648-22-108 Vancouver CLC Exterior Ramp and Access
ID: 36C26025R0020Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER HOSPITAL BUILDINGS (Z2DZ)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for the construction of an exterior ramp and access improvements at the Vancouver Community Living Center, located at the Portland VA Medical Center in Washington. The project entails comprehensive site preparation, including the demolition and removal of existing structures, and the installation of new access ramps in accordance with provided specifications. This initiative is crucial for enhancing accessibility for veterans residing in the facility, ensuring compliance with safety and environmental standards throughout the construction process. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by April 7, 2025, and can direct inquiries to Colleen Nicholson at Colleen.nicholson@va.gov or by phone at 360-553-7650. The estimated contract value ranges from $250,000 to $500,000.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a federal solicitation (36C26025R0020) by the Network Contracting Office 20 for construction services aimed at upgrading the exterior ramp and access of the Vancouver Community Living Center at the Portland VAMC. The project requires a contractor to prepare the site, including demolition and removal of existing structures, and install new access ramps per provided specifications. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls within a construction budget of $250,000 to $500,000. Proposals must be submitted to the contracting officer Colleen Nicholson by March 31, 2025. Additionally, potential contractors are encouraged to attend a site visit scheduled for March 7, 2025, and must demonstrate relevant experience in construction work within healthcare environments. Evaluation will consider technical factors, past performance, and cost, with a strong focus on the contractor's ability to adhere to infection control measures specific to active healthcare facilities. The document also includes detailed clauses regarding contractor obligations, reporting requirements, and standards for infection control during construction, emphasizing the importance of safety, compliance, and quality in service delivery.
    This document outlines an amendment to a solicitation from the Department of Veterans Affairs (VA) regarding Project 648-22-108, which involves the construction of an exterior ramp and access improvements at the Portland VAMC Vancouver Campus in Washington. The amendment specifies that the due date for questions regarding the solicitation is set for March 14, 2025, by 4:00 PM PST, and queries should be directed to Colleen Nicholson at the provided email address. All other terms and conditions of the original solicitation, issued on March 3, 2025, and due on March 31, 2025, at 4:00 PM, remain unchanged. The document serves to officially communicate these details to potential bidders, ensuring clarity and adherence to timelines in the solicitation process. Overall, the amendment reaffirms the VA's commitment to transparency and effective communication in federal contracting procedures.
    This document is an amendment (Amendment #3) to the solicitation number 36C26025R0020, issued by the Department of Veterans Affairs Network Contracting Office 20 for Project 648-22-108, regarding the construction of an exterior ramp and access at the Portland VAMC Vancouver Campus, WA. The amendment addresses contractor questions and includes reference to several attachments such as site plans and a past performance questionnaire. Notably, the proposal due date has been extended to April 7, 2025, at 16:00 PM. The amendment emphasizes that no further questions will be accepted post-issuance of this document. All terms and conditions from previous communications remain applicable unless directly altered by this amendment. This document is part of the federal procurement process, facilitating contractor engagement and project execution through clear communication and procedural updates.
    The document is an amendment related to a federal contracting solicitation for the "Vancouver CLC Exterior Ramp & Access" project, administered by the Department of Veterans Affairs (VA). Specifically, it pertains to Amendment #2 of solicitation number 36C26025R0020, which was issued to amend the original solicitation dated March 3, 2025. The primary purpose of this amendment is to provide additional information by including the sign-in sheet from the site walk for interested bidders. All other terms of the original solicitation remain unchanged. The contracting officer, Colleen Nicholson, is overseeing this amendment and has emphasized the importance of acknowledging receipt of the amendment prior to the specified deadline for submissions. Adherence to the provided guidelines in amendments and modifications is crucial in the competitive bidding process. This amendment serves to clarify procedural aspects of the bidding process while ensuring transparency and communication between the VA and potential contractors.
    The document outlines the Past Performance Questionnaire process for government contractors submitting proposals to the Department of Veterans Affairs (VA) for contract evaluations. Offerors must prepare and send a questionnaire to their references, which includes a cover letter, respondent information, and guidelines for submission. References are to rate the contractor’s performance based on specific criteria such as quality control, timeliness, business practices, compliance, and safety, using a scale from neutral to exceptional. Key sections require evaluators to provide detailed remarks about the contractor's execution, management of subcontractors, adherence to safety regulations, and overall customer satisfaction. The response must be submitted electronically by April 4, 2025, and the confidentiality of respondents is assured per Federal Acquisition Regulations. This process is vital for assessing contractor reliability and effectiveness in federal projects, ensuring accountability and quality in government procurement practices.
    The document presents a geotechnical subsurface investigation report for the proposed replacement of the existing security fence at the Portland VA Medical Center in Vancouver, Washington. Blue Trident, LLC commissioned TTL Associates, Inc. to assess the subsurface conditions, which involved drilling eight test borings to a depth of 16.5 feet. The findings revealed predominantly loose to medium dense granular soils, suitable for shallow spread foundations. The report provides design recommendations for foundation types, emphasizing the necessity for proper site preparation and effective compaction techniques. Key considerations include groundwater control, seismic conditions, and potential corrosion risks of the soil. The suggested excavation practices follow OSHA guidelines for safety, and the report highlights that ongoing supervision by a geotechnical engineer is imperative during construction to ensure compliance and address any variations in subsurface conditions. Overall, this investigation aims to support the safe and effective installation of a new security fence, aligning with federal protocols and ensuring structural integrity.
    The document outlines a series of inquiries from contractors regarding a construction project for the VA, addressing essential specifications, logistical arrangements, safety measures, and compliance requirements. Key discussions include the management of temporary fencing to ensure safe access for machinery and VA personnel, the contractor's responsibilities for environmental protection and restoration efforts, and parking arrangements for construction vehicles. The VA specifies that existing infrastructure must remain accessible, particularly for employee use, while stipulating that no equipment can remain on-site overnight without proper security measures. The document further covers topics such as required permits, testing laboratory responsibilities, photographic documentation, and the contractor's role in ensuring compliance with health measures. A notable point is that the project must minimize disruption to patients residing nearby. Overall, the communication ensures that contractors are well-informed about project specifications and expectations, promoting a structured approach to the upcoming construction tasks.
    The Vancouver CLC Ramps & Access project at the Vancouver VA Medical Center focuses on improving accessibility by constructing new ramps and access points. Under Contract Number 36C26018D0047, the project will entail comprehensive site preparation, including demolition and construction activities aligned with VA standards. Key project specifications include safety requirements for contractors, adherence to environmental controls, and thorough documentation of construction processes. Contractors must comply with detailed security protocols, coordination with ongoing VA operations, and submission of training records. Utility services will remain operational during construction, with significant disruptions requiring prior approval. A firm emphasis on maintaining the integrity of existing infrastructures, proper waste disposal, and employing qualified professionals for all surveying and engineering tasks is critical. Furthermore, the project underscores a commitment to documentation, including as-built drawings and photographic progress records. Overall, the initiative reflects the VA's dedication to enhancing facilities for veterans while ensuring safety, quality, and compliance with regulatory standards throughout the construction phase.
    The document provides guidelines for the completion of a Price Schedule Breakdown in relation to a federal construction project at the Portland VA Medical Center. It specifies that all pricing is fixed and assigns responsibility to the awardee for ensuring the accuracy of calculations for subtotals and the overall contract total. Each line item follows the Construction Specification Institute's divisions, which categorize various construction activities. Key financial elements include sections for overhead, subcontractor markup, and profit rates, alongside cost categories such as insurance, taxes, and operational manuals, although none are itemized in this instance. The Price Schedule is considered informational and does not represent separate billable items. Additionally, terms like field office overhead and general conditions are interchangeable and will be applied uniformly across the contract. The document stresses the importance of precise cost tracking and clarity in pricing, foundational for effective government RFP management, indicating a structured approach to financial aspects within federal contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z1DA--648-24-701 EHRM Infrastructure Upgrades Phase 2 Construction - Portland, OR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for the Design-Bid-Build EHRM Infrastructure Upgrades Phase 2 project at the Portland VA Health Care System, which encompasses significant construction and infrastructure enhancements in Portland, OR, and Vancouver, WA. The project requires contractors to assess existing conditions, perform demolition, and provide comprehensive labor, materials, and supervision across various disciplines, including civil, plumbing, mechanical, electrical, and electronic work. This initiative is crucial for upgrading the facility's infrastructure, including fiber optic installations, HVAC systems, and fire safety measures, ensuring improved operational efficiency and safety for veterans. The solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be issued as an Invitation for Bid (IFB) in late October 2025, with an estimated construction value between $5 million and $10 million and a performance period of approximately 365 days. Interested parties can direct inquiries to Contract Specialist Sierra Tate at Sierra.Tate@va.gov or by phone at 216-447-8300.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for Project 648-20-116, which aims to correct electrical deficiencies at the Vancouver VA Medical Center. This project involves replacing, modifying, or upgrading existing electrical power distribution equipment in accordance with a Wiley-Wilson arc-flash report, and includes conducting a facility-wide arc-flash hazard risk assessment upon completion. The work is critical for ensuring the safety and operational efficiency of the medical facility's electrical infrastructure. The solicitation is set to be posted around December 2025, with an estimated contract value between $5,000,000 and $10,000,000, and is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested contractors can contact Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341 for further information.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    Spinal Cord Injury Space (Minor) Construction – Seattle – Project 663-310
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Spinal Cord Injury Space (Minor) Construction project at the Seattle VA Medical Center, identified by Solicitation Number 36C77625B0041. This project aims to enhance facilities dedicated to spinal cord injury care, with an estimated funding amount of $12,630,000.00, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties should note that the bid log indicates competitive offers, with the lowest bid received at $10,084,052.00, and must reach out to Thomas Council at Thomas.Council@va.gov or Joseph Rossano at joseph.rossano@va.gov for further inquiries.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    36C25726R0010 | Project # 674-21-252 Renovation of Bldg. 62 AC Shop
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans’ Medical Center in Temple, Texas, under Solicitation Number 36C25726R0010. This project, designated as Project 674-21-252, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires the contractor to provide all necessary labor, supervision, materials, and equipment for comprehensive electrical, mechanical, and plumbing reconfigurations. The estimated contract value ranges from $2 million to $5 million, with a mandatory performance period of 360 calendar days, and proposals are due by January 29, 2026, at 10:00 AM CST. Interested parties can contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov for further details.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Y1DA--NRM-CONST 630A4-20-412 Repair Parking Lots and Roads SA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified construction firms to undertake the repair of parking lots and roads at the St. Albans VA Medical Center located in Queens, New York. The project involves comprehensive work including asphalt removal and replacement, resurfacing, striping, grading, curb and gutter repair, drainage improvements, and site restoration, all adhering to VA and manufacturer specifications. This initiative is crucial for maintaining safe and accessible facilities for veterans and staff, with an estimated construction cost ranging from $5,000,000 to $10,000,000. Interested contractors must be Service-Disabled Veteran-Owned Small Business Certified (SDVOSBC), registered with SAM.gov, and comply with all relevant VA regulations and safety standards. A site visit is strongly encouraged, and the solicitation is anticipated to be issued around December 19, 2025. For further inquiries, contact Torell Camp at Torell.Camp@va.gov or call 718-584-9000.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.