3rd, 6th, & 8th Floor, East to West Elevator -Renovate Halls & Walls | Project: 521-25-101
ID: 36C24725R0024Type: 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)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals for the renovation of the halls and walls on the 3rd, 6th, and 8th floors of the Birmingham VA Medical Center, under Project No. 521-25-101. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance the facility's infrastructure while ensuring compliance with health and safety regulations, including infection control and quality assurance measures. The estimated contract value ranges from $500,000 to $1,000,000, with a site visit scheduled for January 29, 2025, and a deadline for Requests for Information by February 7, 2025. Interested contractors should contact Kimberly Devlin at kimberly.devlin@va.gov or Joseph Osborn at Joseph.Osborn@va.gov for further details.

    Point(s) of Contact
    Kimberly Devlin
    kimberly.devlin@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for the renovation of hallways and walls on the 3rd, 6th, and 8th floors of the Birmingham VA Medical Center. This contract is specifically set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB), requiring that at least 51% ownership is held by service-connected veterans. The project magnitude is estimated between $500,000 and $1,000,000, adhering to NAICS code 236220. Notable requirements include the submission of electronic proposals, a site visit scheduled for January 29, 2025, and a deadline for Requests for Information by February 7, 2025. Contractors must ensure compliance with OSHA standards, security requirements, and provide a thorough proposal including past performance, safety records, and pricing. The award will prioritize past performance over price, reflecting the government’s objective of securing reliable contractors for this significant renovation. This RFP illustrates the government’s commitment to engaging veteran-owned businesses while also maintaining high standards for project execution and compliance with federal regulations.
    This Pre-solicitation Notice outlines the upcoming solicitation for the renovation of elevator halls and walls on the 3rd, 6th, and 8th floors of the Birmingham VA Medical Center. It is a construction project set aside exclusively for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The estimated contract is a Firm-Fixed Price (FFP) with a budget between $500,000 and $1,000,000, and a completion period of 274 calendar days post-Notice to Proceed. The scope includes demolition and replacement of ceiling tiles, wall painting, installation of wall protection and cove base, flooring demolition, and installation of new commercial-grade rubber tile. Prospective contractors must comply with specific VA regulations regarding subcontracting limits and must be registered in the SBA certification database. The RFP publication is expected around December 23, 2024, and a pre-proposal site visit will be organized. This notice serves as a preliminary announcement and does not invite formal proposals yet.
    This government document appears to be an amendment to a solicitation for a project related to the Department of Veterans Affairs, specifically managed by the VISN 7 Network Contracting Activity at the Birmingham VA Medical Center. The key purpose of this amendment is to inform offerors about the attachment of the attendee list from a site visit that took place on January 29, 2025, outside the specified building entrance. The amendment outlines instructions for bidders on how to acknowledge receipt of the amendment, emphasizing the need for timely communication regarding their offers. It establishes that all original terms and conditions of the solicitation remain unchanged except for the newly added attachment. The importance of adhering to deadlines and maintaining compliance with the established process is underscored as critical to the successful participation in the bidding process. Joseph Osborn, the contracting officer, is identified as the authorized signatory for this document.
    This document serves as an official amendment to the solicitation for Project 521-25-101, concerning the renovation of the 3rd, 6th, and 8th floors at the Birmingham VA Medical Center. The main subject of the amendment is the cancellation of Request for Proposal (RFP) number 36C24725R0024, which was deemed to be in the best interest of the government. It outlines the required actions for offerors who had previously submitted bids, including acknowledgment of the amendment. The amendment illustrates proper procedural protocols for such cancellations under federal contracting guidelines. The document is issued by the Department of Veterans Affairs and is signed by the Contracting Officer, Joseph Osborn, confirming the cancellation decision while maintaining that all other terms of the original solicitation remain in effect unless specifically changed by this amendment. This cancellation may reflect operational adjustments, budgetary considerations, or strategic planning efforts by the VA regarding its contracting processes.
    The Experience Modification Rate Form is a required document for contractors responding to government RFPs. It collects essential safety and health data to evaluate a company's performance in relation to OSHA standards. Contractors must provide their OSHA 300 Forms detailing employee hours, cases involving work-related incidents, and the DART Rate for the years 2022 to 2024. Furthermore, the form requires disclosure of OSHA violations over the past three years, as any serious or repeat violations could lead to disqualification. The contractor must also submit their six-digit NAICS code, identify who administers their safety program, and state their Experience Modification Rate (EMR) for the past three years. An EMR above 1.0 could also disqualify them from the process. This information, alongside data from government inspections, ensures that contractors meet the necessary safety and health standards outlined in the solicitation, promoting workplace safety and regulatory compliance within government projects.
    The VA Notice of Limitations on Subcontracting outlines compliance requirements for contractors regarding the use of subcontractors in service and construction contracts. It emphasizes that contractors must adhere to specific percentage limits when contracting with firms that are not certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For services, no more than 50% can be subcontracted; for general construction, it is 85%, and for special trade contractors, 75%. Contractors must certify their commitment to these limitations and may be subject to severe penalties for non-compliance, including criminal prosecution. The document mandates that contractors provide documentation to verify adherence to these subcontracting limits. Additionally, the offeror must complete and return a formal certification with their bid to be considered for contract awards. Overall, the filing emphasizes the importance of promoting small businesses, specifically those owned by veterans, in government contracting processes.
    The Past Performance Questionnaire (PPQ) for Solicitation 36C24725R0023 serves as a tool for evaluating offerors’ previous performance on government contracts. Offerors are required to complete the questionnaire and submit it to their past clients, who will then assess various aspects of the contractor's performance. Key evaluation criteria include compliance with contract requirements, effectiveness of management, appropriate personnel usage, documentation timeliness, adherence to schedules, safety responsiveness, subcontractor coordination, customer interaction, problem-solving cooperativeness, financial distress handling, and warranty notifications. Each criterion is rated on a scale of 1 (unacceptable) to 5 (superior), along with an overall performance assessment and a recommendation for future work with the contractor. Additionally, evaluators are encouraged to provide comments to clarify any low ratings. This structured feedback process ensures that past performance is rigorously evaluated, contributing to informed decision-making in federal RFPs and grants.
    The document is a comprehensive price breakdown worksheet for a government Request for Proposal (RFP) related to construction or renovation projects. It outlines various divisions, including General Requirements, Existing Conditions, Concrete, Metals, Thermal and Moisture Protection, Openings, Finishes, Specialties, Equipment, Furnishings, Plumbing, Fire Suppression, Electrical, Heating, Ventilating, and Air Conditioning (HVAC), and Communications. Each division includes sections for listing material and labor costs, although specific costs are not provided in the document. The structure indicates a systematic approach to estimating project costs, emphasizing thorough categorization for efficient budget management. The total costs for each division are expected to be calculated and summed, along with additional related expenses such as overhead, profit, and insurance. This document serves as a tool for assessing budgetary needs for government-funded construction initiatives, ensuring compliance with federal standards and facilitating transparent pricing for contractors. Its meticulous organization reflects the necessity of detailed financial planning in public sector projects to maintain accountability and effective resource allocation.
    The document outlines the invoicing process for contractors working with the Department of Veterans Affairs (VA) in compliance with federal regulations. Payments to contractors will be processed electronically via the System for Award Management, adhering to specific FAR clauses. VA mandates that all invoices be submitted electronically through the Tungsten Network, which offers free registration for vendors. Contractors must send their invoices following service approval and use the designated Tungsten Network platform for submission. As of July 1, 2020, the VA10091 form has been removed, requiring vendors to update their information in the Customer Engagement Portal for new registrations. Contact information for Tungsten Network support and VA Financial Services Center assistance is included for vendors needing help with electronic invoicing setup. This document is part of the VA's efforts to streamline financial transactions and enhance administrative efficiency in government contracting.
    The Birmingham VAMC (Veterans Affairs Medical Center) project, identified as Project No. 521-25-101, involves renovating the Halls and Walls on the 3rd, 6th, and 8th floors of the facility. The project outlines contractor obligations, including adherence to VA security protocols, compliance with health and safety regulations, and the execution of quality control measures during construction. Key requirements include providing sufficient training for personnel, maintaining a secure environment, and instituting infection control practices. The renovation specifics involve the demolition and replacement of flooring, wall protection, and repainting to meet VHA standards. The contractor must communicate shutdown schedules to ensure minimal disruption to ongoing medical operations, while strictly adhering to protocols for hazardous materials, fire safety, and temporary utility usage. The overarching aim is to facilitate a safe and efficient renovation process while ensuring compliance with federal and local regulations, underscoring the VA's commitment to providing quality care facilities for veterans.
    The document titled "521-25-101 Drawings" outlines the scope of work indicated in green for a specific project, which is likely related to a federal or local request for proposals (RFP) or grant. While the file lacks detailed descriptions, it suggests that there are drawings accompanying the scope, which typically delineate project specifications and requirements essential for bidders to understand project parameters. This document functions within the context of government contracting, providing necessary information for potential contractors to formulate their proposals, ensuring compliance, and aligning with project objectives. The clarity and specificity of the scope are vital to facilitate the selection of qualified vendors for government projects. Overall, the document appears to serve as a foundational component of the contract bidding process in the public sector, although further context is needed to understand the complete project details.
    Similar Opportunities
    Z1DA--Project: 619-23-101 - Replace Roof Systems for Main Hospital, Building 1
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of roof systems for Building 1 at the Central Alabama Veterans Health Care System in Montgomery, Alabama. This project, designated as contract number 36C24725R0030, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to address significant water damage that poses health risks, with an estimated cost between $5 million and $10 million and a performance period of 365 days. The procurement process emphasizes the importance of past performance evaluations over cost, ensuring that contractors demonstrate relevant experience and compliance with federal regulations. Interested parties must submit their proposals by the extended deadline of March 14, 2025, at 1:00 PM EDT, and can contact Contracting Officer Joseph A. Osborn at JOSEPH.OSBORN@VA.GOV for further information.
    5650--Project #521-25-432, Replace Roof Over 2nd Floor MRI Area Birmingham VA Medical Center
    Buyer not available
    The Department of Veterans Affairs, through its Network Contracting Office 7, is seeking to negotiate a sole-source contract for roofing work at the Birmingham VA Medical Center, specifically for the demolition and replacement of the roof over the 2nd floor MRI area. The selected contractor, Structural Builders, Inc., a Service-Disabled Veteran Owned Small Business, has been chosen due to their specific qualifications and familiarity with the site conditions, which are critical for the timely execution of this project. The contract is expected to have a budget between $100,000 and $250,000, with a completion timeline of 120 days following the notice to proceed, and interested parties may submit their capabilities to the contracting officer, Joseph Osborn, by March 5, 2025, at 5:00 PM CST to express their interest in potential competition for the contract.
    Z2DA--Renovate Halls, Walls, Ceilings
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to renovate the halls, walls, and ceilings of the Ground Floor in Building 1 at the Durham VA Medical Center, with a construction magnitude estimated between $2 million and $5 million. The project aims to modernize outdated facilities while addressing hazardous materials, including asbestos and lead paint, ensuring compliance with safety and regulatory standards throughout the renovation process. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses, and interested bidders must submit their proposals by April 4, 2024, following a mandatory site visit scheduled for March 12, 2024. For further inquiries, potential bidders can contact Contract Specialist Alice V Custis at Alice.Custis@va.gov.
    Y1DA--521-21-106 | Medical Gas Systems
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Medical Gas Systems project at the Birmingham VA Medical Center, specifically under solicitation number 36C24725R0020. This project aims to upgrade and replace aging medical gas systems to enhance operational efficiency and safety within the facility, which is critical for providing quality healthcare to veterans. The contract, valued between $5 million and $10 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by February 18, 2025, following a mandatory site visit on January 29, 2025. Interested contractors should contact Contracting Officer Gregory Snyder at gregory.snyder@va.gov or 762-333-4273 for further details.
    Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of public bathrooms at the Augusta VA Medical Center, aimed at improving patient safety. This project involves comprehensive construction and alterations across seven floors, including upgrades to plumbing fixtures, lighting, and finishes, while adhering to stringent safety and security protocols due to the facility's continuous operation. The estimated contract value ranges from $1 million to $5 million, and the opportunity is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit sealed bids by March 28, 2025, with a mandatory site visit scheduled for March 4, 2025. For further inquiries, potential bidders can contact Contract Specialist Pamela R Moffitt at pamela.moffitt@va.gov.
    Replace Repair Roofs for Buildings 4,15, 90, 93
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace and repair roofs for Buildings 4, 15, 90, and 93 at the Central Alabama Veterans Health Care System in Tuskegee, Alabama. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 185 calendar days, with an estimated project cost ranging from $1 million to $5 million. The selected contractor will be responsible for ensuring compliance with safety and labor regulations while maintaining operational integrity at the healthcare facility. Interested parties must submit their proposals by March 7, 2025, and can direct inquiries to William Barton at william.barton2@va.gov or Joseph Osborn at Joseph.Osborn@va.gov.
    Y1BG--EHRM Construction Infrastructure Upgrades - 679-20-104 -Tuscaloosa VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the EHRM Construction Infrastructure Upgrades project at the Tuscaloosa VA Medical Center, with the intent to award a Firm-Fixed-Price contract. This project involves comprehensive upgrades, including the demolition of the existing Greenhouse Building 101, construction of a new Data Center Building 151, and the establishment of a fiber duct bank network, alongside enhancements to electrical systems, HVAC, communication networks, and physical security. The initiative is crucial for improving healthcare infrastructure and operational efficiency at the facility, with a total estimated construction cost ranging from $20 million to $50 million and a performance period of approximately 730 days following the notice issuance. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by March 14, 2025, and can direct inquiries to the primary contact, Contract Specialist Sadaya Brittian, at Sadaya.Brittian@va.gov or (216) 447-8300.
    Z2AA--Epoxy Floor Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for epoxy floor repairs at the Central Arkansas VA healthcare facility, with a total budget of $19 million. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 30 days following contract award, emphasizing the importance of timely execution and adherence to VA regulations. Interested bidders must attend a mandatory site visit on February 18, 2025, and a second visit on February 24, 2025, to familiarize themselves with the project requirements, with inquiries due by February 25, 2025. For further details, contact Felicia Lovelady at Felicia.Lovelady@va.gov.
    Y1DZ--PROJECT 675-23-100, Bid-Build (BB) Renovate Lake Nona Building 2 for Emergency Department and Observation Unit
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the Emergency Department and Observation Unit at the Orlando VA Medical Center, identified as Project 675-23-100. This project aims to expand the Emergency Department by creating new treatment rooms and updating HVAC systems, with a contract value estimated between $5 million and $10 million, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The renovation is critical for enhancing healthcare delivery to veterans while ensuring that patient care remains uninterrupted during construction. Proposals are due by March 10, 2025, and interested contractors must register in the System for Award Management and the U.S. Small Business Administration databases. For further inquiries, contact Contract Specialist Elizabeth Romero at Elizabeth.Romero@va.gov.
    Z1DZ--619-20-103 | Correct FCA Deficiencies in Boiler Plant, Building #14
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the construction project titled "Correct FCA Deficiencies in Boiler Plant, Building 14" located in Montgomery, Alabama. The objective of this procurement is to address identified deficiencies in the boiler plant through comprehensive renovations, including the replacement of outdated systems and ensuring compliance with safety and operational standards. This project is crucial for enhancing the infrastructure of healthcare facilities dedicated to veterans, thereby improving service delivery and operational efficiency. Proposals are due by April 10, 2025, with a site visit scheduled for March 13, 2025, and inquiries accepted until March 24, 2025. Interested contractors can contact Ryan Crispin at ryan.crispin@va.gov or (706) 231-7600 for further information.