This amendment to solicitation 36C25026B0017, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 10, clarifies the magnitude of construction for the project. The estimated construction cost falls between $250,000 and $500,000. This modification, effective November 21, 2025, also specifies that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, acknowledging on their offer, or sending a separate communication, to ensure their bid is not rejected. The contracting officer for this amendment is Luke A. Turner.
This document is an amendment (0002) to solicitation 36C25026B0017, issued by the Department of Veterans Affairs, Network Contracting Office 10, with an effective date of December 2, 2025. The amendment's purpose is to provide updated information regarding a pre-bid site visit and the due date for Requests for Information (RFIs). The pre-bid site visit has been rescheduled to Thursday, December 4, 2025, at 11 AM ET. RFIs are now due by close of business on December 15, 2025. All other terms and conditions of the original solicitation remain unchanged. The amendment is signed by Luke A. Turner, Contracting Officer.
Amendment 0003 to Solicitation 36C25026B0017, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 10, amends the original solicitation with an effective date of December 8, 2025. This amendment provides the pre-bid site visit sign-in sheet and clarifies that all Requests for Information (RFIs) should be sent to stacie.hill@va.gov and brian.rosciszewski@va.gov. All other terms and conditions of the original solicitation remain unchanged. The document is signed by Luke A. Turner, Contracting Officer, and references Project Number VA-VHA-RPOC-2024-0076.
This document is an amendment to Solicitation Number 36C25026B0017, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 10. The amendment, dated December 19, 2025, addresses the "Replace Parking Garage Sprinkler System" project (Project No. 583-24-525). Its primary purpose is to provide responses to Requests for Information (RFIs) from potential offerors/bidders. The amendment includes an attachment titled "RFI Responses - 12.19.2025" and clarifies that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offer is not rejected.
The Department of Veterans Affairs (VA) is soliciting bids for the replacement of the parking garage sprinkler system at the Richard L. Roudebush VA Medical Center in Indianapolis, IN. This project, designated 36C25026B0017, is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). The scope of work includes demolishing and replacing overhead dry fire sprinkler piping, dry standpipe piping, and associated components within the underground patient parking garage. The contractor must provide all labor, materials, equipment, and supervision, adhering to VA design standards, NFPA codes, and environmental regulations. The period of performance is 150 calendar days after receiving the Notice to Proceed, with work to be performed outside normal business hours (4 PM to 12:30 AM, Monday-Friday) to minimize disruption. A mandatory pre-bid site visit is scheduled for December 2, 2025. Bids, including a bid guarantee of not less than 20% of the bid price (not exceeding $3,000,000), must be submitted via email by January 6, 2026, at 10:00 AM EST. Physical bids will not be accepted. The solicitation outlines strict requirements for contractor personnel, including background investigations, privacy training, E-Verify enrollment, and annual influenza shots. Contractors must also comply with various VAAR and FAR clauses, including those related to Buy American, wage rates, and small business subcontracting limitations. The project emphasizes safety, infection control, and minimal disruption to the active medical center, with specific instructions for material storage, waste disposal, and communication protocols.
The Department of Veterans Affairs is issuing a presolicitation notice for project 583-24-525, "Replace Parking Garage Sprinkler System." This project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), involves the demolition and replacement of the overhead dry fire sprinkler piping and dry standpipe piping and associated components within the underground patient parking garage at the Richard L. Roudebush VAMC in Indianapolis, N. The scope includes replacing headers, risers, DPV’s, trim, fittings, hangers, and sprinklers, ensuring the new system meets current NFPA standards and addresses existing corrosion issues. The government anticipates issuing an invitation for bids around November 18, 2025, with a response date of December 22, 2025.
This document, General Decision Number IN20250002, issued by the State of Indiana, outlines prevailing wage rates and fringe benefits for building construction projects in various counties, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into or renewed after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed). The document provides extensive tables of wage rates and fringe benefits for numerous craft classifications, including asbestos workers, bricklayers, carpenters, electricians, elevator mechanics, power equipment operators, ironworkers, laborers, painters, plasterers, plumbers, and roofers, categorized by specific counties or regions within Indiana. It also specifies details for various labor groups within these classifications, highlighting conditions for hazardous material handling, different equipment types, and specific job roles. The decision emphasizes the annual adjustment of Executive Order minimum wage rates and the requirement for conformance requests for unlisted classifications, providing a comprehensive guide for federal government contracts subject to the Davis-Bacon Act in Indiana.
The Department of Veterans Affairs (VA) is soliciting bids for the replacement of the parking garage sprinkler system at the Richard L. Roudebush VA Medical Center in Indianapolis, IN, under VA Contract No. 36C25024C0191. This project, dated July 30, 2025, requires contractors to completely prepare the site, including demolition, and furnish all labor and materials. Key requirements include adherence to a detailed Critical Path Method (CPM) schedule, comprehensive safety and security protocols, and strict warranty management. The contractor must coordinate all work to minimize disruption to the 24/7 medical center operations, obtain necessary approvals for utility interruptions, and manage waste and existing conditions carefully. The bid documents specify general requirements, project schedules, and submittal procedures for shop drawings, product data, and samples, emphasizing compliance with VA standards and regulations.
The document details a project to replace the parking garage sprinkler system at the Richard L. Roudebush VAMC in Indianapolis, IN. The project, identified as Bid Documents for "REPLACE PARKING GARAGE SPRINKLER SYSTEM," involves extensive demolition and installation work across Levels A, B, and C of the garage. The scope includes replacing the dry-pipe system riser header, three dry-pipe sprinkler riser assemblies and trim, main feed pipes, and existing branch mains and associated branches. The project also addresses specific issues such as kinked pipes, leaks, significant corrosion, missing sprinkler branches, and incorrectly installed sprinklers. All work must comply with VA Fire Protection Design Manual, NFPA 13, 14, 88A, and 101, and is scheduled to occur between 4:00 PM and 12:30 AM, with strict requirements for system restoration and advanced notice for interim life safety measures. The existing fire alarm system is a Siemens Fire Finder XLS Cerberus Pro, and all new equipment must be UL listed or FM approved. Water supply data indicates a fire pump source inside the hospital.
The VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction is a mandatory attachment for government contract offers. Failure to submit a complete and accurate certification will result in the offer's rejection. Key requirements include providing the offeror's legal name, the signee's printed name, title, signature, date, and the company's address as registered in SAM.gov. The certification ensures compliance with subcontracting limitations based on the contract type (services, general construction, or special trade construction). For special trade construction, a contractor cannot pay more than 75% of the government-paid amount to firms not certified as SDVOSBs or VOSBs. The document warns against false certifications, citing potential criminal and civil penalties, and mandates cooperation with VA requests for compliance documentation, such as invoices and subcontracts. This certification is crucial for ensuring fair practices and adherence to federal contracting regulations.
This document is a Request for Information (RFI) from the Department of Veterans Affairs (VA), Network Contracting Office (NCO) 10, seeking questions and clarifications from contractors. It instructs contractors to thoroughly read all solicitation, specification, drawing, and pertinent documents before submitting inquiries. The RFI emphasizes that all questions must specifically identify the relevant section(s) or drawing number(s) for the Government to provide a timely response. Failure to comply with these requirements may prevent the Government from answering. Responses to RFIs will be provided via amendment(s). The point of contact for this RFI is Stacie Hill, Contract Specialist.
The provided document outlines the construction schedule for replacing the parking garage sprinkler system at the Department of Veterans Affairs Richard L. Roudebush VA Medical Center in Indianapolis, IN. Prepared by Encorus, the bid documents detail a project under VA Contract No. 36C25024C0191 and VA Project No. 583-24-525, with a target date of July 30, 2025. The schedule begins with NTP and Construction Kickoff on September 29, 2025, followed by submittals, mobilization, and five distinct phases of construction. Phase 4 is further broken down into Level B and Level C. The project concludes with Phase 5 Construction and Closeout, with an anticipated finish date of January 28, 2026. This comprehensive timeline is crucial for managing the project effectively and ensuring compliance with federal government RFP requirements.
The document details the requirements for replacing a parking garage sprinkler system for the Department of Veterans Affairs (VA Project Number 24560), with Encorus Group (583-24-525) as the contractor. It outlines various general requirements, including project schedules, shop drawings, safety protocols (Accident Prevention Plan, Activity Hazard Analysis), quality control (Preconstruction CQC Plan, Test Reports), and environmental controls (Environmental Protection Plan, Debris Management Plan). Sustainable construction requirements are also emphasized, with a Sustainability Action Plan and tracking for low pollutant-emitting materials. The project involves demolition, firestopping, and the installation of manual dry standpipe and dry-pipe sprinkler systems. Specific submittals are required for each system, including installer qualifications, working drawings, manufacturer data, calculation sheets, and as-built drawings. The document also includes a transmittal form for tracking submittals and their approval status by both Encorus and the VA.
The RLR VAMC NEPA Documentation outlines the environmental review for replacing the fire sprinkler and standpipe piping in the underground patient parking garage at the Richard L. Roudebush VA Medical Center. This project, identified as 583-24-525, is categorized as a Categorical Exclusion under 38 CFR 26.6(b)(1)(ii) due to its nature as an operation and maintenance activity with no extraordinary circumstances. The project involves demolishing and replacing corroded components to update the system to current NFPA standards. Key environmental considerations include adherence to the VA's Green Environmental Management System (GEMS) mission and policy, which mandates compliance with environmental laws, pollution prevention, waste minimization, and resource conservation. Contractors are required to follow specific VA Master Construction Specifications related to waste management, sustainable construction, and temporary environmental controls, with mandated submittals like a Demolition Debris Management Plan and a Sustainability Action Plan. Chemical use and storage must prevent releases, and construction noise must comply with local ordinances. The documentation emphasizes the contractor's responsibility to meet these environmental and sustainability requirements to ensure payment for services.
The document is an attendance record for a pre-bid/site visit regarding the replacement of a parking garage sprinkler system. The visit took place on December 2nd and December 4th, 2025. The record lists the names, companies, phone numbers, and email addresses of attendees from various companies, including FE Moran, Ryan Fire, Calvary Contracting, GRUNAU, ALPHA, and Visual Construction Services. This document is typical for government RFPs, as it serves as a record of interested contractors attending a mandatory or highly recommended pre-bid meeting to assess the scope of work and ask questions before submitting a proposal.
This document contains responses to Requests for Information (RFIs) regarding Solicitation #36C25026B0017, for replacing the parking garage sprinkler system in Indianapolis, IN. Key clarifications include that the superintendent may act as the SSHO. The contractor is responsible for painting as per contract drawings and specifications, but not for existing pipes. Schedule 40 pipe is intended for all systems, including standpipes. The project does not intend to replace sprinkler heads on branch piping not specified for replacement due to budget limitations and the age of existing sprinklers (under 35 years). Warranty covers new materials and workmanship only. Staging areas for materials are not allowed in the garage but are permitted at the CSR campus. Demolition and installation can occur during second shift (4 PM-12:30 AM), with work areas cleared by the next business day. VA representatives will assist with scheduling system shutdowns for testing. The drawings dictate what pipe and components require replacement. Galvanized pipe is not planned to be painted unless the contractor recommends it to the VA. Existing anchors may be reused if they pass inspection per NFPA 25 (2023). Valves and alarms must be NFPA 13 compliant and UL Listed/FM Approved. A pipe bottom height of 7'-2" is acceptable if it matches current conditions and does not obstruct egress. Large demolition areas are unnecessary as only dry sprinkler mains are being replaced. The project start date is shortly after contract award, contingent on submittals and badging.