical requirements. Contractors will be responsible for ensuring the work complies with specifications, drawings, and the scope of work. Offers must be submitted by the specified deadline, and they will be evaluated based on relevant expertise, experience, and their ability to meet the project's unique needs.
    Solicitation 36C24724R0083 seeks a contractor to provide electrical charging infrastructure. The focus is on installing and supporting electric vehicle charging stations. The government seeks a detailed technical proposal, relaxing the page limit for pricing details. An important requirement is the electrical experience of the prime contractor, which can be supplemented by subcontractors, but must be thoroughly documented in the proposal. The SSHO position requires a separate qualified individual from the prime contractor's team, according to the specification section 01 35 26. The solicitation also emphasizes a review of the past three years' performance, using a provided EMR form, with 2024 being a typographical error. Offerors should take note of the revised pricing schedule, which accounts for a deductive alternate option.
    The government seeks a contractor to construct new porches and install electric vehicle charging stations at the Columbia VA Health Care System's Building 10. The main deliverable is the replacement of the building's porch system, including the east, west, and north porches, with a focus on ensuring historical accuracy and minimizing damage to the existing facility. The contractor will also install EV charging infrastructure, excavating and laying the necessary conduits and devices. They must follow strict safety and badging procedures on the VA premises. The desired result is a fully operational EV charging system and renovated porches. This project has a 365-day timeline, with key tasks including site preparation, demolition, construction, and final inspections. Contractors must abide by VA directives and OSHA safety standards. The evaluation of proposals will likely prioritize factors such as technical merit, past performance, and price. Key dates and other administrative details can be provided in a separate summary or as an addendum.
    The government seeks to procure construction services for the renovation of the W.J.B. Dorn VA Medical Center Building 10 in Columbia, South Carolina. The objective is to repair and enhance the building's porch system and install new charging stations. The project involves extensive interior and exterior renovations, including structural modifications, electrical and mechanical systems upgrades, and finishes. Detailed drawings and specifications outline the scope, emphasizing architectural adjustments, life safety plans, and site considerations. The work requires careful attention to historical elements, with the building's historic columns, railings, and cornice trim needing reinstallation. New features include copper scuppers, pendant lights, and a temporary construction entrance. The project has strict guidelines, including meeting federal and local code requirements, VA directives, and accessibility standards. The contract, valued at around $2.4 million, is expected to be a firm-fixed-price agreement. Key dates include a submission deadline of March 2024, with a projected completion date of November 2024. Evaluation criteria will prioritize cost-effectiveness, compliance with regulations, and the quality of the renovation. Contractors will be expected to demonstrate experience in historical renovations and VA construction projects.
    The procurement objective of this file pertains to the W.J.B. Dorn VA Medical Center's requirements for constructing new porch systems and installing electric vehicle charging stations. The project, labeled Building B10 porch replacement, seeks to renovate the medical center's existing structures. The scope involves demolishing existing elements, preparing the site, and constructing new porches, adhering to detailed technical specifications. This includes using specific materials like cement, concrete, and TPO roofing, along with electrical installations for charging stations. Contractors will also need to provide temporary utilities and security measures during the construction period. The file emphasizes detailed scheduling and planning, with multiple sections dedicated to creating and maintaining a Critical Path Method (CPM) project schedule. This schedule will guide the phasing of the project, including VA facility vacating and the sequential installation of the porches. VA approval will be required for all submissions, with clear deadlines outlined for contractor responses to VA requests. Key dates include a 14-day period for the contractor to submit an interim schedule after receiving the notice to proceed, and a 30-day window for VA feedback on the schedule. Monthly progress meetings are also mandated to update the schedule and review job progress. Evaluation criteria are not explicitly mentioned in the file, but it's reasonable to assume that the VA will prioritize factors like experience in medical facility construction, ability to adhere to the stringent schedule, and cost-effectiveness.
    The government agency seeks detailed information about contractors' past performance on relevant projects. Contractors are required to submit up to five comprehensive documents outlining their performance history. The focus is on projects similar in scope, complexity, and cost to the present contract, with preference given to ongoing or very recent endeavors. The PRQ (Performance Relevancy Questionnaire) demands contractors provide a clear description of their efforts as either a prime contractor or subcontractor, including contract numbers, values, and completion dates. Additionally, contractors must detail the work performed, highlighting elements comparable to the proposed project. The agency encourages contractors to disclose any problems encountered and explain their corrective actions. This information will be meticulously evaluated to assess the similarity of the projects and determine the contractors' suitability for the current solicitation. The agency seeks to award contracts to experienced vendors who demonstrate a track record of success in relevant endeavors. Contractors should provide robust evidence of their capabilities within the given timeframe to enhance their chances of selection.
    The government agency seeks a contractor to provide safety and environmental evaluation services. The focus is on assessing record-keeping practices and performance related to occupational safety. Contractors must supply information from their OSHA 300 Forms for a comprehensive evaluation. Specifically, data on man-hours worked, work-related injuries, and safety violation records for the past three years are required. This information will be used to assess the contractor's ability to maintain a safe work environment and comply with occupational health and safety standards. The solicitation number is 36C24724R0083, and the agency requests that companies provide the aforementioned details using the specified form.
    Each of these government files contains requests for proposals with a focus on procuring innovative solutions to enhance public safety and security. The primary objective of the first RFP is to acquire advanced body armor for law enforcement personnel, prioritizing comfort, flexibility, and protection against various threats. The chosen vendor will need to supply a specified quantity of armor within a set timeline. The second file seeks proposals for designing and implementing a comprehensive security system for critical infrastructure facilities. The solution should integrate cutting-edge technologies like AI and machine learning for enhanced threat detection and response. The scope includes installing physical security equipment and providing cyber security measures. The third RFP aims to improve emergency response capabilities by procuring a customizable and scalable mass notification system. This system should enable rapid communication during crises, supporting multiple channels and languages. Respondents should detail their technical approach, system features, and implementation plans. All RFPs emphasize the government's need for cutting-edge, reliable solutions, with evaluation criteria focusing on the effectiveness and uniqueness of the proposed products or services. Vendors must demonstrate their ability to meet stringent quality and performance standards, with delivery and support considerations also playing a crucial role in the selection process.
    The government seeks to procure extensive materials and components for a two-story porch assembly project. This comprehensive list includes various parts required for the project's east, north, and west sections. The main objective is to acquire wooden structural elements, including columns, beams, and railings, with a focus on detailed craftsmanship and decorative mouldings. The parts list specifies the quantity and location of each component, covering wall and round columns, balustrade sections, decorative panels, and mouldings. Bidders will need to supply these elements precisely as detailed in the provided drawings and sketches. This extensive list aims to create a visually appealing and structurally sound porch addition, requiring strict adherence to the specified measurements and aesthetics. The contract's value and exact details are not explicitly mentioned in the provided information, but bidders seem to be expected to price and supply the listed components, likely under a firm-fixed-price contract based on the detailed specifications. Key dates and evaluation criteria are also absent, but the urgent nature of the project can be inferred from the thoroughness of the technical requirements.
    The government agency seeks a contractor to supply and install porches and EV charging stations at designated building entrances. The primary objective is to obtain a comprehensive solution that meets specific performance requirements, as detailed in drawings and specifications. The contract, with a potential 335-day period, offers a firm price for the base scope, with an optional 30-day deductive alternate for a screen wall. The successful bidder will provide all necessary materials, equipment, and labor, ensuring a turn-key solution. Evaluating proposals will likely focus on cost-effectiveness, technical merit, and contractor capability. Key dates and other administrative details are still pending.
    Similar Opportunities
    Z--ESPC IDIQ (VA-19-00001743)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is opening a new round of applications for its Energy Savings Performance Contract (ESPC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, VA-19-00001743, seeking additional Service Disabled Veteran Owned Small Businesses (SDVOSBs) for potential inclusion. This opportunity focuses on enhancing energy efficiency in VA facilities. SDVOSBs interested in joining the IDIQ contract vehicle must submit proposals by the extended deadline of January 11th, 2022, adhering to the instructions detailed in Sections L and M of the RFP. The VA seeks to procure energy savings and related services from qualified ESCOs through this SDVOSB set-aside, aiming to add multiple new contractors to the existing IDIQ. Applicants must meet minimum qualifications and evaluation criteria while ensuring compliance with COVID-19 screening requirements. The VA's commitment to energy efficiency improvements drives this procurement process, with the department encouraging interested parties to carefully review the solicitation's amendments. Applicants should submit Volumes 1 to 3 as specified, acknowledging the amendments and adhering to the extended deadline. Key contacts for this opportunity are Nathan Pennington (nathan.pennington@va.gov) and Danielle Mills (Danielle.Mills@va.gov), and the funding amount is approximately $23 million.
    C1DA--405-23-019 | A/E - Buildings 1, 31, and 88 Roof Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) seeks qualifications from service-disabled veteran-owned small businesses to engage architectural and engineering (A/E) services for an extensive roof replacement project at the White River Junction VA Medical Center in Vermont. The goal is to replace the roofs of Buildings 1, 31, and 88 while also preparing for potential future installation of solar panels. The VA requires professional A/E services to develop detailed construction drawings, specifications, schedules, and cost estimates. This project emphasizes phased construction to ensure that medical operations remain uninterrupted. The chosen A/E firm will conduct site investigations, assess existing conditions, and propose design alternatives, working closely with the VA's project team. They must demonstrate experience in healthcare facility renovations and adhere to VA design guidelines. The scope of work includes professional field inspections, review of construction submissions, and timely support during the construction period. The VA expects the work to be completed within a 210-day design timeline. Firms interested in this fixed-price contract must submit SF 330 qualification packages, highlighting their specialized experience, professional qualifications, past performance, capacity, and proximity to the project site. The selection process will also consider the firms' commitment to using service-disabled veteran-owned and veteran-owned small businesses as subcontractors. Key dates for this opportunity include a question deadline of May 15, 2023, and a submission deadline of May 31, 2023. The VA encourages potential applicants to carefully review the requirements and criteria outlined in the special notice and associated documents. For further clarification or questions, interested parties should contact the Contract Specialist, Michael Crafts, by email at michael.crafts@va.gov.
    C1MZ--652-24-101 Improve Electrical Distribution (A/E Contract)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to improve electrical distribution at the Richmond VA Medical Center in Virginia. The project aims to enhance emergency power distribution to critical areas such as operating rooms, ICU headwalls, and the Emergency Department, requiring comprehensive design services that include site investigations, schematic design, and construction documentation. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a contract value estimated between $2 million and $5 million, and a design completion period of 280 calendar days following the Notice to Proceed. Interested firms must submit their qualifications via electronic SF 330 forms to Contract Specialist Robert J Ragos by September 27, 2024, and are encouraged to confirm receipt of their submissions.
    Z2DA--506-21-705 EHRM Infrastructure Upgrades - Ann Arbor, MI - Construction (VA-25-00001864)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is planning a significant upgrade to the Electronic Health Record Modernization (EHRM) infrastructure at the Ann Arbor VA Medical Center. The VA aims to contract a single firm for this Firm-Fixed-Price construction project. The primary scope of work involves general contracting services for demolition, site preparation, and construction. This includes comprehensive services across architectural, fire protection, plumbing, mechanical, electrical, and telecommunication systems. The VA intends to issue an Invitation for Bid (IFB) for this service-disabled veteran-owned small business (SDVOSB) set-aside project in mid to late September 2024. The bid process will be conducted in accordance with FAR Part 14, with evaluations based on criteria that will be specified in the solicitation. It is estimated that the contract value will fall between $10 million and $20 million, and the project is expected to be completed within approximately 730 days from the issuance of the Notice to Proceed. Interested parties should prepare their bids according to the upcoming solicitation, which will outline key dates and evaluation processes. All questions should be directed to the issuing office via email, as telephone inquiries will not be accepted. The VA encourages potential bidders to carefully review the upcoming solicitation documents for all relevant details and instructions.
    655-20-202 Atrium Renovation Bldg 22
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a comprehensive renovation of the atrium in Building 22 at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan. The primary goal is to enhance the atrium's functionality, aesthetics, and safety while ensuring the medical center remains fully operational during the construction process. Opportunity Overview This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, seeks to procure construction services for interior and exterior upgrades. The VA aims to award a firm-fixed-price contract with an estimated value of $45 million. Scope of Work The scope of work is divided into two phases and encompasses general construction, architectural adjustments, mechanical and electrical work, and finishes. Phase 1 includes: Installing exterior construction barriers and a gate Constructing temporary walls Selective demolition of existing interior elements Building an exterior canopy, sidewalk, and repairing pavement Constructing new interior walls and architectural elements Phase 2 requires: Demolishing the temporary construction wall Removing and replacing all flooring finishes The project has strict deadlines, mandating completion within 120 days of the notice to proceed. Contractors must adhere to detailed plans and specifications outlined in drawings and documents. Key Requirements Contractors must comply with OSHA and EPA regulations, attend a mandatory site visit, and meet small business size standards. They are responsible for providing a detailed project schedule, adhering to phasing plans, and ensuring compliance with strict safety and security protocols. Additionally, the installation of a HILTI firestop system is a critical requirement to maintain the Joint Commission accreditation. Eligibility Criteria Applicants for this SDVOSB set-aside must be verified in the VetCert registry. The VA will prioritize contractors with strong safety records, past performance, and experience in construction projects. Funding and Contract Details The estimated funding available for this project is $45 million. The contract type is a firm-fixed-price contract, and the solicitation document is Solicitation No. 36C25024B0058. Submission Process Interested parties should submit their applications by the deadline on July 31, 2024, at 11:30 a.m. EDT. The submission process includes a mandatory bid guarantee and performance bonds. The VA encourages contractors to ask questions prior to the deadline, with responses provided via amendments. Evaluation Criteria The VA will evaluate applications based on several factors. The primary evaluators are the contractor's safety records, past performance, and price. Technical aspects, including the technical approach, experience, and cost effectiveness, will also be considered. Contact Information For further clarification or questions, interested parties can contact Christina Shockey at Christina.Shockey@va.gov. Important Dates Key dates include a site visit scheduled for July 9, 2024, and the submission deadline on July 31, 2024.
    Y1DA--Project # 596A4-19-106 - Construction to Upgrade Parking Garage Lighting/Replace Parking Garage Gates
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a Service-Disabled Veteran-Owned Small Business (SDVOSB) to undertake Project 596A4-19-106, which involves upgrading the parking garage lighting and replacing the parking garage gates at the Lexington Veterans Affairs Medical Center in Kentucky. The project includes the installation of LED fixtures, construction of a new security booth, and the management of multiple trades while ensuring minimal disruption to medical center operations. This initiative is critical for enhancing safety and operational standards within the facility, reflecting the government's commitment to maintaining high-quality infrastructure for veterans. The contract, valued at up to $2 million, requires bids to be submitted by September 10, 2024, with a mandatory site visit already conducted on August 15, 2024. Interested contractors can contact Contracting Officer Matthew R. Whisman at matthew.whisman@va.gov or by phone at 859-281-3883 for further details.
    Z2DB--626-22-705QA - EHRM Infrastructure Upgrade Albion Clinic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for construction services related to the EHRM Infrastructure Upgrade project at the Albion Street VA Clinic in Nashville, Tennessee. This project, valued between $100,000 and $250,000, aims to enhance the clinic's infrastructure, including improvements to fire safety, HVAC, plumbing, and electrical systems. The opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a completion timeline of 180 calendar days from the notice to proceed. Interested contractors must ensure they have a current VETS 4212 report, be registered in the System for Award Management (SAM), and validate their SDVOSB status through the SBA VetCert program at the time of proposal submission. Questions regarding the solicitation should be directed to Contracting Specialist Brian Bentley at Brian.Bentley@va.gov, with the proposal submission anticipated around September 17, 2024.
    Y1DZ--VHA MINOR CONSTRUCTION Solicitation Project 544-329 Construct Eye Clinic Center Minor Construction Columbia, SC VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the construction of a new Eye Clinic Center at the William Jennings Bryan Dorn VA Medical Center in Columbia, South Carolina. This project involves the construction of a 15,000 gross square foot facility tailored to the operational needs of the Optometry and Ophthalmology departments, including comprehensive services such as HVAC installation, utility coordination, and site work, while ensuring minimal disruption to hospital operations. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a budget of approximately $18,293,999, with proposals due by September 16, 2024, at 11:00 AM EST. Interested contractors can contact Contract Specialist Shardae Webb at Shardae.Webb@va.gov or (216) 447-8300 for further details.
    J065--THREE-YEAR ELECTRICAL INSPECTING AND TESTING – ALBANY STRATTON VA MEDICAL CENTER
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for a three-year electrical inspecting and testing contract at the Albany Stratton VA Medical Center in New York. The contract requires comprehensive inspection and testing of critical electrical systems, including primary disconnects, transformers, and low voltage switchgear, in compliance with stringent safety standards outlined in the VHA Directive 1028 and relevant NFPA codes. This procurement is vital for ensuring the reliability and safety of electrical infrastructure within the medical facility, which directly impacts patient care and operational efficiency. Interested contractors must submit their technical capability statements and pricing by September 11, 2024, with questions due by September 5, 2024. For further inquiries, contact Levi Russin at Levi.Russin@va.gov or call 518-626-6757.
    Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a significant project to replace the boilers and chillers in the Fort Thomas Domiciliary Building 64, Cincinnati VA Medical Center, Kentucky, seeking a reliable and efficient heating solution. The procurement process aims to award a Firm-Fixed-Price contract for this project, titled 'Replace Fort Thomas Boilers.' The scope of work is extensive, requiring general construction services, including electrical, controls, and mechanical tasks, with a particular focus on plumbing and heating systems. The project involves replacing steam boilers, chillers, and associated infrastructure and modifying the chilled water system. To minimize disruptions, the work must be carefully phased within an occupied space, achieving this without interrupting the building's operations. The VA requires the project to be completed within a maximum timeline of 913 calendar days. Key objectives also include adhering to the VA's Green Environmental Management System and ensuring minority and female workforce participation. The VA will closely scrutinize safety and environmental records, along with recent OSHA violation history, as part of the award criteria. Contractors must provide detailed information on their safety performance and Experience Modification Rate (EMR). The procurement process involves multiple stages and deadlines. There will be a site visit on June 7, 2024, and the VA encourages prospective bidders to attend. The initial offer deadline was June 25, 2024, but several amendments have extended it. The current deadline for submissions is now 10:00 a.m. EST on October 16, 2024. The VA will evaluate bids based on compliance, certifications, and price, with the lowest aggregate amount being a key consideration. This project holds significant importance, reflected in the VA's commitment to providing extensive project specifications and multiple deadlines for submissions. The department seeks a comprehensive solution while prioritizing safety, environmental sustainability, and timely execution. Eligible bidders should carefully review the provided specifications and drawings, ensuring full compliance with the outlined requirements. For further clarification or questions, interested parties should contact Contract Specialist Luke Turner at luke.turner@va.gov regarding solicitation number 36C25024B0075.