Z1DA--Pittsburgh-Butler-Erie Construction MATOC| 646-19-112 UD Emergency Dept Access Reno_MATOC SEED Project |646-19-112
ID: 36C24424R0061Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contract Office 4, is preparing to issue a Request for Proposal (RFP) for the Pittsburgh-Butler-Erie Construction MATOC project, which aims to establish up to 10 Firm Fixed-Price contracts for construction projects valued at a cumulative total of $250 million over a five-year period. The procurement emphasizes a tiered evaluation process prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB), followed by other small business categories, ensuring that veteran-owned enterprises are given preference in the bidding process. Interested contractors must be registered in the System for Award Management (SAM) and verified by the Department of Veterans Affairs at the time of proposal submission, with the solicitation expected to be available around October 23, 2024. For further inquiries, potential bidders can contact Contract Specialist John Mignogna at John.Mignogna@va.gov or by phone at 412-377-9786.

    Point(s) of Contact
    John MignognaContract Specialist
    (412) 377-9786
    John.Mignogna@va.gov
    Files
    Title
    Posted
    The Veterans Affairs Regional Procurement Office (Network #04) intends to issue a Request for Proposal (RFP) for the Pittsburgh-Butler-Erie Construction MATOC project, which will establish up to 10 Firm Fixed-Price contracts for construction projects valued up to $250 million over a five-year term. The RFP emphasizes a tiered evaluation for small businesses, prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB), followed by other designated categories like HUBZone and small businesses. The solicitation is expected to be available around October 23, 2024, with a pre-proposal conference to follow shortly after. All proposals must be submitted electronically through the SAM website, with no hard copies distributed. Offerors are required to be registered in the System for Award Management and verified by the Department of Veterans Affairs. This presolicitation notice outlines the fundamental qualifications, submission protocols, and the importance of adhering to government regulations for those seeking to bid on the construction tasks aligned with the project.
    The document outlines the renovations for the Emergency Department Access Project at the Pittsburgh VA Healthcare System. The design and renovation aims to renovate approximately 871 square feet of interior space and includes building a new entrance vestibule, modifying the existing parking lot for pedestrian access, and installing new site lighting and signage. Key project components involve the removal and replacement of existing partition systems, plumbing, mechanical, and electrical systems while ensuring minimal disruption to the ongoing operations of the medical center. The project adheres to various regulations and safety protocols, including maintaining fire protection systems and ensuring proper construction practices. The construction activities are to be conducted during specific hours to minimize noise and disruption, with certain high-impact work scheduled for after-hours. The contractor is responsible for coordinating with the VA representatives; ensuring compliance with fire and safety standards throughout the construction phase, and keeping work areas clean and safe. The document emphasizes attention to detail and coordination, highlighting the VA's commitment to enhancing infrastructure while prioritizing patient safety and operational continuity.
    The document outlines specifications for the UD Emergency Department Access Renovations at the University Drive Campus of the VA Pittsburgh Healthcare System. The main objective is to renovate approximately 871 square feet of the Emergency Department and enhance access and functionality, including a new entrance vestibule and improved pedestrian pathways. It details the required construction work in various divisions, encompassing demolition, structural repairs, plumbing, electrical, and HVAC systems, with an emphasis on maintaining ongoing medical operations during the renovation. Key requirements include adhering to safety and security protocols, coordinating construction activities to minimize disruption, and implementing effective material disposal and restoration practices. The contractor must develop a detailed work plan and follow specific procedures to communicate and obtain approval for any utility service interruptions. Additionally, robust warranty management practices are emphasized to ensure long-term accountability post-construction. This document serves as a comprehensive guide for contractors bidding on the project, illustrating the complex integration of architectural and engineering elements necessary for compliance with VA standards and optimal patient care delivery during and after renovation.
    The document outlines specifications for the University Drive Campus VA Pittsburgh Healthcare System's Emergency Department Access Renovations project, specifically focusing on HVAC system requirements. It includes detailed guidelines on mechanical systems, proper installation procedures, compliance with applicable codes and standards, quality assurance, and maintenance requirements. It emphasizes protection of equipment, cleanliness of systems, and the necessity of submission for approval of shop drawings and submittals. The importance of accessibility for maintenance and operation of HVAC systems and components is highlighted, alongside strict quality control measures. Additionally, considerations for working within an active healthcare environment are addressed, emphasizing minimal disruption to services. The document reflects the Veterans Administration's commitment to high standards in facility upgrades, ensuring safety, maintenance, and operational efficiency in healthcare delivery. This structured approach is typical in government RFPs, reflecting regulatory compliance and standards for federal projects.
    The document outlines the safety, health, and environmental requirements for construction projects at the Butler Veterans Administration Medical Center in Butler, Pennsylvania. It emphasizes the importance of adhering to stringent safety regulations to protect veterans, staff, and visitors during construction activities. Key sections detail security protocols, general site safety measures, hazardous materials identification, airborne dust control, infection control procedures, and the management of asbestos-containing materials. Contractors are required to maintain a clean and secure work environment, provide personal protective equipment, and ensure proper disposal of hazardous wastes, adhering to local and federal environmental regulations. Communication requirements, including contractor supervision and documentation of safety practices, are also highlighted. The document serves as a comprehensive guide to ensure that construction projects minimize risks, comply with occupational and environmental standards, and safeguard the health of all individuals on-site.
    The Erie VA Medical Center outlines comprehensive requirements for contractors involved in construction and service delivery. Key areas include mandatory privacy training for all personnel, with certificates provided to the Contracting Officer's Technical Representative (COTR). Security protocols require staff to obtain Flash Badges following background investigations before accessing VA properties. Weekly progress meetings must be held to discuss construction schedules and challenges, with the contractor responsible for providing agendas and meeting minutes. Contractors are required to register with the Contractor Performance Assessment Reporting System (CPARS) to evaluate past performance for all significant contracts. Submittals must be properly registered and reviewed within specified timelines. Coordination drawings must be submitted for approval before starting any work to avoid conflicts. Strict infection control measures must be followed during construction, including risk assessments to categorize activities and patient risks, which dictate required safety precautions. Different levels of infection prevention and control measures are defined, depending on the complexity and duration of the work, with detailed cleaning and monitoring requirements upon completion. This regulatory framework emphasizes the VA's commitment to safety, compliance, and maintaining a secure environment during construction activities.
    This document outlines the requirements for submitting a Statement of Prior Experience as part of a federal or local Request for Proposals (RFP). It specifies that potential offerors must detail their past projects within five years, focusing on their performance as prime contractors or subcontractors. Key sections include providing contract specifics such as original and current contract values, completion dates, and reasons for any modifications. Offerors must also describe the work completed, the relevance of these experiences to the current solicitation, and details on any subcontractors involved. Additionally, a point of contact for the government agency's contracting officer must be included. Finally, Part 2 seeks to identify subcontractors or teaming partners, limiting the list to three per discipline. This structured approach ensures that offerors present a comprehensive history of relevant experience and resources, promoting accountability and clarity in the contracting process.
    The document outlines the requirements for completing the "Subcontractor Information and Consent Form," which is necessary for major subcontractors and teaming partners involved in federal contracts, such as the one issued by the Department of Veterans Affairs. It specifies that subcontractors must provide references, past performance information, and consent for the release of their performance records to prime contractors. Key points include the need for liquidated damages assessments in the last five years, detailing issues encountered on projects, and describing any value engineering proposals submitted. The form also requires subcontractors to highlight unique skills, professional awards, and significant past contracts. The overall purpose is to assist the government in evaluating subcontractor performance to ensure best value in source selection. By facilitating the sharing of past performance data, the government aims to enhance the contract award process while emphasizing its focus on reliable performance metrics.
    The document outlines a Past Performance Questionnaire for contractors applying for a Department of Veterans Affairs contract related to the Emergency Department Access Renovation project. It provides instructions for both offerors and reference contacts, guiding them in completing the required sections of the questionnaire. The contractor must supply information about their company and project specifics, while the reference contact is expected to assess the contractor’s past performance across various evaluation criteria, such as quality, timeliness, compliance, and customer satisfaction. A scoring system from 0 (Neutral) to 5 (Exceptional) is employed for this evaluation, with specific remarks required for each section. The completed forms are to be submitted to the Contracting Officer by November 21, 2024, one day prior to the RFP deadline. The overall purpose of the questionnaire is to gather reliable past performance data to inform the selection of contractors for federal projects, thereby ensuring compliance with established quality and operational standards. This process reflects an essential aspect of the RFPs and grants management to foster accountability and performance assessment in government contracting.
    This document serves as a transmittal letter requesting references for a proposal submitted by a firm to the Department of Veterans Affairs (VA). It includes a questionnaire designed to evaluate the firm's past performance in accordance with Federal Acquisition Regulations (FAR). The letter emphasizes the importance of the recipient's candid feedback and assures confidentiality regarding their responses. It instructs the recipient to return the completed questionnaire via email to a specified contact at the VA rather than to the firm itself. The structure is straightforward, featuring a formal introduction, a polite request for participation, and clear instructions for submission. Overall, the document underscores the significance of past performance evaluations in the federal procurement process, particularly for securing contracts related to veterans' services.
    The VHA Directive 1192.01 outlines the mandatory seasonal influenza vaccination program for health care personnel (HCP) within the Veterans Health Administration (VHA). Its primary purpose is to establish a policy that mandates annual vaccination to reduce flu transmission risks in healthcare settings, particularly among vulnerable populations, such as veterans. The directive enforces that all HCP must receive the influenza vaccine or obtain an exemption based on medical or religious grounds, with adherence being a condition of employment, leading to potential disciplinary actions for non-compliance. The document underscores the importance of vaccination based on recommendations from reputable public health organizations, noting past challenges in achieving recommended vaccination rates within VHA. Detailed procedures for implementation, compliance monitoring, and necessary exemptions are provided to ensure clarity and accountability. Health care personnel who do not receive vaccination must wear masks during the influenza season, enhancing protection for patients and staff. The directive emphasizes a proactive approach to infection control and highlights the role of leadership in facilitating compliance and education related to the program. Overall, this policy reflects the VHA's commitment to safeguarding patient health and preventing influenza outbreaks within its facilities.
    The SEED Project Task Order Package outlines a solicitation for the construction of the UD Emergency Department Access Renovation at the University Drive facility in Pittsburgh, PA, with an estimated budget of $1,000,000 to $5,000,000. The project requires a contractor to manage all aspects of construction, including mechanical, electrical, plumbing, and structural work, while adhering to phasing and infection control requirements. The performance period is set at 365 days from the Notice to Proceed. Potential contractors must provide a proposal guarantee and demonstrate compliance with service-disabled veteran-owned small business regulations, as the award is exclusively available to verified SDVOSBs. A pre-proposal meeting is scheduled, and contractors must submit their proposals, including the necessary certifications, pricing schedule, and compliance documentation within established deadlines. Liquidated damages for delays are specified, emphasizing the contract's strict time management requirements. The project represents the government's commitment to infrastructure improvement while supporting verified veteran-owned businesses in federal contracting.
    Similar Opportunities
    Z1DA--Pittsburgh-Butler-Erie Construction MATOC| 646-19-112 UD Emergency Dept Access Reno_MATOC SEED Project |646-19-112 (VA-24-00023593)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for a Multiple Award Task Order Contract (MATOC) focused on construction projects in Pittsburgh, Butler, and Erie, Pennsylvania. The VA plans to award up to ten firm fixed-price contracts, with a performance period of five years or until the cumulative contract value reaches $250 million. This procurement is significant as it aims to enhance facilities critical to veteran care, utilizing a tiered evaluation approach that prioritizes Service-Disabled Veteran-Owned Small Businesses (SDVOSB), followed by Veteran-Owned Small Businesses (VOSB), and then Small Businesses (SB). Interested contractors must register in the System for Award Management (SAM) and be verified by the VA Center for Veterans Enterprise, with the solicitation expected to be published around October 24, 2024, and proposals due by November 26, 2024. For inquiries, contractors should contact John Mignogna at john.mignogna@va.gov or 412-822-3764.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO5 - MATOC II project, which involves construction services under solicitation number 36C24524R0024. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and focuses on maintenance, repair, and construction projects within the Veterans Integrated Service Network (VISN) across Maryland, Washington D.C., and West Virginia. The selected contractors will be responsible for various construction activities, including upgrades to healthcare facilities, with a performance period of five years and a maximum limit of $1,000,000 per task order. Interested parties must submit their proposals by October 28, 2024, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or (304) 263-0811 ext 7617.
    Y1GZ--529-314 | Construct Med Supplies/PPE Warehouse | Butler VAMC | Construction | Mihaila/Prather/Rohacs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the construction of a medical supplies and PPE warehouse at the Butler VA Medical Center in Pennsylvania. The project requires contractors to demonstrate experience with similar warehouse constructions, specifically those with a minimum gross square footage of 18,000 and a minimum construction cost of $10,000,000, completed within the last seven years. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), highlighting the importance of supporting veteran-owned enterprises in federal contracting. Interested parties must submit their qualifications by October 25, 2024, and can contact Contract Specialist Leslie Prather at Leslie.Prather@va.gov or 216-447-8300 for further information.
    Z1DA--595-25-102 Replace Multi-Stack Bldg 37 DB Lebanon VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of Multi-Stack Building 37 at the Lebanon VA Medical Center in Pennsylvania. This project involves a Firm-Fixed-Price contract for design-build services that must adhere to VA and EPA standards, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a financial threshold of $45 million in annual receipts. The anticipated period of performance is 280 calendar days from the Notice to Proceed, with a construction budget estimated between $500,000 and $1 million. The solicitation is expected to be issued around October 28, 2024, and a pre-bid conference is scheduled for November 6, 2024. Interested parties must ensure they are registered with the System Award Management (SAM) and hold Veteran Small Business Certification by the Small Business Administration to participate in the procurement process.
    Z1DA-- 529-22-101 Replace Bldg. #7 Master Control Panel
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of the Master Control Panel in Building 7 at the Butler VA Medical Center, designated as project number 529-22-101. This project involves comprehensive construction services, including demolition and installation, while adhering to strict safety, environmental, and security regulations to ensure minimal disruption to ongoing medical operations. The contract value is estimated between $5 million and $10 million, with proposals due electronically by November 1, 2024, at 3:00 PM EST. Interested contractors can contact Amanda M. Murphy at amanda.murphy5@va.gov for further details and clarification.
    Z2DA--503-25-103 Repair Building 1 Sprinkler Main | NCO 4 Offers will ONLY be accepted from Altoona SDVOSB MATOC Holders
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the repair of the sprinkler main at Building 1 of the Altoona VA Medical Center, specifically targeting contractors who hold a Multiple Award Task Order Contract (MATOC). This project is crucial for maintaining fire safety standards at the facility and is exclusively open to Altoona SDVOSB MATOC holders, emphasizing the importance of compliance with the specified contractual stipulations. Proposals must be submitted by November 7, 2024, at 10:00 AM Eastern Time, with all inquiries directed to Contract Specialist Lakeisiha Davenport at Lakeisiha.Davenport@va.gov or by phone at 412-822-3777.
    Z2DA--631-23-004 Repair Sewer and Bathrooms Building 1
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "631-23-004 Repair Sewer and Bathrooms Building 1" at the Edward P. Boland Medical Center in Leeds, Massachusetts. This design-build initiative requires the prime contractor to manage both the project design and construction, with a project value estimated between $500,000 and $1,000,000. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran-owned enterprises in government contracting. Interested contractors must submit a bid bond of at least 20% of their bid price, not exceeding $3 million, and all relevant solicitation documents will be available on the SAM website, with the Request for Proposal expected to be released on April 18, 2024. For further inquiries, contractors can contact Chelsea Rodrigue, the Contracting Officer, at chelsea.rodrigue@va.gov or by phone at 413-584-4040 x6712.
    Z1DZ--523A5-24-010 Expansion Joint Corrections
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "523A5-24-010 Expansion Joint Corrections" project at the VA Medical Center in Brockton, MA. This project involves the replacement of existing expansion joints and the installation of new flooring, with an estimated contract value between $500,000 and $1,000,000, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The work must adhere to strict safety and operational protocols due to the presence of patients, and contractors are required to submit bids electronically by 2:00 PM EST on November 12, 2024, following a pre-bid site visit on October 22, 2024. For further inquiries, interested parties can contact Contracting Officer Heather M Libiszewski-Gallien at heather.libiszewski-gallien@va.gov.
    Z1DA--NRM | 503-19-112 Replace Steam System Project (VA-24-00009779)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Replace Steam System Project at the Altoona Veterans Administration Medical Center in Pennsylvania, identified by solicitation number 36C24424R0001. The project aims to secure a single, firm fixed-price contract for comprehensive construction services necessary to replace the steam system, with a performance period of 720 calendar days from the Notice to Proceed. This initiative is critical for maintaining operational efficiency and safety within the facility, emphasizing compliance with applicable codes and VA standards. Interested contractors must submit proposals by November 1, 2024, following a pre-bid conference on October 15, 2024, and are encouraged to contact Contract Specialist Elijah J. McIntosh at elijah.mcintosh@va.gov for further inquiries.
    Z2EZ--MPLS - SDVOSB Set-aside - Service - Replace Roll-Up Door
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of a malfunctioning roll-up door at the Minneapolis Veterans Affairs Medical Center (VAMC). This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the government's commitment to supporting veteran-owned enterprises while ensuring the necessary repairs are completed. The contract encompasses all labor, materials, and equipment required for the project, with a total value of approximately $22 million, and is scheduled to commence on November 15, 2024, extending through January 14, 2025. Interested contractors should contact Contracting Officer Joseph A. Bloomer at Joseph.Bloomer@va.gov for further details and to ensure compliance with federal procurement regulations.