Z1LB--CTX Parking Lot Storm Drain Repairs
ID: 36C25724Q0947Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the "CTX Parking Lot Storm Drain Repairs" project at the Temple VA Medical Center in Texas, specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The project involves repairing the storm drain in the parking lot of Building 202, requiring contractors to provide all necessary labor, materials, and compliance with safety regulations, with a performance period of 30 days post-award. This initiative is crucial for maintaining the infrastructure of the VA facility and supporting veteran entrepreneurship in federal contracting. Interested contractors must submit their quotes by September 10, 2024, with a site visit scheduled for September 5, 2024, and can contact Contracting Officer Cheryl P Clark at cheryl.clark4@va.gov for further information.

    Point(s) of Contact
    Cheryl P ClarkContracting Officer
    cheryl.clark4@va.gov
    Files
    Title
    Posted
    The presolicitation notice outlines a forthcoming request for quotes (RFQ) for storm drain repairs at the Central Texas Veterans Health Care System in Temple, Texas. The specific project, identified by solicitation number 36C25724Q0947, involves repairing the storm drain in the parking lot of building 202. The contract is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and the estimated cost of construction ranges from $25,000 to $100,000. Interested contractors must comply with federal, state, and local regulations and ensure they are both "VISIBLE" and "VERIFIED" in the Small Business Administration's Veteran Small Business Certification program prior to submitting proposals, as this is mandatory for eligibility. The contact for the solicitation is Contract Specialist Cheryl Clark. The RFQ is expected to be released around August 26, 2024. Overall, this notice reflects the federal government's commitment to utilize veteran-owned businesses for public works projects while adhering to appropriate regulatory standards.
    The Department of Veterans Affairs is soliciting bids for the repair of storm drains in the parking lot at their Temple, Texas facility, under solicitation number 36C25724Q0947. The response deadline for interested bidders is September 10, 2024, at 3:00 PM Central Time. This procurement is set-aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and has an associated Product Service Code of Z1LB with a NAICS Code of 237110. Key contacts for this solicitation include Contract Specialist Cheryl Clark, whose email is provided for inquiries. Additional documentation necessary for submission includes statements of work, past performance questionnaires, and wage determinations, which detail the specific requirements and conditions contractors must meet. Bidders are encouraged to refer to the attached documents for comprehensive project details. This solicitation reflects the agency's ongoing commitment to maintaining its facilities and ensuring compliance with federal contracting guidelines.
    This document outlines wage determinations for building construction projects in Bell County, Texas, under the Davis-Bacon Act. It specifies wage obligations based on Executive Orders 14026 and 13658. Starting January 30, 2022, covered contracts must pay workers a minimum of $17.20 per hour, or the higher applicable rate; contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour. The document details various trades and their associated wage rates and fringe benefits, including categories like boiler operators, electricians, and laborers. Also included is information on classification identifiers used for union, survey, and state rates. The document explains the wage determination appeals process, allowing interested parties to request reviews. Overall, this file serves as a guideline for contractors and workers to ensure compliance with federal wage laws and worker protections in Texas construction projects, emphasizing the importance of adhering to current wage standards under federal contracts and local regulations.
    The document outlines the Scope of Work for the repair of a storm drain in the parking lot of the Central Texas Veterans Health Care Facility in Temple, Texas. The contractor is responsible for all labor, materials, and compliance with relevant regulations while ensuring safety protocols are met, particularly concerning hazardous materials. A thorough Pre-Construction Risk Assessment (PCRA) is mandated, along with coordinating work schedules with the VA's Contracting Officer Representative (COR). Key project requirements include excavating and replacing drain lines, compliance with compaction standards, site cleanup, and ensuring proper drainage. A one-year performance agreement is required alongside adherence to various safety and building codes. The contractor must also submit a comprehensive safety plan before work commences. Payment procedures and invoicing, including compliance with the Tungsten invoicing system, are detailed, emphasizing the necessity for accurate documentation. Overall, the document emphasizes the importance of adherence to federal and local standards, highlighting safety, coordination, and compliance as crucial components of the project.
    The Past Performance Questionnaire is designed to evaluate contractors involved in federal projects. It encompasses sections where contractors provide their information, project details, and performance ratings, while clients assess their experience with the contractor's performance. Key components include contractor background, contract specifics (such as type, award date, and completion dates), and project complexity. Clients provide feedback on various performance aspects including quality, timeliness, customer satisfaction, management effectiveness, cost control, safety, and overall contract compliance. Each section assesses performance against a scale from Exceptional to Unsatisfactory, with room for detailed comments on strengths, weaknesses, and deficiencies. The purpose of this document is to gather comprehensive past performance data from contractors to support decision-making in future federal, state, and local RFPs, ensuring that capable and effective contractors are rewarded in subsequent contracts.
    The Department of Veterans Affairs (VA) has issued a solicitation for construction services to repair the storm drain in the parking lot of Building 202 at the Temple VA Medical Center in Texas. This project, titled "CTX Parking Lot Storm Drain Repairs," requires the contractor to supply all necessary labor, materials, equipment, and supervision, completing work within 30 days of receiving the Notice to Proceed. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and follows the NAICS code 237110, with an estimated construction cost between $25,000 and $100,000. A site visit is scheduled for September 5, 2024, and questions regarding the solicitation must be submitted by September 6, 2024. Quotes are due by September 10, 2024, emphasizing the complete and timely submission of all required documentation. Evaluation of the offers will be based on price and past performance, with a focus on safety requirements. The government aims to award a firm-fixed price contract to the most advantageous offeror, encouraging submissions that demonstrate compliance with all solicitation terms and safety standards. Overall, this initiative supports the VA’s commitment to improving infrastructure while fostering veteran entrepreneurship in federal contracting.
    The government solicitation 36C25724Q0947 is for construction services to repair the storm drain in the parking lot of building 202 at the Temple Veterans Affairs Medical Center in Texas. This project is strictly set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with a performance period of 30 days post-award. The estimated construction cost ranges from $25,000 to $100,000, and contractors must provide performance and payment bonds within a defined timeframe. A site visit is scheduled for September 5, 2024, with quotes due by September 10, 2024, at 3:00 PM CST, submitted electronically. Evaluations will be based on price and past performance, specifically requiring evidence of similar completed contracts. The government emphasizes compliance with safety regulations and equal employment opportunity standards. Important documentation includes OSHA compliance information and the submission of past performance questionnaires. The solicitation outlines the process to ensure fairness and accountability in the selection of contractors while adhering to federal procurement standards. This initiative reflects the government's emphasis on supporting veteran-owned businesses and ensuring public infrastructure is maintained.
    The VHA Pre-Construction Risk Assessment (PCRA) template serves as a framework for evaluating risks associated with construction, renovation, and maintenance activities at VHA facilities. The document outlines essential procedures to determine safety risks to patients, employees, and contractors, ensuring that appropriate control measures are implemented before commencing any work. It emphasizes the requirement for a comprehensive communication and coordination plan that should be initiated during the planning phase of any activity. The PCRA categorizes activities into different types—inspection/upkeep, small-scale, and large-scale—and specifies the control measures needed for each, such as hazard communication, site inspections, and safety training for staff. Additionally, the template addresses the importance of assessing adjacent areas to minimize operational disruption during construction. It also includes a permit section for the project, stating critical details such as location, project timeline, and safety measures specific to the activity type. The document prioritizes informed decision-making by requiring collaboration with infection prevention and control specialists when applicable. Overall, the VHA PCRA ensures that safety protocols align with governmental standards, thereby safeguarding facility operations during construction projects.
    The document outlines the self-performed work calculations required from Offerors under the "Limitations on Subcontracting" provision (VAAR 852.219-75) as part of federal RFPs. It details the necessary inputs for calculating project costs, including the total proposed price, projected payments to non-VetCert listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and the percentages of estimated non-VetCert work and self-performed work. For contracts involving A/E services, the SDVOSB prime contractor may not allocate more than 50% of government payments to non-VetCert firms. In general construction contracts, this limit increases to 85%, while for special trade contractors, it is capped at 75%, all excluding materials costs. The document serves to guide Offerors in ensuring compliance with federal contracting regulations while promoting veteran-owned business participation.
    This document provides instructions for calculating self-performed work in accordance with VAAR 852.219-75 regarding limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must report their total proposed price and the projected payments to non-VetCert listed SDVOSBs, ultimately calculating the respective percentages of both non-VetCert work and self-performed work. For contracts involving A/E services, the SDVOSB prime contractor is limited to paying no more than 50% of the government-paid amount to non-certified firms. In general construction contracts, this limit rises to 85%, while for special trade construction contracts, it is capped at 75%, excluding material costs. These calculations ensure that contracting opportunities support certified SDVOSBs, aligning with federal goals to promote veteran-owned businesses within the government contracting arena, thereby promoting equitable practices in federal procurement.
    The document presents a sign-in sheet from a site visit for a storm drain repair project at the Temple VA in Texas, held on September 5, 2024. Facilitators Alfred Stall and Roger Adams led the meeting, attracting various contractors and representatives from multiple companies, including Valcorp, EBSS Unlimited, and Capital V Asphalt. The list details participants' names, companies, contact numbers, and email addresses, suggesting a collaborative approach to assess potential contractors for the project. Each attendee likely represents varying construction and engineering firms, indicating a competitive environment for this project. The sign-in sheet underscores the importance of stakeholder engagement and networking in the public sector and highlights the upcoming repair initiative aimed at infrastructural improvement at the VA facility.
    The document addresses inquiries regarding the removal of an existing drainage line in relation to a construction project. The primary concern revolves around whether the entire old line should be removed or just a portion to accommodate the installation of a new drain line. It clarifies that during the site visit, it was indicated that the old line should be cut back sufficiently and plugged at both ends instead of being fully removed, which could significantly affect bidding outcomes. Specific questions are posed regarding the extent of removal required, emphasizing the need for clear and consistent communication to avoid discrepancies in bid prices. The document underscores the importance of clarity in project specifications and guidance for contractors to ensure accurate proposals in the RFP process.
    The document addresses the logistics of installing a new drain line, indicating that the existing drain line will be rerouted to a new location. As part of this process, it specifies the need to remove the old line and seal the manhole from which the pipe has been removed. This ensures that the drainage system can function properly without any disruption from the decommissioned line. The context of this information suggests compliance with construction guidelines likely tied to governmental projects, where maintaining proper drainage and infrastructure integrity is crucial for utility management and environmental safety. The focus on sealing and removal points to a methodical approach to upgrades or changes in infrastructure within the framework of federal and local requirements.
    The document serves as an amendment to a solicitation related to the CTX Parking Lot Storm Drain Repairs project, specifically under the auspices of the Department of Veterans Affairs. The primary purpose of this amendment is to update logistical details for a scheduled site visit. The new meeting location is specified as Building 53, Room 115 (breakroom) at 1901 Veterans Memorial Drive, Temple, TX 76504. Additionally, a point of contact for the site visit has been updated; interested parties may now reach Roger Adams at 254-987-2628. The amendment highlights the importance of acknowledging receipt prior to the deadline specified in the solicitation. It also affirms that all previous terms and conditions of the contract remain unchanged unless specified otherwise in this document. The amendment ensures clear communication of essential information to potential contractors, reinforcing adherence to procedural requirements in the bidding process for federal contracts.
    This document serves as an amendment to solicitation number 36C25724Q0947 for the project titled "CTX Parking Lot Storm Drain Repairs" under the Department of Veterans Affairs, specifically administered by Network Contracting Office 17. The amendment addresses three key areas: first, it provides clarification on a site visit question; second, it posts the pre-construction risk assessment (PCRA) document to SAM.gov; and third, it includes the PCRA among the list of attachments within the solicitation. The amendment emphasizes the necessity for bidders to acknowledge receipt prior to the specified deadline, encouraging clear communication regarding any modifications to offers submitted. Overall, this amendment aims to enhance clarity and ensure compliance with contractual obligations related to the project.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z2DA-- 671-22-118 CON Replace Cast Iron Dr 2nd & 3rd FL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for a construction project to replace the cast iron drain lines on the 2nd and 3rd floors of the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. This project requires contractors to provide all necessary labor, materials, and equipment to upgrade the existing plumbing system, including the installation of new joints and connectors, while adhering to environmental regulations and local building codes. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $1 million and $5 million. Interested contractors should note that a site visit will be scheduled prior to the solicitation release, anticipated around September 30, 2024, and can contact Bobby Reveles at jose.reveles@va.gov for further information.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    Y1NB--PRE-SOLICITATION CONSTRUCTION REPLACE BOILERS AND BOILER PLA Central Texas Veterans Health System, Temple, TX
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a significant construction project to replace the existing boiler plant at the Central Texas Veterans Health Care System in Temple, Texas. The project entails the construction of a new 13,700 square foot Energy Center, which will include three large water-tube boilers to support the campus's steam load, as well as the integration of various utility systems and communication infrastructure. This initiative is crucial for enhancing the facility's operational efficiency and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project budget estimated between $20 million and $50 million. Interested contractors must ensure they are verified by the Department of Veterans Affairs Center for Verification and Evaluation (CVE) prior to proposal submission, with the request for quotes expected to be posted around September 25, 2024. For inquiries, potential bidders can contact Taminie Panich at taminie.panich@va.gov or (253) 888-4929.
    R425--AE STUDY Parking Garage Assessment Patient and Staff/Visitor(VA-24-00063255)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an engineering study focused on the assessment of parking garages at the Southeast Louisiana Veterans Health Care System in New Orleans. The primary objective is to evaluate the structural integrity of the garages, particularly addressing issues related to concrete deterioration, scaling, and waterproofing, while also developing a comprehensive Condition Assessment Report within 30 days of the initial investigation. This project is crucial for maintaining the safety and functionality of parking facilities that serve veterans, ensuring compliance with federal standards and enhancing the overall care environment. Interested contractors, particularly verified service-disabled veteran-owned small businesses, must submit their proposals by September 18, 2024, with a total award budget of $25.5 million for the project. For further inquiries, contact Detric L Mayes at detric.mayes@va.gov.
    H146--36C257-25-AP-0032 | BASE + 4 OPTIONS | CTX Water Quality Monitoring
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for water quality monitoring services across multiple locations within the Central Texas Veterans Health Care System, including Waco, Austin, and Temple. The contractor will be responsible for conducting water sample collection and analysis for various parameters, including bacteria and Legionella, ensuring compliance with federal environmental regulations. This contract, valued at an estimated $19 million, includes a base year and four optional renewal years, emphasizing the importance of maintaining safe water quality in healthcare environments. Interested parties must submit their proposals by September 25, 2024, with inquiries directed to Contract Specialist Lorri Schoellkopf at lorri.schoellkopf@va.gov or by phone at 210-831-1852.
    Z2DA--Correct Fall Protection Deficiencies
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide construction services aimed at correcting fall protection deficiencies at the Clarksburg VA Medical Center in West Virginia. This project, identified as contract number 540-22-118, is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, with an estimated construction cost ranging from $500,000 to $1,000,000. The work will involve general construction and alterations to ensure compliance with safety standards, reflecting the VA's commitment to enhancing facility safety while supporting veteran-owned businesses. Interested contractors must be registered in the SBA Veteran Small Business Certification database and submit bids by November 6, 2024, with a pre-bid site visit scheduled for October 9, 2024, and a deadline for questions on October 16, 2024. For further inquiries, contact Adam Bradford, Contract Specialist, at Adam.Bradford1@va.gov or 304-255-2121 ext 4356.
    Z2DA--Asphalt Maintenance and Repair | 442-23-001
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for asphalt maintenance and repair services at the Cheyenne VA Medical Center under the presolicitation notice titled "Z2DA--Asphalt Maintenance and Repair | 442-23-001." The project involves repairing the aggregate base, existing asphalt, and performing preventative maintenance and pavement striping to extend the life of the asphalt pavement while minimizing disruption to the medical center's operations. This procurement is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract value estimated between $500,000 and $1,000,000. Interested contractors must ensure they are verified by the U.S. Small Business Administration (SBA) VetCert and can contact Contract Specialist Timothy Verburgt at 303-712-5707 or via email at Timothy.Verburgt@va.gov for further details.
    Y1LZ--Expand Medical Center Site Saginaw Minor Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Firm-Fixed-Price contract to undertake minor construction aimed at expanding the Saginaw VA Medical Center in Michigan. The project encompasses comprehensive site preparation across approximately 25 acres, which includes demolition of existing structures, utility rerouting, and the installation of new infrastructure, all in compliance with local and national codes. This initiative is part of the VA's commitment to enhancing facilities that serve the veteran community and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The anticipated award date is between late September and early October 2024, with a construction magnitude estimated between $5 million and $10 million, and a projected completion timeline of approximately 551 days from the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Dawn Schydzik via email at Dawn.Schydzik@va.gov.
    S205--NEW: ELP VA SOLID WASTE DISPOSAL | NEW REQUIREMENT | POP: 11/1/24-10/31/25
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for solid waste disposal services at the El Paso VA Health Care System, with a contract period from November 1, 2024, to October 31, 2025, and options for four additional years. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with federal acquisition regulations, including wage determinations under the Service Contract Act. This contract, valued at approximately $47 million, is crucial for maintaining efficient waste management services that comply with federal and state regulations, ensuring the health and safety of the facility's operations. Interested parties must submit their offers via email to Contract Specialist Abduel Sanford at abduel.sanford@va.gov by the specified deadline, and must be registered in the System for Award Management and certified under the Veteran Small Business Certification program.