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.
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.
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.
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.
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.
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.
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.
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.
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
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.
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.
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.
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.
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.
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.