Z1DA--NRM CONST 528-25-115 EXTERIOR IMPROVEMENTS
ID: 36C24225B0040Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the Exterior Improvements project (528-25-115) at the Buffalo VA Medical Center, focusing on various construction and electrical enhancements. The project encompasses site landscaping, concrete repairs, electrical upgrades, and the replacement of flagpoles, with an estimated budget between $500,000 and $1,000,000. This initiative is particularly significant as it aims to improve the facility's infrastructure while ensuring minimal disruption to hospital operations, and it is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit their bids by September 4, 2025, at 12:30 PM EST, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further details and clarifications.

    Point(s) of Contact
    Devan BertchContract Specialist
    Devan.Bertch@va.gov
    Files
    Title
    Posted
    This document is an amendment to Solicitation 36C24225B0040 for Exterior Improvements at the Buffalo VA Medical Center, Project 528-25-115. It provides critical updates and clarifications for bidders, including pre-bid sign-in sheets, the pre-bid conference agenda, and additional project information in a Q&A format. Key instructions for offerors cover proposal submission requirements, such as completing SF1442, acknowledging amendments, filling out the Bid Pricing Sheet (including a base bid and five alternate bids), submitting a Bid Bond, and providing Limitations on Subcontracting and Buy American Certification forms. Bidders must also submit their EMR rating and ensure registration in beta.sam.gov with updated certifications. SDVOSB/VOSB offerors need verification in Dynamic Small Business Search. The virtual bid opening is set for September 4, 2025, at 1:00 PM EST, with bids due by 12:30 PM EST. The cutoff for RFIs is August 18, 2025, at 4:00 PM EST. The amendment also details five bid deduct options for specific exterior improvement items, emphasizing that the VA reserves the right to remove these items during negotiations.
    The Department of Veterans Affairs has issued a Request for Proposal (RFP) for the Buffalo VA Medical Center's Project 528-25-115, focusing on exterior improvements to the facility. This includes comprehensive construction and electrical work with an estimated budget ranging from $500,000 to $1,000,000. The project aims to repair and replace various items, enhance landscaping, and install new lighting systems while ensuring minimal disruption to hospital operations. The RFP is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and all bidders must comply with federal regulations, including registration in the System for Award Management (SAM) and submission of required certifications. The selected contractor is expected to complete the work within 365 calendar days and must attend mandatory pre-bid site visits. Safety protocols, environmental safeguards, and compliance with the National Electrical Code (NEC) are essential throughout the project. The procurement process emphasizes transparency and communication, requiring all inquiries to be submitted in writing. This initiative illustrates the VA's commitment to enhancing its facilities while offering contracting opportunities to veteran-owned businesses.
    The VA Medical Center in Buffalo, New York, is preparing to issue a solicitation for exterior improvements under project number 528-25-115. This pre-solicitation notice highlights the need for repairs and replacements across the campus, including site landscaping, concrete cleaning, electrical and civil improvements, and flagpole replacement. The project duration will not exceed one year, with specific timelines to be detailed in the Statement of Work (SOW) accompanying the solicitation. The NAICS code is 238990, indicating it is for specialty trade contractors, with a small business size standard set at $19 million. The estimated cost range for the project is between $500,000 and $1,000,000, and a 20% bid bond is required upon submission. A site visit is scheduled for late July 2025, offering contractors an opportunity to assess the work required. This solicitation reflects the VA's commitment to enhancing its facilities for veterans, ensuring compliance with industry standards and timelines while promoting small business participation. The contracting officer, Devan Bertch, serves as the primary point of contact for interested vendors.
    The "Buy American Certificate" provision (FAR 52.225-2) requires offerors to certify that their end products are domestic, with exceptions listed for foreign end products. Offerors must identify any foreign end products by line item and country of origin. The terms "domestic end product," "end product," and "foreign end product" are defined in the "Buy American-Supplies" clause. The government will evaluate offers based on policies and procedures outlined in Federal Acquisition Regulation (FAR) Part 25. This provision ensures compliance with Buy American Act requirements in federal procurements, promoting the purchase of American-made goods.
    The "Buy American Certificate" serves as a provision in federal government requests for proposals (RFPs), emphasizing the commitment to purchasing domestic end products. The Offeror certifies that their offered products, except those specified as foreign, qualify as domestic. If any products are foreign, they must be listed along with their countries of origin. Key definitions related to domestic and foreign end products are referenced from associated solicitation clauses. The government assesses offers based on federal acquisition regulations, ensuring compliance with the Buy American policy. This certification is essential for promoting domestic manufacturing and safeguarding U.S. economic interests during procurement processes.
    The VA Notice of Limitations on Subcontracting (JAN 2023 DEVIATION) clause outlines subcontracting limits for VA contracts based on the predominant NAICS code, specifically for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). For services, contractors cannot pay more than 50% of the government-paid amount to non-certified SDVOSB/VOSB firms. General construction limits this to 85%, while special trade construction contractors are limited to 75%, excluding material costs. The clause emphasizes that any work subcontracted by a similarly situated certified SDVOSB/VOSB subcontractor counts towards these percentages. Offerors must certify compliance, acknowledging potential penalties for false certifications, including criminal, civil, or administrative actions. The VA can request documentation to verify compliance at any time, with failure to provide such information potentially leading to remedial action. Non-compliant SDVOSBs/VOSBs may face referral to the VA Suspension and Debarment Committee, fines, or prosecution. A formal certification must be completed and submitted with the offer, as failure to do so will deem the offer ineligible for evaluation and award.
    The VA Notice of Limitations on Subcontracting - Certificate of Compliance stipulates requirements for contractors regarding subcontracting practices when awarded contracts by the Department of Veterans Affairs (VA). The clause mandates that contractors must limit payments to firms that are not certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs) based on the type of contract. Specifically, for services, no more than 50% can be subcontracted; for general construction, the limit is 85%; and for special trade construction, the limit is set at 75%. The document highlights the obligation of offerors to certify compliance, acknowledges the potential legal consequences for false representations, and emphasizes the importance of providing documentation to prove adherence to subcontracting limits. Failure to comply can lead to serious repercussions, such as debarment and legal action. This certification is crucial in promoting veteran entrepreneurship and ensuring that designated small businesses receive appropriate contracting opportunities within the federal procurement framework.
    The Buffalo VA Exterior Improvements project (528-25-115) outlines comprehensive upgrades for the VA Western New York Healthcare System. The project focuses on four main areas: site landscaping and concrete cleaning, electrical improvements, civil improvements, and flagpole replacement. Key tasks include tree and shrub maintenance, concrete cleaning and sealing in Veterans Park, and extensive electrical upgrades covering various lighting fixtures and signage across the campus. Civil improvements involve repairing concrete steps, limestone facade panels, pouring a new bike shelter pad, A-wing island improvements, and main entrance sign base enhancements. Flagpole replacement entails removing and installing new main and military branch flagpoles. The project emphasizes adherence to all applicable codes and standards, minimal disruption to VA operations, strict safety protocols, and detailed contractor coordination, including phased work, submittals, weekly reports, and various inspections. Several bid deducts are provided for optional reductions in the scope of work.
    The Buffalo VA Medical Center is undertaking a renovation project focused on exterior improvements, identified as Project #528-25-115. The initiative encompasses landscaping enhancements, concrete cleaning and sealing, and electrical upgrades throughout the campus to ensure compliance with safety and operational regulations. Key tasks include tree and shrub maintenance, installation of decorative stone, concrete surface restoration, and the installation of new lighting fixtures across various areas. The contractor will also address structural repairs for concrete steps and the replacement of flagpoles following adherence to ANSI and NEC standards. In executing the work, the contractor must coordinate closely with the VA to minimize disruption, ensure safety protocols are followed, provide extensive documentation like status reports, and submit materials for approval before commencement. The project emphasizes responsible environmental practices and requires thorough inspections of completed work. Bid deduct options are stated for flexibility in project scope, allowing specific tasks to be adjusted based on budget considerations. Overall, this project reflects the VA's commitment to enhancing facility safety and appearance while maintaining operational integrity.
    The document appears to be an extremely brief excerpt from a larger government file, potentially an RFP or grant application, as indicated by its context. The content provided only shows a date, "8/13/25," repeated twice, and the number "2" twice. Without further information, it is impossible to determine the main topic, key ideas, or purpose of the document. The limited data suggests it might be part of a header, footer, or a page marker within a more extensive document, indicating a specific date relevant to the file, but its exact meaning and significance cannot be ascertained from the provided snippet alone.
    The Request for Information for Project #528-25-115, "Exterior Improvements Buffalo VAMC," addresses various questions regarding the scope of work. The project will primarily occur during regular hours, with some high-traffic or impactful tasks performed after hours. Responsibilities are divided between civil and electrical contractors: the civil contractor handles concrete pole bases, security shack removal, and general demolition, while the electrical contractor manages electrical wiring, conduits, and new pole light installations. Roofing contractors are responsible for antenna and satellite removal due to associated patching and sealing. The project also entails tuckpointing brick sign bases, removing and replacing all joint sealants in Veterans Park, repairing spalling concrete adjacent to Building 20 stairs, and replacing the main flagpole, including temporary flag display. Additionally, handrail preparation and painting, stair nosing replacement, and removal and replacement of existing landscape edging and faux stone pavers with stamped concrete in Veterans Park are required.
    Lifecycle
    Similar Opportunities
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, which involves significant infrastructure improvements including dam spillway modifications and drainage enhancements. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to modernize critical safety elements related to waterways at the cemetery. Interested contractors must submit their proposals electronically by October 15, 2025, at 2:00 PM EDT, and are required to attend a mandatory pre-bid site visit on September 16, 2025. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    Y1DA--528A6-24-603 Replace CLC Doors
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the project titled "Replace CLC Doors" at the Bath VA Medical Center in New York. This project involves the removal and replacement of interior doors, primarily emergency egress doors, in Building 78 (CLC) and Building 76 (Medical Center). The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 236220 for Commercial and Institutional Building Construction, with an estimated cost range between $100,000 and $250,000. Interested bidders must submit a 20% bid bond, and performance and payment bonds will be required. The solicitation is expected to be posted around November 6, 2025, with a response deadline of December 11, 2025. For further inquiries, contact Contracting Officer Devan Bertch at Devan.Bertch@va.gov or call 716-698-6459.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    Y1LZ--Project 620-23-102 Repave Parking Lot G at the Montrose VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking bids for Project 620-23-102, which involves repaving Parking Lot G at the Montrose VA Medical Center in New York. This project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requiring contractors to provide all necessary materials, equipment, and personnel to complete the work, which includes general construction, demolition, grading, drainage, and the installation of pole-mounted lighting. The project has a construction magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days from the Notice to Proceed. Interested bidders must be registered in SAM.gov and verified as an SDVOSB, with the solicitation expected to be released around December 9, 2025. For further inquiries, contact Contracting Officer Daniel Barone at Daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Buyer not available
    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.
    Y1DA--NRM-CONST 630A4-20-412 Repair Parking Lots and Roads SA
    Buyer not available
    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.
    Z1DA--632-17-107 RENOVATE DIALYSIS (VA-26-00002956)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the Dialysis Unit at the Northport VA Medical Center, identified as Project Number 632-17-107. This comprehensive project involves the renovation of approximately 5,330 square feet, including abatement, demolition, and extensive construction work across various disciplines such as electrical, mechanical, plumbing, and fire protection, with a completion timeline of 548 calendar days from the Notice to Proceed. The renovation is critical for modernizing healthcare facilities to ensure compliance with stringent safety and accessibility standards while maintaining uninterrupted hospital operations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids via email by January 14, 2026, at 10:00 AM EST, with a public bid opening scheduled for the same day at 11:00 AM EST. For further inquiries, contact Contract Specialist Lester S. Griffith at Lester.Griffith@va.gov.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.