H399--FY25: Fall Protection Inspection & Certification
ID: 36C24825Q0283Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Building Inspection Services (541350)

PSC

INSPECTION- MISCELLANEOUS (H399)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for fall protection inspection and certification services at the Orlando VA Medical Center. The contract, valued at $11.5 million, requires the inspection of 696 roof tie anchors in compliance with OSHA guidelines, ensuring safety through load testing and assessments supervised by qualified engineers. This procurement emphasizes the importance of maintaining safety standards in VA facilities and encourages participation from small businesses, particularly those owned by veterans. Interested vendors must submit their proposals by March 20, 2025, and can contact Contracting Officer Kurt J Kramer at Kurt.Kramer@va.gov for further information.

    Point(s) of Contact
    Kurt J KramerContracting Officer
    Kurt.Kramer@va.gov
    Files
    Title
    Posted
    The Orlando VA Medical Center (OVAMC) is issuing a presolicitation notice for a one-time service to inspect and recertify its active fall protection system, specifically the roof tie anchors installed on Buildings 1 and 2. A total of 696 anchors must be inspected to ensure compliance with OSHA guidelines, which mandate recertification every five years by a Qualified Fall Protection Engineer to guarantee safety and integrity for ongoing use in fall protection systems. The contract falls under the purview of the Department of Veterans Affairs, with the solicitation number 36C24825Q0283 and response deadline set for March 14, 2025, at 11:00 AM Eastern Time. This project is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and will take place in Orlando, Florida. The designated point of contact for inquiries is Contracting Specialist Jesus Carrillo. This procurement reflects the VA's commitment to maintaining safety standards for its facilities.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) for fall protection inspection, reporting, and certification services at the Orlando VA Medical Center. The contract, valued at $11.5 million, falls under the North American Industry Classification System (NAICS) code 541350, focusing on building inspection services. The contractor must inspect 696 roof tie anchors in compliance with OSHA guidelines, ensuring their safety through load testing and a thorough assessment supervised by a qualified engineer. The contract period spans from April 1, 2025, to December 31, 2025, with potential extension options. Additionally, vendors are encouraged to participate in a site visit to familiarize themselves with the project scope. Strict regulations govern submissions, including electronic invoicing through the VA's electronic payment system. The proposal highlights the VA's commitment to engaging small businesses, particularly veteran-owned entities, and emphasizes compliance with federal labor standards. Overall, this RFP emphasizes safety, regulatory compliance, and the engagement of suitable service providers to maintain the integrity of the VA's facilities.
    The document pertains to an amendment for a solicitation regarding the inspection and recertification of a fall protection system at the Orlando VA Medical Center. Initially set for March 13, 2025, the deadline for offers has been extended to March 20, 2025, to provide industry responses, drawings, and additional clarifications. The amendment addresses various inquiries about the project, detailing components such as 696 roof tie anchors and horizontal lifeline systems. It clarifies testing requirements for these systems and outlines responsibilities for damages incurred during the contractor's work. The detailed responses to supplier questions outline the project's parameters and necessary compliance with OSHA standards. Key revisions in the Performance Work Statement (PWS) specify the anchors to be inspected, the deliverables required after inspections, and changes to testing protocols, emphasizing that services should align with current industry standards. This amendment underscores the VA's commitment to ensuring safety and compliance in its facilities, reflecting proper procedures in federal RFP procurement processes. The document supports the broader aim of maintaining operational readiness and safety within VA healthcare facilities through rigorous inspection protocols.
    The document outlines the VA's Notice of Limitations on Subcontracting, detailing requirements for service and construction contracts involving Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It mandates that contractors must adhere to specific limitations on the percentage of work subcontracted to non-certified firms, with conditions varying for services (50%), general construction (85%), and special trade construction (75%). The offeror must certify compliance with these limitations and acknowledges the legal implications of submitting false certifications. Furthermore, they agree to provide documentation to verify compliance upon request from the VA, with potential penalties for non-compliance. The certification must be completed, signed, and submitted with the offer for evaluation, emphasizing the submission's critical nature for contract eligibility. This document supports the VA’s initiative to promote small business participation in federal contracting, ensuring sufficient oversight and accountability.
    PEAK Fall Protection Inc., located in Apex, North Carolina, specializes in designing safety solutions for fall protection. The document primarily serves as a contact and promotional reference for PEAK Fall Protection, emphasizing its commitment to safety in various workplace environments. While it reiterates company information multiple times, stressing ease of access and service availability, it lacks specific details regarding RFPs, federal grants, or state/local projects. Overall, the content is structured around company contact details and the emphasis on safety solutions but does not provide substantial information linked to government procurement processes or any upcoming proposals. The repetition suggests an effort to reinforce brand identity but adds little value in terms of actionable insights for potential government collaborations. Consequently, this document appears more as a marketing tool rather than a focused RFP or grant-related submission.
    The document appears to focus on safety anchors for fall protection, detailing three types: wall-mounted anchors, roof-mounted anchors, and roof-mounted anchors with lifelines. The intent is likely related to government RFPs and grants concerning occupational safety and health standards, specifically in construction or maintenance contexts. Each anchor type serves to secure personnel during elevated work tasks, emphasizing compliance with safety regulations. The visual representation of these anchors suggests a proposal or specification requirement for projects involved in ensuring worker safety. The overarching goal is to promote the use of appropriate fall protection measures in alignment with federal and state safety guidelines. This initiative underscores the importance of worker safety in various industries, making it relevant for federal grants and RFP processes aimed at improving occupational health initiatives.
    The document serves as an overview and analysis of various federal, state, and local Requests for Proposals (RFPs) and grants, focusing on their implications for project funding and execution. It highlights specific requirements and criteria that organizations must fulfill to qualify for these opportunities, emphasizing the importance of alignment with federal and local objectives in funding applications. Additionally, there is a discussion of various components necessary for successful proposal submission, including project scope, budgetary considerations, and compliance with statutory obligations. The structured approach to responding to RFPs, supported by meticulous planning and consultation with stakeholders, is emphasized as critical to securing funding. The document underscores the context within which these proposals operate, revealing how they fit into broader governmental strategies for project development and resource allocation. The ultimate goal is to ensure effective project implementation, addressing community needs and adhering to financial guidelines.
    Similar Opportunities
    Z2DA-- Install Fall Protection | Project #570-21-109 |Fresno VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the installation of fall protection systems at the Fresno VA Medical Center, identified under solicitation number 36C26125R0030. The project aims to enhance safety for maintenance personnel by installing guardrails, ladders, and tie-back anchors across multiple buildings, ensuring compliance with OSHA standards and VA regulations. This initiative underscores the VA's commitment to improving facility safety while providing opportunities for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in federal contracting. Proposals are due by April 14, 2025, with an estimated contract value between $2 million and $5 million; interested vendors should direct inquiries to Contract Specialist Rosario E. Chaidez at Rosario.Chaidez1@va.gov.
    J043--FY25: OVAHCS Medical Gas Testing and Preventative Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the Medical Gas Testing and Preventative Maintenance contract at the Orlando VA Healthcare System (OVHCS), with an estimated value of approximately $34 million. The contract encompasses comprehensive services including testing, certification, and emergency response for medical gas systems across multiple OVHCS locations, ensuring compliance with safety standards and operational efficiency critical to patient care. Contractors must possess certifications from the American Society of Sanitary Engineering (ASSE) and adhere to stringent documentation and regulatory requirements throughout the contract term. Interested parties should contact Robert R Edwards at Robert.Edwards2@va.gov for further details and to submit proposals in accordance with the solicitation guidelines.
    Skybridge Test Rail Anchors
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the procurement of Skybridge Test Rail Anchors at the Portland VA Medical Center. The project involves the installation of rail anchors designed to support a bosun chair for window washing, with a testing requirement of 5,000 lbs to ensure safety and compliance with industry standards. This initiative is part of broader infrastructure improvements aimed at enhancing the operational efficiency of healthcare services for veterans. Interested vendors must submit their offers by March 21, 2025, at 16:00 PST, and can direct inquiries to Andrew Barrow or Colleen M Nicholson via their respective emails.
    Z1DA--ROOF REPAIRS MULTIPLE BUILDINGS
    Buyer not available
    The Department of Veterans Affairs is seeking bids for urgent roofing repairs across ten buildings at the Salem VA Medical Center in Virginia. The project focuses on ballasted EPDM roof repairs, including sealing roof scuppers, patching significant leaks, and conducting inspections to address active leaks, all while preserving the historical integrity of the facilities. This solicitation highlights the VA's commitment to maintaining high-quality healthcare environments for veterans, with an anticipated budget ranging from $25,000 to $100,000. Interested contractors must submit their bids by March 20, 2025, and can contact Contract Specialist Chanel Johnson at chanel.johnson@va.gov or 757-722-9961 ext. 11122 for further information.
    H349--NEW: Annual Eye Wash Station Inspection SERVICE Base 4 Option Years Contract
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an Annual Eye Wash Station Inspection Service contract at the North Texas VA Medical Center in Dallas, Texas. This contract, identified by solicitation number 36C25725Q0345, requires annual inspections of emergency shower and eye wash stations, ensuring compliance with ANSI/ISEA Z358.1-2014 standards, and includes a base year with four optional renewal years. The estimated contract value is $41 million, reflecting the importance of maintaining safety standards in healthcare facilities while promoting participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by March 21, 2025, at 3:00 PM Central Time, and can contact Contract Specialist Crystal Carabajal at crystal.carabajal@va.gov or 210-915-4076 for further information.
    Z2DA--549-SL-832 BLDG 9 Roof Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the roof repair project at Building 9 of the Dallas VA Medical Center. This project involves the replacement of shingles, decking, and gutters, with a total area of approximately 4,000 square feet of decking and 1,500 linear feet of new gutters required. The work is critical for maintaining the integrity and safety of the facility, which will remain occupied during the repairs, necessitating adherence to strict safety and environmental standards. Quotes are due by March 17, 2025, at 10:00 AM CST, and interested contractors should contact Contract Specialist Eileen F. Myers at Eileen.Myers@va.gov for further details.
    Z1DA--Correct SPS Ceiling System Finding 506-25-502
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "Correct SPS Ceiling System Finding" project at the Ann Arbor VA Medical Center, with a focus on replacing the existing ceiling system in specific areas. The project requires comprehensive construction services, including labor and materials, to ensure minimal disruption to hospital operations while adhering to strict safety and compliance standards. This initiative is crucial for enhancing the facility's infrastructure and maintaining high standards of patient care. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by March 19, 2025, with a total estimated project cost between $500,000 and $1,000,000. For further inquiries, contact Contract Specialist Leland R Ruedel at leland.ruedel@va.gov.
    Z1DA--Project: 619-23-101 - Replace Roof Systems for Main Hospital, Building 1
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of roof systems at the Main Hospital, Building 1, of the Central Alabama Veterans Health Care System in Montgomery, Alabama. This project, designated as 619-23-101, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to address significant water intrusion issues that pose health risks and structural damage. The contract, estimated to range between $5 million and $10 million, requires comprehensive project management, engineering, and labor to ensure the safety and integrity of the facility, with a performance period of 365 days. Interested contractors must submit their proposals by March 26, 2025, at 1:00 PM EST, to Joseph A. Osborn at Joseph.Osborn@va.gov, with a copy to Margaret Yeaton at Margaret.Yeaton@va.gov.
    Z1DA--Replace and Correct Roof Building 44 504 Amarillo VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement and correction of the roof on Building 44 at the Amarillo VA Medical Center in Texas. This project, set aside for 100% Service Disabled Veteran Owned Small Businesses, requires contractors to provide all necessary labor, materials, and equipment to replace the existing flat roofing system, including new flashing and drainage solutions. The initiative is crucial for maintaining the facility's operational integrity and safety, ensuring compliance with federal contracting regulations while supporting veteran-owned businesses. Interested bidders should note that the estimated construction cost ranges between $500,000 and $1,000,000, with a bid opening scheduled for March 26, 2025. For further inquiries, contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    Z2DA--542-25-105 | Replace Pitched Roof Building 1 | NCO 4 Construction East (VA-25-00008811)
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of the pitched roof on Building 1 at the Coatesville Veterans Affairs Medical Center, designated as Project Number 542-25-105. This project involves comprehensive demolition, site preparation, and construction activities, including the installation of a fluid-applied roofing system and compliance with stringent safety and environmental standards. The initiative is crucial for enhancing the building's structural integrity and ensuring minimal disruption to ongoing medical operations. Interested contractors, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit their bids by April 22, 2025, and direct inquiries to Contract Specialist Lamar D. Thomas at lamar.thomas2@va.gov. The anticipated cost for the project ranges between $500,000 and $1 million, with a performance period of 160 days post-award.