Z2DA--Renovate SPS OR Vertical Transport
ID: 36C24625B0005Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the renovation of the SPS OR Vertical Transport at the Richmond VA Medical Center, specifically involving the installation of two new dumbwaiters. This project, designated as Project Number 652-17-103, is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction cost ranging from $2,000,000 to $5,000,000, with a completion timeframe of 365 days from the Notice to Proceed. The project is critical for enhancing operational efficiency and patient care standards within the medical facility. Interested bidders must submit their proposals by February 3, 2025, and can direct inquiries to Contract Specialist Denise Morman at Denise.Morman@va.gov.

    Point(s) of Contact
    Denise MormanContract Specialist
    Denise.Morman@va.gov
    Files
    Title
    Posted
    The document pertains to a solicitation (RFP) for a construction project at the Richmond VA Medical Center, specifically involving the installation of two new dumbwaiters in the Main Building 500. The project, associated with the project number 652-17-103, is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The estimated construction cost ranges from $2,000,000 to $5,000,000, with a completion timeframe of 365 days from the Notice to Proceed. Key submission requirements for bids include a signed Standard Form 1442, representations and certifications, a completed bid bond, and detailed cost breakdowns. A pre-bid site visit is scheduled for January 7, 2025, with all questions regarding the solicitation due by January 14, 2025. Bid submissions must be emailed by February 3, 2025, with the bid opening conducted via MS Teams the following day. The document underscores the importance of compliance with various regulations, including safety records, subcontracting limits, and the need for bidders to register with the System for Award Management (SAM). The evaluation process prioritizes the lowest evaluated price from responsive offers, reinforcing the government’s commitment to providing equitable opportunities for veteran-owned businesses while adhering to federal procurement standards.
    The Central Virginia VA Health Care System (CVHCS) is initiating a solicitation for construction services to install two new dumbwaiters at the VA Medical Center in Richmond, Virginia. This project entails general construction, alterations, and electrical work, requiring the contractor to manage equipment, supervision, and the removal of existing structures per the specifications provided. The contract falls under the Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside and aims at projects valued between $2 million and $5 million, with an anticipated period of performance of approximately one year from the Notice to Proceed. Contractors must be registered in the System for Award Management (SAM) and the Small Business Administration’s (SBA) Veteran Small Business Certification database. The solicitation documents, including invitations for bids and work details, will be made available electronically around December 18, 2024. It is crucial for contractors to frequently check for updates on the solicitation, as the government reserves the right to cancel the solicitation at any time without reimbursement for costs incurred. This presolicitation notice signals the government’s effort to modernize healthcare infrastructure while adhering to federal contracting regulations.
    This government document serves as Amendment 0001 to Solicitation number 36C24625B0005, issued by the Department of Veterans Affairs, specifically the Network Contracting Office 6. The primary purpose of this amendment is to announce the cancellation of a previously scheduled site visit, which was set for January 7, 2025. A new date and time for the site visit will be determined and communicated in the future. Key information includes the amendment's emphasis on the necessity for offerors to acknowledge receipt of this amendment and the importance of compliance with stated deadlines. The amendment also indicates that other terms and conditions of the original solicitation remain unaffected. This document highlights procedural adjustments within the framework of government contracts while ensuring that prospective bidders are kept informed of changes that may impact their proposals.
    This document serves as Amendment 0002 to Solicitation Number 36C24625B0005, issued by the Department of Veterans Affairs' Network Contracting Office 6. The amendment primarily cancels the solicitation, stating that no further information will be accepted nor questions answered regarding it. All interested offerors and bidders are formally notified that the solicitation is suspended until further notice. The document outlines administrative details, including the effective date and various codes related to the solicitation and contracting process. It emphasizes the importance of acknowledging the amendment to avoid rejection of offers. The cancellation of the solicitation indicates a shift in either the procurement strategy or the project's requirements, necessitating further direction before proceeding. This action reflects standard practice in government procurement to ensure clarity and communication with potential contractors.
    The document outlines the Post-Award Small Business Program Rerepresentation clause (52.219-28) relevant to federal contracts. It defines key terms, including "long-term contract" and "small business concern," outlining the criteria for qualifying as a small business per SBA regulations. Contractors who previously identified as small businesses must update their size and socioeconomic status within specific timeframes, such as after novation agreements, mergers, or contract modifications. For long-term contracts, updates are required before the end of the fifth year and prior to exercising contract options. The Contractor must validate its representations in the System for Award Management (SAM) and notify the contracting office accordingly. The small business size standard is specified for various categories, with emphasis on different thresholds based on business type and contract specifications. Additionally, contractors lacking proper representations in SAM must complete designated rerepresentations and submit them to the contracting office. This clause emphasizes the necessity of accurate status representation to align with federal contracting requirements, supporting small business participation in government procurement processes.
    The document outlines the limitations on subcontracting mandated by the Department of Veterans Affairs (VA) for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) in government contracts. It specifies that for service contracts, no more than 50% of the government payment can go to non-certified firms; for general construction, this limit is 85%; and for special trade construction, the limit is 75%. It emphasizes compliance with these limitations and warns that any false certification may lead to severe legal repercussions. The offerors must submit proof of compliance during contract performance and agree to provide necessary documentation upon request by the VA. Failure to comply can result in significant penalties, including debarment. Finally, offerors must complete the formal certification to remain eligible for evaluation and award. This regulation supports the commitment to providing opportunities for veteran-owned businesses within federal contracting frameworks.
    The Pre-Award Contractor Experience Modification Rate (EMR) Form is a requirement for bidders responding to Solicitation 36C24625B0005, aimed at assessing the responsibility of potential awardees as per FAR 9.104-1(e). The form collects essential safety and operational data over the past three calendar years, specifically focusing on man hours, incidents involving days away from work, and OSHA violations. Bidders must provide specific figures, including DART rates and serious violation counts, along with required documentation such as OSHA 300 Forms and a letter from their insurance carrier detailing their current EMR rate. Additionally, the submission must include the company's six-digit NAICS code and the contact details of the individual responsible for overseeing safety protocols within the company. This information will help determine the contractor's qualifications and adherence to safety standards, ensuring that only capable and compliant businesses participate in the bidding process.
    The document outlines a comprehensive design proposal for the renovation project at the U.S. Department of Veterans Affairs facility in Richmond, Virginia, specifically addressing structural engineering associated with fully sprinklered systems and various lift installations. Managed by Miller-Remick LLC, a service-disabled veteran-owned small business, the scope includes demolition plans for soiled and clean cartlifts across multiple levels with strict adherence to infection control protocols during construction. Key aspects include compliance with the International Building Code (IBC 2015) and National Fire Protection Association (NFPA) standards, ensuring fire resistance and structural integrity. The document emphasizes detailed construction methodology to minimize dust and contamination risks, reflecting patient safety priorities in healthcare environments. The systematic approach includes assessment of existing conditions, planned demolitions, and new installations along with mandatory safety and infection control measures highlighting the VA's commitment to modernizing facilities while ensuring guideline compliance. Overall, the project signifies a significant infrastructure upgrade, enhancing operational efficiency and patient care standards.
    The document outlines the specifications and requirements for the installation of new vertical transport systems—specifically, two traction cartlifts—at the H.H. McGuire VA Medical Center in Richmond, Virginia, under VA Project No. 652-17-103. It details the responsibilities of the contractor, including general construction tasks, adherence to safety standards, and plans for coordinating with hospital operations to minimize disruption. Key components include design and execution plans, schedules for demolition, installation, and inspections, as well as security protocols for workers on-site. The construction must maintain essential medical services, ensuring uninterrupted access for medical staff and patients. Additionally, the contractor is responsible for adhering to environmental controls and waste management practices throughout the project. The document emphasizes the critical need for clear communication between the contractor and VA representatives, including security clearances and operational coordination. By outlining extensive guidelines for safety, quality control, and contractor obligations, this document underscores the VA's commitment to providing a safe, efficient, and functional healthcare environment during the upgrades.
    The document appears to be a corrupted file or non-readable text, thus rendering it incapable of being analyzed for meaningful content. It does not provide any discernible topics, key ideas, supporting details, or structure associated with government RFPs, federal grants, or state/local RFPs. Consequently, a summary based on the original content cannot be generated due to the lack of coherent and relevant information within the file.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1DA--652-21-102 Replace Nurse Call System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified construction companies to replace the Nurse Call System at the Central Virginia VA Health Care System in Richmond, Virginia. This project involves comprehensive upgrades, including the demolition of the existing system and installation of new infrastructure, while ensuring minimal disruption to ongoing medical services. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated budget between $5 million and $10 million, and proposals are due by July 23, 2025. Interested contractors should contact Contract Specialist Moses Deng at moses.deng2@va.gov or call 910-475-6807 for further details and to participate in the pre-proposal site visit scheduled for June 30, 2025.
    Y1DA--636-502 Construct Sterile Processing Service VISN 23
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the construction of a Sterile Processing Service at the Omaha VA Medical Center, with a project budget estimated between $10 million and $20 million. This initiative is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance healthcare operations by constructing an 11,000 square foot facility integrated into Building 25, while ensuring compliance with federal standards and safety protocols. Contractors are required to complete the project within 545 calendar days after receiving the notice to proceed, and must demonstrate relevant past performance in healthcare construction, particularly in infection control environments. Interested parties should contact Contract Specialist Jacquelyn Wise at jacquelyn.wise@va.gov for further details, and are encouraged to attend a site visit scheduled for July 7, 2025, to gain insights into project requirements.
    Y1DA--652-322 | Construct/Expansion of CLC | Richmond, VA
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to solicit bids for a Firm-Fixed-Price contract aimed at the construction and expansion of the Community Living Center at the H.H. McGuire VA Medical Center in Richmond, VA. This project entails the construction of a 13,880 square foot single-story addition, which will include interstitial space and courtyards designed to facilitate future expansions, along with extensive landscaping and hardscaping around the new facilities. The solicitation will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction magnitude between $10 million and $20 million, and is expected to be announced in late July to early August 2025. Interested parties can contact Contract Specialist Amy Graham at amy.graham@va.gov or by phone at 216-447-8300 for further information.
    Y1DA--503-25-107 Renovate for Prosthetics Lab design build | NCO 4 Construction West (VA-25-00072814)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a design-build project to renovate the Prosthetic Lab at the Altoona VA Medical Center. This project involves transforming an existing kitchen space into a fully functional prosthetic lab, adhering to VA design standards and incorporating comprehensive mechanical, electrical, and plumbing systems. The renovation is crucial for enhancing the facility's capabilities to better serve veterans, with a budget estimated between $250,000 and $500,000 and a completion timeline of 270 days post-Notice to Proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by July 28, 2025, and can direct inquiries to Contracting Officer Jeffrey G. Pruett at jeffrey.pruett@va.gov.
    Z1DA--590-802 | Construct SCI Reno/Addition | Hampton, VA |
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to solicit bids for a Firm-Fixed-Price contract aimed at constructing and renovating the Spinal Cord Injury (SCI) ward at the Hampton VA Medical Center in Hampton, Virginia. This project involves the renovation of approximately 25,000 square feet of existing space and the construction of an additional 3,200 square feet, with the goal of enhancing healthcare facilities for veterans. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated construction cost ranging from $10 million to $20 million and a projected performance period of 550 days following the Notice to Proceed. Interested parties should direct all inquiries via email to Contract Specialist Andrew Mathews at Andrew.Mathews2@va.gov, with the solicitation expected to be issued in August 2025.
    Z1DA--621-24-101 - Renovate B200 Ground For Bronchoscopy
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the renovation of the B200 Ground Floor Bronchoscopy Procedure Room at the James H. Quillen Veterans Affairs Medical Center in Mountain Home, Tennessee. This project, designated as Project No. 621-24-101, aims to enhance healthcare facilities by ensuring compliance with stringent safety, infection control, and environmental protection protocols during construction. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction cost ranging from $1 million to $5 million, and proposals are due by July 30, 2025, at 2 PM EDT. Interested contractors should direct inquiries to Contract Specialist Robert Glenn at Robert.Glenn2@va.gov and are encouraged to attend a mandatory site visit on July 2, 2025.
    Y1DA--CON-NRM-668-22-104 Renovate SPS and Lab Space Building 1
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to solicit proposals for a construction project aimed at renovating approximately 1,200 square feet in the Sterile Processing Service department of the Mann-Grandstaff VA Medical Center in Spokane, Washington. The project, identified as CON-NRM-668-22-104, involves addressing critical architectural and safety deficiencies, as well as upgrades to mechanical, electrical, and plumbing systems to enhance the operational capacity of the facility. This Firm-Fixed-Price contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS Code 238220, with an estimated construction cost between $1 million and $2 million. Interested bidders must submit inquiries in writing to Contract Specialist Kaycee Benson at kaycee.benson@va.gov by July 25, 2024, with the proposal response deadline anticipated for July 25, 2025, and a projected construction duration of approximately 180 days following the Notice to Proceed.
    Z2DA--Correct Reusable Medical Equipment Storage PN: 589A4-24-101
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the construction of Correct Reusable Medical Equipment Storage at the Harry S. Truman Memorial Veterans' Hospital in Columbia, Missouri. The project aims to upgrade and renovate existing HVAC systems to meet specific temperature and humidity requirements for Reusable Medical Equipment (RME) storage, including the installation of new air handling units and heating water systems. This initiative is crucial for enhancing operational efficiency and ensuring compliance with health standards in a facility dedicated to veteran care. The estimated project cost ranges from $5 million to $10 million, and it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Contractors must be registered in the System for Award Management and the SBA's VetCert database, with proposals due by August 8, 2025. For further inquiries, interested parties can contact Contract Specialist Jeanette G Mathena at jeanette.mathena@va.gov.
    Z2DA--657A4-24-305, Install Urgent Care Elevator Two
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the installation of a 3-stop hydraulic elevator at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, under Project Number 657A4-24-305. The contractor will be responsible for the complete installation process, including site preparation, demolition, and adherence to strict safety and infection control measures, all while minimizing disruption to ongoing medical operations. This project is crucial for enhancing patient care accessibility and must comply with various regulatory standards, with a budget estimated between $948,885 and $1,333,190, and a performance period of 230 calendar days post-award. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit proposals by August 11, 2025, and can contact Lucia A. Cowsert at lucia.cowsert@va.gov or Matthew Finley at Matthew.Finley@va.gov for further information.
    Y1DA--561-21-301 Elevator Project Upgrade
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the Elevator Upgrade Project (561-21-301) at the East Orange VA Medical Center in New Jersey. This project requires a construction contractor to provide comprehensive services, including architectural, structural, mechanical, and electrical work to enhance the facility's elevator systems, with an estimated cost exceeding $10 million. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran-owned enterprises while improving healthcare facilities for veterans. Interested contractors must be registered and certified with the SBA and SAM, and the formal solicitation is expected to be posted around December 30, 2024, with a walk-through scheduled shortly thereafter. For inquiries, contact Dayna Dickson-Miller at Dayna.Dickson-Miller@va.gov or call 518-903-0065.