Z2AA--887-MM2425-001 FLNC Update Admin Bldg Interior Complete construction services to update the interior finishes at Fort Leavenworth National Cemetery (887), 395 Biddle Blvd, Fort Leavenworth, KS 66027.
ID: 36C78625B0005Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CEMETERY ADMIN (36C786)QUANTICO, VA, 22134, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of Veterans Affairs is seeking qualified contractors to provide complete construction services for updating the interior finishes of the Administrative Building at Fort Leavenworth National Cemetery in Kansas. This project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with local, state, and federal regulations, including the submission of a Bid Bond and adherence to construction wage rates. The total award amount for this contract is $116,050.59, with a bid submission deadline extended to April 15, 2025, at 13:00 CDT. Interested bidders should contact Shane Hilts, the Contracting Officer, at shane.hilts@va.gov or 402-714-8099 for further details.

    Point(s) of Contact
    Shane HiltsNCA Contracting Officer
    (402) 714-8099
    shane.hilts@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), through its National Cemetery Administration, is issuing a presolicitation notice for the project titled “Update Admin Bldg Interior” at the Fort Leavenworth National Cemetery. The solicitation, scheduled for release around February 20, 2025, will be an Invitation for Bid (IFB) awarded as a Firm-Fixed Price contract, adhering to Davis-Bacon Wages. Contractors are required to furnish all necessary resources to complete the project within thirty calendar days, following all applicable VA and safety standards. The estimated project cost is between $100,000 and $250,000, and it is exclusively set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, which must be verified and registered on the VetBiz website. All amendments and solicitations will be posted on SAM.gov, and interested parties should ensure they are registered for notifications. Direct communication is limited to the designated contracting officer, Shane Hilts. This initiative underscores the VA's commitment to supporting veteran-owned businesses while maintaining operational standards.
    The Fort Leavenworth National Cemetery project focuses on updating the interior finishes of the cemetery's administration building, requiring comprehensive construction services by a contractor. The scope includes a detailed inspection, submission of findings, and a series of renovations such as removing and reinstalling fixtures, installing new gypsum board, lighting, cabinetry, and flooring. The contractor must respect the historic nature of the site and adhere to stringent regulations, including consulting with the National Cemetery Administration (NCA) Historic Architect. Key responsibilities include maintaining the dignity of the cemetery during operations, coordinating with staff to prevent disruptions, and ensuring safety standards are met for equipment and personnel. The expected completion is within 30 days of notice to proceed, with daily supervision required. The contract stipulates that all work must be conducted without costs to the government, with a clear emphasis on professional workmanship, cleanup protocols, and prevention of damage to existing structures and gravesites. This initiative underscores the government's commitment to preserving the integrity of national cemeteries while enhancing their functional facilities, demonstrating the importance of quality and care in such sensitive environments.
    The document serves as an award notice for construction services aimed at updating the interior finishes of the Fort Leavenworth National Cemetery's administration building. The project is managed by the Department of Veterans Affairs' National Cemetery Administration, with a total award amount of $116,050.59, granted to Blackhawk Construction LLC. The contract, identified by the award number 36C78625C0026, was finalized on May 13, 2025. The solicitation number associated with this contract is 36C78625B0005, and it falls under the NAICS and product service codes specific to construction services (236220 and Z2AA, respectively). The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Key contact information includes Shane Hilts, the NCA Contracting Officer. This document primarily reflects standard federal procurement practices and emphasizes the government’s engagement with veteran-owned businesses for such construction projects.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for construction services at the Fort Leavenworth National Cemetery. The requirement involves a Firm Fixed Price contract for updating the Administrative Building, emphasizing the need for compliance with local, state, and federal regulations. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), necessitating bidders to be verified in the SBA VetCert database and registered in several systems, including SAM and VIP. The proposal includes specific requirements concerning bid submission, including the necessity for a Bid Bond and compliance with various clauses related to construction wage rates and equal opportunity regulations. Bidders are encouraged to ask questions via written communication and must attend a site visit as part of the proposal process. Overall, this RFP demonstrates the government's commitment to enhancing veterans' services while promoting small business opportunities, particularly for veteran-owned enterprises, ensuring a structured and regulated procurement process.
    The document provides an overview of federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs, facilitating the processes for government agencies and potential bidders. The primary focus is to streamline the procurement process and encourage participation from diverse vendors. Key components include the eligibility criteria for bidders, the submission guidelines, and timelines for proposal submissions. The document also outlines the evaluation process for proposals, emphasizing transparency and fairness. Additionally, it highlights funding opportunities for various projects, aiming to enhance public services and infrastructure. Overall, the file serves as a comprehensive guide for entities seeking to engage with government contracts, ensuring a structured approach to project funding and procurement. It addresses both federal and state-level initiatives, promoting collaboration and innovation within the public sector.
    The document is an Estimated Construction Cost Worksheet for the B J Multi Services project, specifically aimed at replacing a water main under RFP VA-528-07-RP-0135, Project # 528A8-04-808. The worksheet is structured into various divisions, covering areas such as general requirements, existing conditions, concrete, masonry, and various mechanical and electrical components. Each division is intended to itemize the unit costs, number of units, total costs, and remarks related to the project. However, all the entries in the worksheet list $0.00 for unit costs and totals, indicating that no data has been inputted or cost estimates developed. The summary includes a subtotal for general construction, mechanical, electrical, and plumbing, alongside total construction costs, overhead, profit, and bonding, all remaining at $0.00. The file purports a standard template for estimating construction costs associated with federal projects, ensuring compliance with financial reporting requirements for grants and RFPs. It illustrates the importance of comprehensive cost analysis in government contracts, even though this particular document currently lacks specific financial estimates.
    The provided document appears to be heavily corrupted and largely unreadable, making it difficult to extract coherent and substantive information relating to government RFPs, federal grants, or state and local RFPs. Despite this challenge, the main intent of such documents typically revolves around soliciting proposals for projects or services that align with governmental goals, funding initiatives, or community needs. Key ideas often include the specifics of the request, eligibility criteria for potential applicants, associated deadlines, project requirements, negotiation terms, and evaluation metrics. This can encompass sectors such as infrastructure development, environmental assessments, healthcare upgrades, and various other public service improvements. Overall, successful navigation of this context necessitates clarity and focus on guidelines to ensure compliance and effective proposal submission. Given the document’s condition, further analysis or access to a clearer version would be essential for a detailed understanding.
    The document is a solicitation amendment from the Department of Veterans Affairs, specifically for a project titled "Update Admin Bldg Interior" at Fort Leavenworth National Cemetery. The primary purpose of this amendment is to extend the deadline for bid submissions to April 15, 2025, at 13:00 CDT. Additionally, it addresses inquiries received during the request for information (RFIs) phase, as detailed in an attached document. It contains various administrative details including the contract ID, project number, and the issuing and administering offices' contact information. The amendment emphasizes the necessity for bidders to acknowledge this extension promptly to avoid rejection of their offers. Despite this amendment, all other terms and conditions of the original solicitation remain unchanged. The signed document concludes with the name of the contracting officer, Shane Hilts, reaffirming the extension and provisions provided. This amendment exemplifies standard procedures within government RFP processes, ensuring transparency and compliance in contractual negotiations.
    The document appears to be a corrupted or improperly formatted government file, containing a series of garbled characters and text that is largely incoherent. Due to its corruption, it lacks clear content, making it impossible to summarize typical elements found in government RFPs or grants, such as project goals, funding amounts, eligibility criteria, or deadlines. It does not follow a standard structure and does not present comprehensible information related to federal, state, or local procurement processes. Therefore, without any actionable or intelligible content within the file, I cannot extract key ideas, supporting details, or articulate a coherent summary reflective of its intended purpose.
    The document outlines various tasks and requirements for a construction project overseen by the Contracting Officer Representative (COR). Key responsibilities include the removal and replacement of furniture, installation of double gang electrical receptacles for internet service, and necessary adjustments to utilities, including potential rerouting of lines that affect the work. Confirmation is needed for the installation of new underground conduit, especially if existing conduit capacity is insufficient. The project also involves meticulous handling of asbestos-containing materials, with encapsulation required for abatement. The contractor will have access to on-site utilities, including water and electricity. Additionally, the project adheres to the Buy American Act and is not tax-exempt. Safety and environmental monitoring measures are to be addressed by engineers, ensuring compliance throughout the construction. This initiative aims to enhance infrastructure while maintaining standards in safety, efficiency, and regulatory adherence in the execution of government-funded projects.
    Similar Opportunities
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, focusing on critical 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 ensure compliance with Colorado state regulations while modernizing cemetery facilities. Interested bidders must submit their proposals electronically by January 14, 2026, at 2:00 PM EST, with a virtual bid opening scheduled for the same day at 2:15 PM EST. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1 Development
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Jefferson Barracks National Cemetery, Sylvan Springs Phase 1 Development project in St. Louis, Missouri. This project aims to expand the cemetery by 33.6 acres, increasing burial capacity to accommodate an estimated 208,000 veterans in the St. Louis area until FY 2045, with a focus on providing efficient casketed and cremation options. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), includes general construction and pre-placed crypts, with a total performance period of 912 calendar days, including an Early Turnover phase of 252 days. Proposals are due by January 14, 2026, and interested parties should contact Contracting Officer Joshua Gibson at Joshua.Gibson2@va.gov for further information.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    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.
    C211--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) for a firm-fixed-price contract to replace Main Distribution Panel (MDP) panels in Buildings 88-89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. The project, identified as RFI 36C25526Q0015, has an estimated value between $1,000,000.00 and $5,000,000.00 and requires completion within a 365-day period following the notice to proceed. This procurement is crucial for ensuring the electrical infrastructure's reliability and safety at the facility. Interested contractors must submit a capability statement detailing their qualifications and experience by October 22, 2026, with the solicitation expected to be posted around October 25, 2025. For further inquiries, contact Tim Parison at timothy.parison@va.gov or call 913-946-1140.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.
    Repair FTD Building Envelope 539-25-509
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    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.
    C1DA--596-26-2-5744-0001 - Replace & Repair Facade on Buildings
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the replacement and repair of building facades at the Lexington VA Healthcare System, Sousley Campus. The project involves extensive work, including repairing or replacing deteriorated brick, terra cotta, wood, and metal facades, as well as improving drainage systems and sealing masonry. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), has an estimated construction value between $5,000,000 and $10,000,000, with qualifications due by January 9, 2026, at 2:00 PM EST. Interested firms must submit their SF-330 packages electronically to Contracting Officer Matthew Whisman at matthew.whisman@va.gov, ensuring compliance with all submission guidelines and SBA verification requirements.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for grounds maintenance services at the Sacramento Valley National Cemetery in Dixon, California. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses, encompasses a range of landscaping and groundskeeping tasks, including headstone care, turf maintenance, and irrigation system services, with a base period from July 1, 2025, to June 30, 2026, and four additional option years extending through June 30, 2030. This procurement is critical for maintaining the cemetery's solemn environment and ensuring the respectful upkeep of burial sites. Interested contractors must submit their proposals by January 7, 2026, and can contact Contract Specialist Brian Trahan at brian.trahan@va.gov for further information.
    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.