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)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
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
    Y1DZ--526-22-115 - UPGRADE OR & PHARMACY DUMBWAITERS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting market research for the upgrade of Operating Room (OR) and Pharmacy dumbwaiters at the James J. Peters VA Medical Center in Bronx, New York. The project involves the demolition of existing dumbwaiters and the installation of new systems, requiring compliance with various safety, infection control, and construction standards. This upgrade is critical for maintaining efficient operations within the medical center, which operates 24/7. Interested manufacturers must respond to the Request for Information (RFI) 36C24226Q0200 by December 31, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Contracting Officer Akkil Kurian at Akkil.Kurian@va.gov or by phone at 718-526-1000.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    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.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.
    Z1DA-- Renovate OR for Hybrid Installation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating rooms for a hybrid installation at the VA Northern California Healthcare System in Mather, California. This project involves the comprehensive renovation of approximately 12,500 square feet of existing operating room space, including the upgrade of four operating rooms and the addition of a fifth hybrid operating room, with a focus on adhering to current VHA Design Guides. The renovation is crucial for enhancing surgical capabilities and ensuring compliance with modern healthcare standards. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by January 29, 2026, following a mandatory site visit on December 11, 2025. For further inquiries, contractors can contact Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511. The estimated project value ranges between $10 million and $20 million.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of cart elevators in Building 163 at the Central Texas Veterans Health Care System in Temple, TX, under Solicitation Number 36C25726R0013. The project involves upgrading existing hydraulic elevators to new traction elevators, with a focus on maintaining safety and minimizing disruption to hospital operations during construction. This procurement is particularly significant as it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated value between $1,000,000 and $2,000,000. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    Y1DA--Replace Kitchen Exhaust Fans Building 200 at Northport VA Medical Center 79 Middleville RD, Northport, NY 11768
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of kitchen exhaust fans in Building 200 at the Northport VA Medical Center in New York. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), involves the removal of two existing kitchen exhaust fans and the installation of new units that will integrate with the building's control system, adhering to various safety and construction standards. The estimated contract value ranges from $250,000 to $500,000, with a mandatory completion period of 250 calendar days from the notice to proceed. Interested bidders must attend a mandatory site visit on December 19, 2025, and submit their electronic bids by January 20, 2026, while ensuring compliance with subcontracting limitations and the Buy American Act. For further inquiries, contact Contract Specialist Yingjie Yeung at Yingjie.Yeung@va.gov.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.