ContractSolicitation

Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway

DEPARTMENT OF VETERANS AFFAIRS 36C10F25B0001
Response Deadline
Jan 14, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dam Spillway project, focusing on critical infrastructure improvements related to dams and spillways. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves significant modifications to existing water management systems, including drainage improvements and roadway upgrades. Bidders must submit their proposals electronically by January 14, 2026, at 2:00 PM EST, with a mandatory pre-bid site visit scheduled for September 16, 2025. For further inquiries, interested parties can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.

Classification Codes

NAICS Code
237990
Other Heavy and Civil Engineering Construction
PSC Code
Y1KA
CONSTRUCTION OF DAMS

Solicitation Documents

24 Files
36C10F25B0001.docx
Word19 KB7/22/2025
AI Summary
The Department of Veterans Affairs (VA) has issued a presolicitation notice regarding a Design-Bid-Build construction project for the Fort Logan National Cemetery in Denver, Colorado. This project, designated as Phase 1B, focuses on enhancing safety elements related to waterways, including dams and spillways, which are regulated by the State of Colorado. The contract is expected to last approximately 730 days and has a construction budget ranging from $10 million to $20 million. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, which must be verified and properly registered to be eligible for bid submission. The solicitation is planned for release around August 4, 2025, with bids due by mid-September, though these dates are subject to change. All amendments to the solicitation will be posted on the SAM.gov website, and interested bidders must register to receive notifications. The point of contact for the solicitation is Contracting Officer Rachel Beason, with explicit instructions emphasizing the importance of proper registration for eligibility and responsiveness to bid submissions.
S02 - WD - Heavy - Denver County CO20250002 12-05-2025.pdf
PDF2195 KB1/8/2026
AI Summary
This government file, General Decision Number: C020250002, issued on 12/05/2025, outlines prevailing wage rates for heavy construction projects in various Colorado counties, including Adams, Arapahoe, Boulder, Broomfield, Denver, Douglas, El Paso, Jefferson, Larimer, Mesa, Pueblo, and Weld. It emphasizes compliance with the Davis-Bacon Act and Executive Orders 14026 and 13658, which mandate minimum wage rates for federal contractors. Executive Order 14026 sets a minimum of $17.75 per hour for contracts entered into or extended on or after January 30, 2022, while Executive Order 13658 requires $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, not subsequently renewed. The document also provides specific wage rates and fringes for various crafts, such as Asbestos Workers, Bricklayers, Electricians, Engineers, Ironworkers, Laborers, Plumbers, Pipefitters, Sheet Metal Workers, and Truck Drivers, detailing rates by county and effective dates. Additionally, it explains identifiers for union, union average, and survey rates, and outlines the appeals process for wage determinations.
S02 - 2025.03.12_FOLO NC Phase 1B_Drawings.pdf
PDF139406 KB1/8/2026
AI Summary
The Fort Logan National Cemetery Phase 1B Development on New Land project (VA Project No. 888-043B) in Denver, Colorado, involves significant infrastructure improvements and expansion. The project includes grading, stormwater management, erosion control, and drainage improvements, as well as road construction and rehabilitation. Key areas of focus include Memorial Lake and Veterans Lake dam improvements and the Marston Lake North Drainageway. The initiative also details demolition plans for existing structures and outlines the overall site plan, including new box culverts and drainage ways. The project features construction access plans and temporary signage requirements, emphasizing safety and regulatory compliance. Calibre Engineering, Inc. is the Architect/Engineer of Record, leading a team of consultants specializing in cemetery expertise, architecture, irrigation, MEP, surveying, environmental and geotechnical engineering, cost estimating, and structural engineering. The project aims to modernize and expand the cemetery's facilities, with a scheduled approval date of February 17, 2025.
S02 - 2025.03.26_FOLO NC Phase 1B - Specifications.pdf
PDF5625 KB1/8/2026
AI Summary
This document outlines the specifications for the VA Cemetery Fort Logan – Phase 1B project, focusing on the rehabilitation of Veterans Dam and Memorial Dam in Denver, Colorado. Prepared by Calibre Engineering, Inc. and certified by Stephen L. Jamieson, P.E., the bid documents detail general requirements, dam spillway modifications, alterations, roads, walks, grading, drainage, utility systems, and water storage facilities. The project requires strict adherence to Colorado State Engineers Office regulations for dam construction and safety, with sign-offs from the Consulting Dam Engineer of Record and Chief of Colorado Dam Safety. Key aspects include comprehensive security procedures, fire safety plans, utility management, and environmental controls. The contractor is responsible for all labor, materials, equipment, and supervision, ensuring minimal disruption to cemetery operations and compliance with all federal, state, and local regulations, including those for hazardous waste disposal and environmental protection.
S02 - WD-Highway-Denver County-CO20260009-01-02-2026.pdf
PDF2146 KB1/8/2026
AI Summary
This document, General Decision Number: C020260009, effective January 2, 2026, outlines prevailing wage rates and fringe benefits for highway construction projects in Denver and Douglas Counties, Colorado. It details specific rates for various crafts, including Carpenters, Electricians (Traffic Signalization and General), Power Equipment Operators (with distinctions for equipment type and county), Laborers (for various tasks like asphalt work, concrete saw operation, landscaping, pipelaying, and traffic control), Painters, Ironworkers, and Truck Drivers. The document also includes definitions for Traffic Signal Installer Zones, specifying a 35-mile radius from key Colorado cities for Zone 1 rates, with all other areas designated as Zone 2. Additionally, it references Executive Orders 13706 and 13658, outlining requirements for paid sick leave and minimum wage for federal contractors. It provides guidance on how unlisted classifications can be added, explains union, union average, and survey rate identifiers, and details the wage determination appeals process for interested parties.
S02 - WD-Heavy-Denver County-CO20260002-01-02-2026.pdf
PDF1947 KB1/8/2026
AI Summary
This government file, General Decision Number: C020260002, outlines prevailing wage rates and fringe benefits for heavy construction projects in various Colorado counties, including Adams, Arapahoe, Boulder, Broomfield, Denver, Douglas, El Paso, Jefferson, Larimer, Mesa, Pueblo, and Weld. It provides detailed rates for numerous trades such as Asbestos Workers, Bricklayers, Electricians, Power Equipment Operators, Ironworkers, Laborers, Plumbers, Pipefitters, Sheet Metal Workers, Truck Drivers, and Boilermakers. The document also includes information on Executive Order 13706 and Executive Order 13658, which establish paid sick leave and minimum wage requirements for federal contractors, respectively. Furthermore, it explains the identifiers used for different wage rates (Union, Union Average, Survey, and State Adopted) and details the appeals process for wage determinations, including initial decisions, review by the Wage and Hour Administrator, and appeals to the Administrative Review Board.
S02 - WD-Bldg-Denver County-CO20260020-01-02-2026.pdf
PDF1888 KB1/8/2026
AI Summary
The General Decision Number CO20260020, effective January 2, 2026, outlines prevailing wage rates and fringe benefits for building construction projects in Denver County, Colorado. It covers various crafts, including asbestos workers, carpenters, electricians, elevator mechanics, and plumbers, with specific rates and fringe packages for each. The document also details vacation and holiday pay. It further includes information on Executive Orders 13706 and 13658, concerning paid sick leave and minimum wage for federal contractors, respectively. The file explains different rate identifiers (Union, Union Average, Survey, State Adopted) and provides an appeals process for wage determinations, ensuring transparency and recourse for interested parties.
36C10F25B0001 0005.docx
Word32 KB1/8/2026
AI Summary
Amendment 0005 for solicitation 36C10F25B0001, issued by the Department of Veterans Affairs, updates the Fort Logan National Cemetery, Phase 1B, Dams/Spillways project. This amendment provides updates to PPI responses, specifically clarifying that bridge supplier identification and approval will occur post-award rather than prior to bid submittal. It also revises specification section 13 30 00 accordingly and includes updated Denver County Wage Determinations for 2026. The deadline for bid receipt remains January 14, 2026, at 2:00 PM EST, with bids to be submitted via email. Virtual bid opening details remain unchanged. This amendment ensures compliance and clarifies submission requirements for bidders.
S06 - PPI Responses - Fort Logan.pdf
PDF4132 KB1/8/2026
AI Summary
The Pre-Proposal Inquiry (PPI) Form for the Ft. Logan National Cemetery Phase 1B Dam/Spillways project addresses numerous contractor questions regarding project specifications, materials, construction processes, and administrative requirements. Key clarifications include mandatory OSHA 10 HR certification for all onsite employees, approval processes for pre-cast drainage inlets and Type IL cement, and the provision of four geotechnical reports. The government confirmed that fish rescue/relocation will be handled by them if required, and all structural concrete will be 4,500 PSI with a maximum water-to-cement ratio of 0.42. Split bulb PVC waterstops are not permitted, and waterstop is required at all spillway joints. The project requires high-velocity finishes for concrete surfaces exposed to flowing water. Pre-cast concrete box culverts are allowed with proper watertight gaskets. Concrete curing compound is acceptable due to winter conditions, and air temperature measurements are required at the concrete surface. Steel pipe specifications for the Low-Level Outlet (LLO) Inlet Structure were clarified, and the 6-inch air vent does not require coating. RCP for Memorial LLO must be Class V, while drainage pipes at Denver and Omaha Drive can be Class 3. The bid due date will be extended, and CAD files will be provided upon signing a release form. The VA is the primary Authority Having Jurisdiction (AHJ), with the State of Colorado overseeing dam safety and local jurisdictions for stormwater permitting. Bidders must use the provided cost estimation form and the Kahua platform for submissions. Primavera P6 is acceptable for schedule submissions. The project is not tax-exempt. The anticipated award date is November 15, 2025, with a typical 30-day period for NTP issuance. RFI and submittal reviews will take 20 business days. Normal working hours are M-F 0700 to 1530. Designated parking for the superintendent is within the staging area. Noise and vibration operations must comply with city requirements and not disturb cemetery services. The QA/QC Manager, SSHO, and Superintendent must be separate individuals directly employed by the prime contractor. The GC is responsible for a fully furnished field office and two utility vehicles for the RE/COR. Temporary restrooms are required, and contractors must arrange for temporary power at their own expense. Existing electrical lines will be abandoned by Xcel Energy, and temporary fencing is required around all construction areas. No winter shutdowns are anticipated, but lakes must be full from May 15 to September 15. Full shutdowns of Denver and Omaha Drive are permissible with an approved traffic plan. Reinforcing steel will be black. All excavated material within the lakes is to remain in the lakes, with no import anticipated for the clay layer over-excavation. Temporary bypass pipes must be removed. The Memorial Lake low-level outlet is currently not operational and is slated for replacement. Trees conflicting with construction can be removed with government approval and replaced by the contractor. The project includes installing riprap outfall from Sheridan Blvd crossing into Veterans Lake. Pumphouse B and C are for information only. The contractor is responsible for all earthwork quantities. Existing underground electrical lines will be relocated by the VA, not the contractor. The current Phase 1A project is scheduled for completion on August 24, 2026. This comprehensive set of responses clarifies critical aspects for potential bidders, ensuring compliance and smooth project execution.
36C10F25B0001 0004.docx
Word31 KB1/8/2026
AI Summary
Amendment 0004 for Solicitation Number 36C10F25B0001, concerning the Fort Logan National Cemetery, Phase 1B, Dams/Spillways project, has been issued by the Department of Veterans Affairs. The purpose of this amendment is to address bidder questions, provide an updated wage determination, and furnish call-in details for the virtual bid opening. Critically, the deadline for receiving bids has been extended to January 14, 2026, at 2:00 PM EST. Bids must be submitted via email to Rachel.Beason@va.gov, with specific subject line formatting. Only emailed bids will be accepted, and they will be publicly read aloud on January 14, 2026, at 2:15 PM EST. Responses to pre-proposal inquiries and an updated wage determination are available as attachments. Rachel Beason is the Contracting Officer.
S06 - FOLO NCA Phase 1B Pre-Bid Meeting Agenda - Calibre.pdf
PDF167 KB1/8/2026
AI Summary
The Pre-Bid Meeting and Site Walk Agenda for the Ft. Logan National Cemetery Expansion Phase 1B (Job Number 36C10F25B0001) outlined a $10M–$20M project with a 730-day duration. The project, set aside 100% for SDVOSB firms, involves dam/spillway and drainage improvements for Veterans Lake and Memorial Lake, as well as upgrades to roadways, walkways, and utility coordination. Key dates include a bid due date of October 15, 2025, and a technical questions cut-off of September 25, 2025. Bidders must submit proposals via email, including SF 1442, price schedule, bid guarantee, and safety documentation, with a bid guarantee of 20% (not to exceed $3M) and required performance and payment bonds. All verbal questions must be submitted in writing, with responses issued via SAM.gov.
S06 - 9-16-25 Fort Logan National Cemetery Walkthrough Agenda.pdf
PDF120 KB1/8/2026
AI Summary
The Fort Logan National Cemetery hosted a pre-proposal site visit on September 16, 2025, for the Phase 1B, Dams/Spillways project. This solicitation is exclusively for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Key personnel, including Rachel Beason (Contracting Officer) and Xoel Castillo Rivera (Senior Resident Engineer), were introduced. Technical questions will not be answered at the visit; all inquiries must be submitted via the Pre-Proposal Inquiry (PPI) form to Rachel.Beason@va.gov by September 25, 2025, at 4:00 PM EDT. Responses to RFIs will be posted on SAM.gov around October 3. Bids are due by October 15, 2025, at 2:00 PM EDT and will be opened virtually at 2:15 PM EDT.
S06 - Pre-Proposal Conference slides FOLO Phase 1B.pdf
PDF1851 KB1/8/2026
AI Summary
The solicitation, 36C10F25B0001, is for Phase 1B Dams/Spillways at Fort Logan National Cemetery in Lakewood, Colorado. This project, with an estimated cost between $10 million and $20 million, is a firm fixed-price contract set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). The scope includes dam spillway modifications, alterations, roads, walks, grading, drainage, utility systems, water storage facilities, and removal of existing structures, specifically focusing on NE Channel Improvements, Denver Drive, Omaha Drive, Veterans Dam, and Memorial Dam. Key dates include a bid due date of October 15, 2025, and a tentative contract award by November 15, 2025. Bidders must submit proposals electronically, including SF 1442, price schedule, bid guarantee, and various certifications. A virtual public bid opening will be held on October 15, 2025.
S06 - Pre-Bid Walk Through Sign In Sheet.pdf
PDF1501 KB1/8/2026
AI Summary
The document is a pre-bid attendees' sign-in sheet for RFP 36C10F25B0001, Project 888-043B, focusing on Phase 1B, Dam/Spillways at Fort Logan National Cemetery. The meeting took place on September 16, 2025. Attendees included representatives from the VA CFM (Contracting Officer and SRE), as well as numerous engineering and construction companies such as A/E Calibre Engineering, Wheeler, RKE Contractors, JHL Constructors, Zak Dirt, American West Construction, Mark Rosa & Grande Forbund, Hamon, Sterling Constructors LLC, Millstone Weber, and Iron Mike Construction. The sheet records names, email addresses, company affiliations, and telephone numbers of individuals attending the pre-bid conference, indicating interest from various contractors in this federal government project.
36C10F25B0001 0001.docx
Word18 KB1/8/2026
AI Summary
Amendment 0001 to solicitation 36C10F25B0001, issued by the Department of Veterans Affairs, Office of Construction and Facilities Management, for the Fort Logan National Cemetery, Phase 1B, Dams/Spillways project, extends the offer receipt deadline. The amendment publishes materials from the pre-bid site visit held on September 16, 2025, including a sign-in sheet, pre-proposal conference slides, and walkthrough agendas. Offerors must acknowledge receipt of this amendment to ensure their bids are considered. All other terms and conditions of the original solicitation remain unchanged.
S02 - WD-Heavy-Denver County CO20250002 08-15-2025.pdf
PDF35 KB1/8/2026
AI Summary
This government file, General Decision Number: CO20250002, outlines prevailing wage rates for heavy construction projects in various Colorado counties, including Adams, Arapahoe, Boulder, Broomfield, Denver, Douglas, El Paso, Jefferson, Larimer, Mesa, Pueblo, and Weld. It specifies minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022). The document details wage and fringe benefit rates for numerous classifications such as Asbestos Workers, Bricklayers, Electricians, Power Equipment Operators, Ironworkers, Laborers, Plumbers, Pipefitters, Sheet Metal Workers, and Truck Drivers. It also provides information on the annual adjustment of Executive Order minimum wage rates and the process for submitting conformance requests for unlisted classifications. Additionally, the file clarifies identifiers for union, union average, survey, and state-adopted wage rates, and outlines the appeals process for wage determinations through the WHD Branch of Wage Surveys, Branch of Construction Wage Determinations, Wage and Hour Administrator, and the Administrative Review Board.
S02 - WD- Highway - Denver County CO20250009 01-03-2025.pdf
PDF311 KB1/8/2026
AI Summary
This government file outlines various requirements for proposals, likely for federal grants or RFPs. It details the structure and content expected in submissions, including specific sections for technical proposals, cost breakdowns, and administrative information. The document emphasizes adherence to formatting guidelines, clarity in presenting solutions, and comprehensive supporting documentation. Key areas highlighted include project scope, methodology, personnel qualifications, and financial viability. The file also touches upon evaluation criteria, underscoring the importance of addressing all specified requirements to be considered for funding or contract awards. Overall, it serves as a guide for applicants to ensure their proposals are complete, compliant, and competitive.
S02 Pre-Proposal Inquiry Form 36C10F25B0001.docx
Word19 KB1/8/2026
AI Summary
This document is a Pre-Proposal Inquiry (PPI) form, identified as 36C10F23R0013, for the Phase 1A Expansion (Construction FY23 Re-Procurement) project at Ft. Logan National Cemetery. The form is structured to facilitate questions from potential bidders and provide corresponding government responses, spanning two pages. This PPI is a standard component of federal government solicitations, indicating an opportunity for contractors to seek clarifications before submitting formal proposals for a construction project.
S02 - 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING-CERTIFICATE OF COMPLIANCE .pdf
PDF126 KB1/8/2026
AI Summary
The VAAR 852.219-75 (JAN 2023) DEVIATION outlines certification requirements for offerors regarding limitations on subcontracting for VA contracts. It mandates compliance with specific percentages for different contract types: 50% for services (excluding construction), 85% for general construction, and 75% for special trade construction. These percentages represent the maximum amount that can be paid to firms that are not certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The document emphasizes that any further subcontracting by similarly situated certified SDVOSB/VOSB subcontractors will count towards these limits. It excludes the cost of materials for construction contracts and, for services, allows the exclusion of other direct costs not central to the acquisition if small businesses do not provide the service. The certification process involves acknowledging potential penalties for false claims under 18 U.S.C. 1001, and outlines consequences for non-compliance, including referral to the VA Suspension and Debarment Committee, fines, and prosecution. Offerors must submit a signed certification with their bid, as failure to do so will result in ineligibility for evaluation and award. The VA reserves the right to request documentation to verify compliance during and after contract performance.
S02 - IFB- Cost Estimate Worksheet - Fort Logan - 36C10F25B0001.xlsx
Excel14 KB1/8/2026
AI Summary
The Fort Logan National Cemetery is soliciting bids for a construction project, IFB No: 36C10F25B0001, requiring a detailed breakdown of costs by division. The project utilizes the NCA Master Construction Specifications, encompassing a wide range of divisions from General Requirements (01) to Waterways and Marine Construction (35). Bidders must provide lump sums for each applicable division, with
36C10F25B0001_2.docx
Word135 KB1/8/2026
AI Summary
The Department of Veterans Affairs, Office of Construction and Facilities Management, is soliciting bids for Phase 1B of the Fort Logan National Cemetery expansion. This project focuses on addressing critical safety elements related to waterways, including dams, spillways, drainageways, and lakes, in compliance with Colorado state regulations. The contract is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) certified by the SBA VetCert database. The estimated construction cost ranges from $10,000,000 to $20,000,000. Bids are due by October 15, 2025, at 2:00 PM EDT, requiring electronic submission, a bid guarantee, and various certifications. A mandatory pre-bid site visit is scheduled for September 16, 2025. The selected contractor will be responsible for all labor, materials, equipment, and supervision, with a project duration of 730 calendar days.
S02 - WD - Heavy - Denver County CO20250002 09-12-2025.pdf
PDF2191 KB1/8/2026
AI Summary
This document, General Decision Number: C020250002, outlines prevailing wage rates for heavy construction projects in various Colorado counties, including Adams, Arapahoe, Boulder, Broomfield, Denver, Douglas, El Paso, Jefferson, Larimer, Mesa, Pueblo, and Weld. It specifies minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts post-January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). The document details wage rates and fringes for various crafts like Asbestos Workers, Bricklayers, Electricians, Power Equipment Operators, Ironworkers, Laborers, Plumbers, Pipefitters, Sheet Metal Workers, and Truck Drivers, with specific rates varying by county and classification. It also provides information on the appeals process for wage determinations and outlines identifiers for different rate types (Union, Union Average, Survey, State Adopted). Additionally, it mentions Executive Order 13706 regarding paid sick leave for federal contractors.
36C10F25B0001 0002.docx
Word18 KB1/8/2026
AI Summary
Amendment 0002 to solicitation 36C10F25B0001 for the Fort Logan National Cemetery, Phase 1B, Dams/Spillways project extends the deadline for receipt of offers to November 20, 2025, at 2:00 PM EST. The purpose of this amendment is also to replace the previously issued Wage Determination for Heavy Construction, Denver County CO20250002, Mod 7 (dated 08-15-2025) with Mod 8 (dated 09-12-2025). All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their bids are considered.
36C10F25B0001 0003.docx
Word16 KB1/8/2026
AI Summary
Amendment 0003 for solicitation 36C10F25B0001, issued by the Department of Veterans Affairs, extends the deadline for offer submissions to December 18, 2025, at 2:00 PM EST. This modification, dated November 19, 2025, specifically addresses the extension of the bid receipt hour and date. All other terms and conditions of the original solicitation remain unchanged. The amendment also indicates that a future amendment will be issued to answer pre-proposal questions and provide details regarding a virtual bid opening.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 21, 2025
amendedAmendment #1· Description UpdatedSep 19, 2025
amendedAmendment #2· Description UpdatedOct 9, 2025
amendedAmendment #3Nov 19, 2025
amendedAmendment #4· Description UpdatedDec 9, 2025
amendedLatest Amendment· Description UpdatedJan 8, 2026
deadlineResponse DeadlineJan 14, 2026
expiryArchive DateFeb 13, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)

Point of Contact

Contracting Officer
Rachel Beason

Official Sources