Y1DA--Project 671-24-200 Elevator Modernization
ID: 36C25724R0084Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the modernization of elevators at the Audie L. Murphy VA Medical Center in San Antonio, Texas, under Project 671-24-200. The project involves upgrading seven passenger and service elevators to enhance functionality, safety, and compliance with contemporary standards, with a focus on using non-proprietary components and adhering to federal regulations. This modernization effort is critical for maintaining operational efficiency and safety in healthcare facilities, reflecting the VA's commitment to improving infrastructure for veterans. Interested contractors must submit their proposals by December 23, 2024, at 3:00 PM CST, and can contact Contracting Specialist Michael E. Walls at Michael.Walls2@va.gov for further information.

    Point(s) of Contact
    Michael E WallsContracting Specialist
    Michael.Walls2@va.gov
    Files
    Title
    Posted
    The document presents a Request for Proposal (RFP) by the Department of Veterans Affairs for the modernization, repair, and upgrade of elevators at the Audie L. Murphy VA Medical Center in San Antonio, TX. The project includes the service and passenger elevators P1, P2, P3, P4, S5, S6, and S10, focusing on sustainability and full operational efficiency. The selected contractor must adhere to the Buy American Act, utilize non-proprietary components, and meet various safety codes, primarily under NAICS code 238290. Participation is limited to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), which must perform at least 15% of the work, ensuring proper certifications and registrations in SAM. Significant requirements include providing performance and payment bonds, proposal submission deadlines, and maintaining phased elevator functionality throughout the project. Contractors must also comply with Davis-Bacon Act wage determinations and ensure compliance with safety and inspection protocols. Overall, this RFP emphasizes improving essential infrastructure while maintaining high standards of safety and regulatory compliance. The awarded contract will be a firm-fixed-price agreement.
    The Audie L. Murphy Memorial Veterans' Hospital is seeking contractors for a project aimed at modernizing several passenger and service elevators, specifically P1, P2, P3, P4, S5, S6, and S10. The scope includes replacing obsolete components, integrating new systems with existing Fire Safety components, and ensuring compatibility with current equipment. The project is classified under NAICS code 236220 and falls within a budget range of $2 million to $5 million. Notably, this opportunity is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). A Request for Proposal (RFP) is expected to be released on approximately October 21, 2024, with a submission window of 30 days. Work completion is anticipated within 770 days from receiving a Notice to Proceed (NTP). Interested vendors must email Contract Specialist Michael Walls to express their intent to participate. It's essential that offers are made by firms verified by the Department of Veterans Affairs, ensuring their SDVOSB status is recognized. This presolicitation outlines the VA's commitment to support veteran-owned businesses while addressing critical infrastructure needs in veteran healthcare facilities.
    The document pertains to the survey and modernization of passenger and service elevators at the Veteran's Administration Medical Center in San Antonio, Texas. Dated May 3, 2024, it outlines construction documents involving engineering requirements from multiple companies, including WestEast Design Group, LLC, and Alderson & Associates, Inc. The document includes a comprehensive table of contents covering health and safety regulations, general project requirements, and various construction specifications from demolition to finishes and mechanical systems. Key points include the emphasis on safety protocols during the construction phase as outlined in the Veterans Health Administration (VHA) directive, highlighting responsibilities for various stakeholders, from the Under Secretary for Health to the individual construction safety officers. It stresses the use of pre-construction risk assessments (PCRA) to identify potential hazards and ensure compliance with safety regulations, including infection control measures. By instituting a structured safety management system, the document underscores the VA's commitment to ensuring a safe construction environment, protecting the health of patients, staff, and contractors throughout the elevator modernization process.
    The addendum for the "Survey and Modernization of Passenger and Service Elevators" project at the VAMC San Antonio, TX, details specifications for modernizing the traction elevator systems, including engineering and installation requirements. Key changes include the removal of sprinkler references and revisions to conduit texts. The document outlines operational criteria for multiple passenger and service elevators, emphasizing overhead traction systems with specific loading capacities and operational speeds. It delineates qualifications for contractors, including experience, training, and necessary certifications for workers involved. Compliance with various federal specifications, national codes (such as ASME A17.1, NFPA standards), and safety requirements is mandated. Detailed guidelines for materials, components, and equipment installation cover electrical systems, emergency power supplies, safety devices, and elevator operations. The summary establishes the project's purpose as upgrading elevator systems to enhance functionality and safety within a critical healthcare setting. The document serves as a reference for contractors involved in bidding and execution, reflecting the federal government’s standards for construction and modernization in healthcare facilities.
    The government document outlines a comprehensive request for proposals (RFPs), providing guidelines for federal grants and state/local RFPs aimed at enhancing various projects and services. It emphasizes the importance of adhering to specific regulatory standards and guidelines throughout the process. The document structures the information to facilitate clarity in the submission process, detailing critical timelines, eligibility criteria, and funding mechanisms while also addressing compliance with applicable laws and regulations. Key sections include project objectives, eligibility requirements, evaluation criteria, and instructions for submitting proposals. Additionally, it identifies overarching goals for fostering innovation, efficiency, and accountability in funded projects. This aligns with the government's commitment to transparency and support for entities pursuing viable solutions that enhance public service delivery. Overall, the RFP serves as a pivotal resource for potential applicants, ensuring that federal grants and RFPs are accessible, well-structured, and conducive to fostering effective partnerships between government agencies and service providers.
    The document outlines Amendment A0001 for solicitation 36C25724R0084, issued by the Department of Veterans Affairs' Network Contracting Office, NCO 17. The amendment primarily extends the deadline for offers to December 5, 2024, at 1:00 PM CST. It also announces a scheduled site visit on November 12, 2024, at 11:00 AM CST, to be held at the Audie L. Murphy VAMC in San Antonio, Texas. This organized site visit is set to take place in the Engineering Conference Room #E002. The amendment specifies that all other terms and conditions of the solicitation remain unchanged. The document is structured in a standard format, presenting essential information like project number, contractor details, acknowledgement methods, and modification reasons, ensuring clarity for bidders. This amendment serves to enhance communication with potential contractors, facilitating better engagement and understanding of the project requirements for the elevator modernization initiative.
    The document pertains to Amendment A0002 of the solicitation number 36C25724R0084 issued by the Department of Veterans Affairs for the Elevator Modernization project (Project 671-24-200). This amendment serves two primary purposes: it addresses inquiries from potential bidders and provides a revised Price/Cost Schedule. Additionally, it extends the deadline for proposal submissions to December 10, 2024, at 1:00 PM CST. This extension is granted to allow contractors sufficient time to prepare their proposals due to delays in responding to requests for information (RFIs). All other terms and conditions from the original solicitation remain unchanged. The amendments include attached documents detailing answers to questions and specifications regarding project materials. Overall, the document reflects the VA's commitment to facilitating the bidding process while ensuring the quality and thoroughness of contractor proposals.
    The document outlines Amendment A0003 to the solicitation 36C25724R0084 issued by the Department of Veterans Affairs, specifically the Network Contracting Office, NCO 17. The main purpose of this amendment is to provide updated specifications for an elevator assessment and extend the proposal due date to December 17, 2024, at 1:00 PM CST. This extension aims to accommodate contractors by allowing additional time to prepare responses following delays in answering requests for information (RFIs). It is noted that no further questions or requests for clarification will be accepted after this amendment. All other terms and conditions of the original solicitation remain unchanged. This document reflects standard procedures within government RFP processes, emphasizing the importance of clear communication and adjustments to timelines in federal procurement activities.
    The document pertains to Amendment A0005 of a contract related to the Elevator Modernization project (Project Number 671-24-200) managed by the Department of Veterans Affairs, Network Contracting Office, NCO 17. The amendment serves two primary purposes: first, it provides the Infection Control Risk Assessment (ICRA) and Pre-Construction Risk Assessment (PCRA) documents, which are essential for maintaining safety standards during the project. Second, it reminds contractors of the recent publication of the New Traction Elevator Specification, which was announced on SAM.gov. The amendment also specifies that the deadline for submitting offers has been extended to December 17, 2024, at 1:00 PM CST. Importantly, all other terms and conditions of the existing contract remain unchanged, ensuring continuity in the project framework. This document reflects standard protocols in federal RFP processes aimed at improving and modernizing government facilities while adhering to safety requirements.
    The document outlines Amendment A0006 pertaining to Project Number 671-24-200 for the Department of Veterans Affairs, specifically involving elevator modernization work. The amendment primarily serves to extend the deadline for proposal submissions to December 23, 2024, at 1:00 PM CST, allowing contractors additional time to address clarifications and respond to Requests for Information (RFIs). Additionally, it includes the latest Wage Determination and OSHA EMR Requirements, both crucial for compliance in the bidding process. Contractors are advised to refer to attached documents for detailed guidelines and conditions for proposals. All other terms and conditions from previous solicitations remain unchanged, maintaining consistency in the procurement process. This extension is positioned as reasonable to accommodate the need for thorough responses from contractors, reinforcing the commitment to a fair and competitive bidding environment.
    This document serves as Amendment A0007 to solicitation 36C25724R0084 for the elevator modernization project (Project 671-24-200) by the Department of Veterans Affairs. The primary purpose is to provide responses to follow-up Requests for Information (RFIs) regarding the project. It explains that RFI responses will be posted on SAM.gov, including specifications for the new traction elevator published on December 4, 2024, and prior inquiries published on December 9, 2024. Furthermore, the amendment includes a Past Performance Questionnaire, suggesting that potential contractors must demonstrate their previous performance on similar projects. It also reiterates that all other terms and conditions of the original solicitation remain unchanged. Overall, the amendment aims to clarify requirements and ensure transparency in the procurement process, reflecting the government's commitment to effective project execution and contractor selection.
    The document is an amendment (A0008) related to a solicitation for the Project 671-24-200, which involves the modernization of elevators for the Department of Veterans Affairs. The primary purpose of this amendment is to extend the deadline for receipt of offers to December 23, 2024, at 3:00 PM CST. The amendment also includes the signed Project Change Request Approval (PCRA) document, confirming no changes have been made to the original PCRA except for obtaining all necessary signatures. Contractors who have already submitted proposals are instructed to submit the signed amendment by the extended deadline. Importantly, aside from the extended deadline, all other terms and conditions of the solicitation remain unchanged. This amendment reflects the agency's procedural requirements in managing the procurement process for federal contracting.
    The document presents Amendment A0004 related to the federal project 671-24-200, which focuses on the modernization of passenger and service elevators for the Department of Veterans Affairs. The amendment extends the deadline for receipt of offers to December 17, 2024, at 1:00 PM CST. Key updates include additional specifications based on follow-up responses to Requests for Information (RFI) and the instruction for contractors to disregard previously provided estimated costs that have now been redacted to prevent bias. Furthermore, contractors are advised to ignore a specific specification related to new traction elevators. Despite these changes, all other contract terms and conditions remain intact. Attached documents provide further details regarding the amendments and assessments necessary for the project. This amendment reflects the government's effort to ensure transparency and fairness in the procurement process, highlighting the importance of accurate information in contract bidding.
    The solicitation from the San Antonio VA Medical Center outlines the requirements for the modernization of seven passenger and service elevators. Key highlights include the need for a full-time Superintendent, Site Safety and Health Officer (SSHO), and Quality Control Manager (QCM), although these roles may not all be held by separate individuals. The project mandates the use of non-proprietary parts to facilitate repairs and maintenance. All elevators will require emergency services, and the modernization methods must adhere to ASME 17.1 (2022) standards. The Contractor is responsible for establishing a filing system for submittals and maintaining compliance with safety and health regulations. Phased modernization will allow only two elevators to be out of service at once, ensuring the operational reliability of others during construction. The contract involves a two-year maintenance service following project completion, with inquiries aimed at clarifying existing conditions and requirements. The overarching goal is to enhance the functionality and reliability of the elevators through efficient project management and adherence to safety codes, reflecting the VA's commitment to maintaining high operational standards in its facilities.
    This document outlines specifications for installing new electric traction elevators for a government project, detailing engineering, furnishing, and installation requirements. It identifies various elevator types, including passenger and freight elevators, with specified loading ratings and control systems. The document emphasizes contractor qualifications, mandating five years of experience, certified installers, and licensed electricians. Compliance with numerous standards, including federal and industry regulations, is required, ensuring safety, performance, and maintenance. Comprehensive submittals are mandated, covering shop drawings, wiring diagrams, and product certifications. Performance standards aim for speed consistency, low noise levels, and vibration isolation. The document also touches on emergency power operation specifics and safety features, such as firefighter service and independent operation modes. Additionally, it addresses materials to be used, including stainless steel and electrical conductors, while emphasizing the importance of equipment compatibility. The elevator's machine room requirements, emergency stop mechanisms, and detailed car operating panel specifications are also included, ensuring compliance with the latest safety codes. This specification serves as a guideline for contractors in delivering high-performance and compliant elevator installations for government facilities.
    M2 Federal is seeking guidance from the Department of Veterans Affairs regarding RFI responses related to Solicitation 36C25724R0084 for elevator repairs at the Audie L. Murphy Memorial VA Hospital. The primary focus is on ensuring compliance with the latest ASME A17.1-2022 electrical code requirements, requesting detailed design drawings for necessary electrical upgrades, including dedicated circuits for hoistway lighting and emergency systems. The request addresses conflicting guidance within the project specifications and emphasizes the need for clarity on omitted electrical scopes in the current drawings. Additionally, M2 Federal questions the shunting requirements for specific electrical panels, highlighting potential safety risks associated with removing shunt mechanisms. They stress the need for reconsideration to ensure proper fire alarm configurations and cost estimation. Finally, the document requests confirmation on the availability of the Traction Elevator Modernization project specifications, as prior amendments did not include them. M2 Federal expresses a proactive approach in seeking clear directives to align with project requirements, ensuring adherence to safety codes and facilitating accurate project execution.
    The document addresses follow-up inquiries related to RFI (Request for Information) responses concerning a solicitation for elevator repairs at the Audie L. Murphy Memorial VA Hospital. M2 Federal seeks clarifications on the electrical scope, specifically regarding compliance with ASME A17.1-2022 codes, to ensure adequate upgrades are included in the project. Key concerns involve the omission of electrical work drawings, necessary upgrades for lighting and circuits in hoistways, and shunting requirements for various panels, which are crucial for fire alarm system integration and overall safety. The document emphasizes the need for precise design drawings, to resolve conflicts between existing specifications and project requirements. Additionally, M2 Federal requests confirmation on the availability of a referenced modernization project specification. This correspondence underscores the importance of clarity and compliance in government projects, particularly in maintaining safety standards in VA facilities.
    The document outlines the instructions and requirements for bidders responding to a federal Request for Proposal (RFP) for elevator installation and repair projects. Offerors must adhere to submission guidelines, including formatting, volume organization, and content. Proposals consist of two volumes: Volume I for past performance and Volume II for pricing and award documents. The selection will be based on a Past Performance-Price Tradeoff, where past performance is prioritized over price, and the government reserves the right to make awards without discussions. Offerors must demonstrate relevant experience through detailed project summaries, including cost management and subcontractor effectiveness. The evaluation will involve a comprehensive assessment of past performance, classified into adjectival ratings, and a price assessment for reasonableness. Bidders must also provide necessary certifications and proof of compliance with various federal regulations, including a bid bond requirement. The document emphasizes strict adherence to submission protocols to avoid disqualification and encourages proactive communication regarding any inquiries related to the solicitation.
    The document outlines the "Modernization of Passenger and Service Elevators" project for the VA facility in San Antonio, Texas. It includes detailed specifications for elevator cab finishes as part of the construction documents, highlighting the selected materials for both public and service elevators. Key elements include stainless steel for ceilings and controls, with specific finishes such as Wilsonart's Uptown Walnut for the public elevator walls and a Fossil Leaf Random pattern for the service elevator walls. Flooring choices feature a diamond floor plate of 304 stainless steel for the service elevator and Forbo Marmoleum in "Cliffs of Moher" for the public elevator. This modernization effort reflects the federal initiative to upgrade infrastructure, ensuring compliance with contemporary standards of safety and design in government buildings. The scheduled completion date for this project is set for May 3, 2024.
    This document outlines the special standards of responsibility applicable to a procurement process, as specified under FAR 9.104-2. It emphasizes that offerors must meet certain submittal requirements to be eligible for contract awards. Key requirements include a letter affirming no more than three serious or one repeat or willful OSHA or EPA violations within the last three years, along with the option to submit OSHA Form 300A for further validation. Additionally, offerors must provide documentation demonstrating an Experience Modification Rate (EMR) of 1.0 or less. The government will evaluate compliance with these criteria to ensure the offeror's safety record and operational proficiency. Failure to meet these standards will result in disqualification from contract consideration, underscoring the procurement's focus on safety and performance accountability.
    The document outlines a Schematic Design for the modernization of passenger and service elevators at the Audie L. Murphy VA Hospital in San Antonio, Texas, and the Kerrville VA Medical Center. It details a comprehensive Elevator Assessment Modernization Survey, evaluating existing hydraulic elevators' conditions for replacement or refurbishment. The assessment includes estimated costs and timelines for various elevator units, categorized by their respective modernization phases. Key recommendations involve replacing outdated systems with modern microprocessor-based controls, enhancing safety features, and complying with updated building codes. Additionally, the document stresses the importance of aesthetic improvements for the elevators' interiors and suggests project inclusions for general contractors. The purpose of this document aligns with government requirements for facility upgrades, demonstrating a commitment to improving healthcare infrastructure and patient accessibility within VA facilities. It serves as a critical foundation for future contracting, financial planning, and project execution related to the modernization effort.
    The Past Performance Questionnaire is a crucial document within the federal government contracting process, aimed at evaluating a contractor's prior performance on government projects. It includes detailed sections requiring the contractor to provide specific contract information such as firm name, contract numbers, and work performed. The questionnaire assesses various aspects of performance, including quality of work, timeliness, customer satisfaction, management capabilities, financial management, safety and security compliance, and overall contractor efficiency. Clients complete blocks to provide insights into the contractor's performance, offering ratings from exceptional to unsatisfactory alongside narrative comments. This process facilitates a structured evaluation that impacts future RFP decisions, focusing on a contractor's ability to meet obligations and affect organizational interests positively. Overall, the document serves as an essential tool for ensuring accountability and assisting the government in making informed decisions about contractor qualifications based on past performance metrics.
    The VHA Pre-Construction Risk Assessment (PCRA) document serves as a vital template for evaluating risks associated with construction, renovation, and maintenance activities within VA facilities. It outlines minimum requirements for categorizing activity types and the safety precautions necessary to protect patients, employees, and contractors. The assessment demands thorough planning, communication, and coordination, especially with adjacent areas, to minimize disruptions. The document details various categories of work—inspection/upkeep, small-scale, and large-scale—each defined by specific criteria and necessary control measures. For example, larger-scale projects exceeding six months in duration require comprehensive safety plans, including dust control, pollution prevention, and fire safety protocols. The PCRA emphasizes that these activities must be assessed alongside an Infection Control Risk Assessment (ICRA) to address potential infection risks. Overall, the PCRA reinforces the commitment to safety and operational integrity in VA facility projects, ensuring that all construction activities are conducted with meticulous planning and oversight to mitigate any adverse impacts during implementation.
    The document is a summary of federal and state/local RFPs and grants, aimed at providing opportunities for governmental procurement and funding. It outlines various projects and initiatives possibly requiring contractor engagement, focusing on enhancing services such as infrastructure improvement, environmental assessments, and community development. Key themes include compliance with regulatory standards, safety measures, and the importance of health and environmental safeguards, which are essential in the requests for proposals. Additional emphasis is placed on the necessity of thorough assessments and hazard mitigation, ensuring that any enhancements are completed safely and effectively. The overarching purpose is to facilitate strategic partnerships between government entities and private contractors, promoting efficient project execution aligned with legal and public service objectives.
    This document outlines a price and cost schedule related to a government Request for Proposal (RFP) for the modernization and repair of elevators across various locations designated as P1, P2, P3, P4, S5, S6, and S10. The proposal requires all materials and supplies to be non-proprietary in accordance with FAR 52.225-10 regulations, ensuring compliance in procurement. Two primary items are detailed: 1. The modernization and repair of elevators, quantity specified as 1.00 unit (with the unit price and amount to be determined). 2. Performance and payment bonds, also set at 1.00 unit (unit price and amount pending). Both items are classified under the principal NAICS code 238290, which pertains to Other Building Equipment Contractors, and the corresponding product/service code Y1DA, indicating construction relevant to hospitals and infirmaries. The document underscores the need for compliance with federal procurement guidelines and outlines the nature of the contracting requirements involved in the elevator modernization project.
    The document is a Bid Bond Form (Standard Form 24) authorized for use when a bid guaranty is required in federal government contracts. It outlines the obligations of the Principal and Surety(ies) to the United States Government regarding a submitted bid. The form includes critical details such as the legal name and address of the Principal, the Surety's name and address, the bid price percentage, and the penal sum of the bond. Key conditions include: the obligation is void if the Principal executes contract documents and provides required bonds upon bid acceptance; and the Sureties’ obligations are unaffected by any extensions granted for bid acceptance. The form's structure facilitates the identification and authorization of the parties involved, highlighting liability limits, corporate seals, and signature requirements. Specific instructions guide on filling the form, including requirements for individual and corporate sureties and the necessity for executing seals. The document is vital for ensuring financial security in bidding processes, safeguarding the Government's interests against non-compliance or default on contractual obligations.
    The document pertains to government procurement, focusing on responding to Requests for Proposals (RFPs) and grants at federal and local levels. It highlights the importance of understanding the objectives and requirements laid out in RFPs while emphasizing compliance with various regulatory frameworks. It discusses the critical role that detailed proposals play in securing funding and contracts, particularly in delivering quality services and meeting organizational goals. Key elements include the necessity for clear articulation of project goals, methodologies, expected outcomes, and the alignment with government priorities. The document underscores the need for strategic planning in proposal development and the documentation required to demonstrate capability and compliance. It also mentions risk management practices and their importance in managing projects effectively. The document appears structured to guide government entities and contractors in navigating the complexities associated with RFP submissions, ensuring they meet specified criteria, and enhance their chances of successful bids. Emphasis is placed on responsiveness to the specific needs outlined in different grants and procurement opportunities, showcasing the significance of targeted, detail-oriented proposals in the public sector.
    The VHA Infection Control Risk Assessment (ICRA) document serves as a guide for conducting risk assessments related to infection prevention during construction, renovation, and maintenance activities in healthcare settings. It provides a structured template outlining the steps to identify activity categories, affected areas, and associated patient risk levels, which are crucial for determining necessary infection control precautions. The document consists of multiple tables to classify activities into categories (A-D), assess patient risk (Low to Highest), and establish corresponding infection control measures (Levels I-IV). Specific procedures for maintaining clean environments, safeguarding air quality, and managing water systems are detailed to mitigate infection risks. A permit section is included for high-risk activities requiring strict compliance with safety protocols. The overall goal of the document is to ensure the safety of patients and staff during construction activities by implementing rigorous infection prevention and control standards. This initiative reflects a commitment to healthcare quality and safety, integral to governmental health program regulations and guidelines.
    The VHA Pre-Construction Risk Assessment (PCRA) document outlines essential procedures for assessing safety risks related to construction, renovation, and maintenance activities within healthcare facilities. It establishes minimum requirements for categorizing activities based on their type and associated risks to patients, staff, and contractors. The PCRA emphasizes the need for meticulous planning and communication with affected areas, obligatory inspections, hazard analyses, and control measures throughout the project duration. The document provides a structured template for reporting control measures and neighboring area assessments, ensuring disruptions are effectively managed. It explicitly states that this PCRA must work in conjunction with the Infection Control Risk Assessment (ICRA) when infection risks are relevant. Specific control measures are outlined for different activity scales—small-scale, large-scale, and inspection/upkeep—including requirements for hazard communication, safety plans, and permits, reinforcing a commitment to safety and compliance. The PCRA is integral to the VHA's larger framework for maintaining health and safety during construction activities while significantly contributing to the systematic management of risk in federal healthcare projects.
    The document outlines the wage determination for construction projects subject to the Davis-Bacon Act in Bexar County, Texas, effective November 22, 2024. It specifies the minimum wage rates contractors must pay, varying by contract initiation dates and the applicable Executive Orders. Contracts awarded after January 30, 2022, must provide a minimum wage of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, require $12.90 per hour. It details specific wage rates and fringe benefits for various construction classifications, including electricians, plumbers, and laborers, alongside stipulations for unlisted job classifications needing wage conformance. The document underscores the necessity for compliance with federal labor standards, including paid sick leave and worker protections under Executive Order provisions. As a part of federal and state contracting guidelines, it serves to ensure fair wages and labor conditions in federally funded construction projects, aligning with broader state and local regulatory frameworks.
    Lifecycle
    Similar Opportunities
    Z2DA--Project 671-25-006 Replace HVAC in Hemodialysis
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace the HVAC system in the Hemodialysis unit at the Audie Murphy Memorial Veterans Hospital in San Antonio, Texas. This firm-fixed-price contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a project magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days following the notice to proceed. The project is critical for enhancing healthcare services within the facility, ensuring a safe and efficient environment for patient care, particularly in the hemodialysis unit. Interested contractors must submit their proposals by March 13, 2025, at 10:00 AM Central Time, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov or (254) 899-6042 for further information.
    J059--Base Year | Elevator Maintenance PO# | POP 04/01/2024 - 03/31/2025
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for elevator maintenance services at the George E. Wahlen Medical Center in Salt Lake City, Utah, under Solicitation Number 36C25925Q0247. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), will cover a base year from April 1, 2024, to March 31, 2025, with an estimated total award amount of $22 million over a five-year period, including four optional years. This maintenance service is crucial for ensuring the operational efficiency and safety of the medical facility's elevators, which are vital for patient and staff mobility. Interested contractors must submit their proposals by March 11, 2025, at 3:30 PM Central Time, and can direct inquiries to Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or by phone at 918-577-3532.
    N059--Replace and Upgrade Elevators Bldg. 15, 47, and 62 (CONST)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement and upgrade of elevators in Buildings 15, 47, and 62 at the Charles George Veterans Affairs Medical Center in Asheville, North Carolina. The project aims to enhance the facility's infrastructure, ensuring compliance with safety, security, and operational requirements while minimizing disruptions to medical center operations. This initiative is particularly significant as it supports the modernization of healthcare infrastructure, which is vital for improving service delivery to veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit sealed bids electronically by April 28, 2025, with a pre-bid site visit scheduled for March 11, 2025. For further inquiries, bidders can contact Contract Specialist Quentin A Norvell Sr at Quentin.Norvell@va.gov or Keith Hunter at keith.hunter@va.gov.
    Amendment 0001 for 36C25725Q0036 Repair and Level Community Living Center Concrete Slab, PROJECT 671-21-147
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to repair and level the concrete slab at the Community Living Center located at the Audie L. Murphy Memorial Hospital in San Antonio, Texas. This procurement, identified as Amendment 0001 for solicitation 36C25725Q0036, includes updated clauses related to sustainable products, wage determinations, and revised instructions for offerors, emphasizing the importance of contractor compliance with VA regulations and operational continuity during construction. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires adherence to specific construction requirements, including noise and dust control measures, as well as background checks for personnel. Interested parties should contact Andres J Garcia at Andres.Garcia1@va.gov for further details and to ensure compliance with submission deadlines.
    C1DA--AE-NRM-663-23-100 Refurbish Bldg 100 Elevators S5-S8 - Seattle Tier 4
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to refurbish elevators S5-S8 in Building 100 at the Seattle VA Medical Center. This project aims to enhance safety, reliability, and energy efficiency through comprehensive upgrades, including modernizing control systems and ensuring compliance with ASME A17.1-2022 codes. The estimated construction budget for this initiative is between $5 million and $10 million, with a targeted construction start in the third quarter of FY2027. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their qualifications and past performance questionnaires by March 14, 2025, and can contact Contract Specialist Robert Capers at robert.capers2@va.gov for further information.
    J040--Elevator Maintenance Services for the Rocky Mountain Regional VA Medical Center
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to solicit bids for Elevator Maintenance Services at the Rocky Mountain Regional VA Medical Center located in Aurora, Colorado. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be structured as a firm-fixed price contract, emphasizing the importance of reliable maintenance services for the facility's operational efficiency. The solicitation package is expected to be available for download around April 1, 2025, with a response deadline of March 19, 2025, at 4 PM Eastern Time. Interested contractors can reach out to Contracting Supervisor Paul Zorch at paul.zorch@va.gov or by phone at 303-712-5821 for further information.
    5660--NTX Rolling Steel Doors Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of rolling steel doors at the Dallas VA Medical Center, under the solicitation number 36C25725Q0392. The project requires the installation of weather-resistant rolling steel doors with specific dimensions and security features, emphasizing low maintenance and durability, and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement reflects the VA's commitment to supporting veteran-owned businesses while adhering to federal procurement regulations. Proposals are due by March 21, 2025, at 10:00 AM Central Time, with a site visit scheduled for March 12, 2025; interested parties should direct inquiries to Contracting Officer Joseph A. Leyte at Joseph.Leyte@va.gov or by phone at 210-694-6315.
    Z1DA--Install Patient Lifts 578-15-001
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the installation of patient lifts at the Edward Hines Jr. VA Hospital in Hines, IL, under Project Number 578-15-001. The project requires contractors to provide all necessary labor, materials, and equipment to install approximately 60 permanent ceiling-mounted patient lifts within a timeline of 432 calendar days after receiving the Notice to Proceed. This initiative is crucial for enhancing patient care and safety, particularly in high-risk areas such as surgical recovery rooms and intensive care units, by replacing inadequate portable lifts with modern systems. Interested contractors must submit their sealed bids by 1:00 PM CST on April 3, 2025, following a mandatory site visit scheduled for March 5, 2025, and are encouraged to contact Donita Grace at donita.grace@va.gov for further inquiries. The estimated project cost ranges between $2,000,000 and $5,000,000, with a strong emphasis on utilizing service-disabled veteran-owned small businesses.
    J039--Elevator Maintenance and Inspection Testing Services for the VA Grand Junction CO
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide elevator maintenance and inspection testing services for the VA Grand Junction Medical Center in Colorado. The objective of this procurement is to ensure the operational reliability and safety of the elevator systems, adhering to industry standards such as ASME and NFPA, while providing necessary personnel, tools, and materials for maintenance and urgent repairs. This opportunity is critical for maintaining safe and reliable elevator systems within veteran healthcare facilities, with a contract duration of one base year and four optional renewal years, starting in May 2025. Interested parties must respond to the Sources Sought Notice by March 17, 2025, and direct their inquiries to Contract Specialist John Cheng at John.Cheng2@va.gov or by phone at 303-712-5776.
    DA10-- Rauland - Responder 5 Nurse Call System Application software support service -
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an annual software support and maintenance contract for the Rauland Responder 5 Nurse Call System, specifically for the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. The contract requires the selected contractor to provide comprehensive technical support, including troubleshooting assistance within one hour of a request, available 24/7 throughout the year, with a base performance period from April 1, 2025, to March 31, 2026, and four optional renewal periods. This procurement is crucial for maintaining effective communication systems that support healthcare services for veterans, ensuring operational readiness and high standards of care. Interested parties, particularly Veteran-Owned Small Businesses, must submit their bids by March 11, 2025, and can contact Contract Specialist Justin Daniel at justin.daniel@va.gov for further information.