Y1DA--NRM-CONST 630A4-20-412 Repair Parking Lots and Roads SA
ID: 36C24226B0014Type: Solicitation
Overview

Buyer

DEPARTMENT OF VETERANS AFFAIRSVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking bids from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for a construction contract to repair parking lots and roads at the St. Albans VA Medical Center in Jamaica, New York. The project involves extensive site work, including the rehabilitation of parking lots, roads, sidewalks, curbs, and ADA ramps, with a focus on minimizing disruption to the medical center's operations through a phased approach. The estimated construction cost ranges between $5,000,000 and $10,000,000, with a mandatory performance period of 365 calendar days from the notice to proceed. Interested contractors must submit their bids via email by March 20, 2026, and are encouraged to attend a site visit scheduled for February 13, 2026. For further inquiries, contact Vladimir Stoyanov at vladimir.stoyanov@va.gov.

    Point(s) of Contact
    Vladimir StoynovTorell Camp
    vladimir.stoyanov@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), NCO 2 St. Albans VA Medical Center, issued a pre-solicitation notice for highly qualified construction firms to repair parking lots and roads at the St. Albans VA Medical Center in Queens, NY. This project involves asphalt removal and replacement, resurfacing, striping, grading, curb and gutter repair, drainage improvements, and site restoration, all in accordance with VA and manufacturer specifications. The estimated cost range for this project is $5,000,000-$10,000,000. Contractors must be Service-Disabled Veteran-Owned Small Business Certified (SDVOSBC), registered with SAM.gov, and comply with VA criteria, regulations, and safety standards, including OSHA certification. All project correspondence will utilize the VISN 2 Autodesk Build Construction Management Platform. A site visit is strongly encouraged, and the solicitation is anticipated to be issued around December 19, 2025.
    This government solicitation, number 36C24226B0014, is a Total Service-Disabled-Veteran-Owned Small Business (SDVOSB) set-aside procurement by the Department of Veterans Affairs. It is for construction, alteration, or repair, with an estimated magnitude between $5,000,000 and $10,000,000. The contract type will be Firm-Fixed-Price, with a mandatory performance period of 365 calendar days from the notice to proceed. Key requirements include mandatory registration at www.sba.gov and www.sam.gov for SDVOSBs, adherence to Buy American provisions for construction materials, and a bid guarantee of 20% of the bid price or $3,000,000, whichever is less. Liquidated damages for delays are set at $719.53 per calendar day. Important dates include a site visit on 02/13/26, RFI submittal by 02/20/26, and bids due via email by 12:00 PM EDT on 03/20/26. A public bid opening will be held remotely on 03/24/26 at 3:00 PM. The solicitation also outlines procedures for protests and various federal acquisition regulations concerning responsibility matters, equal opportunity, and security prohibitions.
    This presolicitation notice from the Department of Veterans Affairs (VA) announces an upcoming Invitation for Bid (IFB) for construction firms to repair parking lots and roads at the St. Albans VA Medical Center in Queens, NY. The project, estimated between $5,000,000 and $10,000,000, involves asphalt removal/replacement, resurfacing, striping, grading, curb/gutter repair, drainage improvements, and site restoration, all in accordance with VA and manufacturer specifications. Contractors must be Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), registered with Veteran Small Business Certification (sba.gov) and SAM.gov. The solicitation, expected around November 25, 2025, will require bid bonds and adherence to VA privacy training and the VISN 2 Autodesk Build Construction Management Platform. A site visit is strongly encouraged, with details to be provided in the solicitation.
    The General Decision Number: NY20260003 01/30/2026 outlines prevailing wage rates and fringe benefits for various construction trades across Bronx, Kings, New York, Queens, and Richmond Counties in New York. It covers Building, Heavy, Highway, and Residential construction projects, including single-family homes and apartments up to four stories. The document details specific rates for classifications such as Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Laborers, Painters, Plasterers, Plumbers, Roofers, Sheet Metal Workers, and Truck Drivers. It also includes footnotes regarding paid holidays for several trades and outlines the classifications for different power equipment operator groups. Additionally, the document references Executive Orders 13706 and 13658, which mandate paid sick leave and minimum wage requirements for federal contractors. It also provides guidance on union rate identifiers, survey rate identifiers, state-adopted rate identifiers, and the wage determination appeals process through the U.S. Department of Labor.
    The Buy American Certificate (OCT 2022) provision outlines certification requirements for offerors regarding the domestic content of their end products in government solicitations. Offerors must certify that each end product is a domestic end product, except for those specifically listed as foreign. They are required to list foreign end products, indicating their country of origin and whether they exceed 55% domestic content (unless COTS items). Additionally, offerors must identify domestic end products that contain a critical component. The provision defines key terms such as “commercially available off-the-shelf (COTS) item,” “critical component,” “domestic end product,” “end product,” and “foreign end product.” The government evaluates offers based on Federal Acquisition Regulation part 25. The document concludes with a certification section for the company to confirm compliance with subcontracting limitations.
    This guide outlines the process for granting external contractors access to ProductivityNOW eLearning for Autodesk Build Construction management training. Contractors must request access in writing through the Contracting Officer’s Representative (COR) within 14 days of contract award, providing their name and email. The COR will grant access for 12 calendar days, assign the necessary training courses, and notify the contractor. Contractors are responsible for accepting the invite, completing the training, and submitting completion certificates or competency memos to the COR. The guide also provides step-by-step instructions for CORs to grant access and assign training within the ProductivityNOW system, emphasizing that access to ProductivityNOW is distinct from Autodesk Build and that a VISN has a limit of 52 external users.
    This government file outlines the
    The FAR DEVIATION FEB 2025 NOTICE addresses a discrepancy between system updates and policy updates within the System for Award Management (SAM). It clarifies that SAM may still require entities to complete representations based on outdated provisions, such as 52.222-25 (Affirmative Action Compliance) and paragraph (d) of 52.212-3 (Offeror Representations and Certifications—Commercial Products and Commercial Services), even if these are not included in agency solicitations. Contracting officers are advised not to consider these representations when making award decisions or enforcing requirements. Furthermore, entities are neither required nor able to update their registration in SAM to remove these specific representations. This notice ensures that entities are aware of the current policy regarding these representations and that contracting officers apply the correct criteria in award decisions.
    This document outlines tax exemption instructions for bidders on federal government contracts in New York, specifically regarding Federal Acquisition Regulation (FAR) 52.229-3, Federal, State, and Local Taxes. It clarifies that the United States government and its agencies, including the Department of Veterans Affairs (VA), are immune from New York State sales and compensating use taxes. Furthermore, contractors purchasing building materials within New York for incorporation into VA real property are exempt from these taxes. To benefit from this exemption, successful offerors must complete and retain Form ST-120.1, "Contractor Exempt Purchase Certificate." Bids submitted for this solicitation are presumed to reflect this tax exemption and should not include New York's state sales and compensating use taxes on materials incorporated into VA real estate.
    This government file outlines the limitations on subcontracting for federal contracts, specifically addressing general construction. In accordance with 38 U.S.C. 8127(k)(2), contractors for general construction must not pay more than 85% of the government-paid amount to firms that are not VIP-listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The cost of materials is excluded from this calculation. Offerors must certify their compliance with these limitations, acknowledging potential criminal, civil, or administrative penalties for false certifications. The Department of Veterans Affairs (VA) may request documentation to verify compliance and can impose severe penalties, including referral to the Suspension and Debarment Committee, fines, and prosecution, for non-compliance or bad faith actions by SDVOSBs/VOSBs. Failure to provide the required certification will render an offer ineligible for evaluation and award.
    This memo outlines the formulation of liquidated damages for Solicitation Number 36C24226B0014,
    The document outlines participation goals for minorities and females in federal and federally assisted construction contracts. These goals are established as a percentage participation rate for specific economic areas, with a nationwide goal of 6.9% for females. Contractors are required to make good faith efforts to meet these goals, which are not quotas, set-asides, or devices for proportional representation. Instead, they target and measure the effectiveness of affirmative action efforts to prevent employment barriers. Compliance is assessed based on the implementation of the Equal Opportunity Clause and efforts to broaden the pool of qualified candidates. The goals apply to all construction work sites for contracts exceeding $10,000, with specific minority participation percentages detailed for various states and economic areas across the US.
    The Department of Veterans Affairs (VA) mandates annual privacy training for all personnel, including contractors and volunteers, to protect sensitive information. This document specifically addresses individuals without direct access to VA computer systems or sensitive information, outlining their responsibilities for safeguarding data they may incidentally encounter. Those with direct access to VA systems or sensitive information, such as Protected Health Information (PHI), must complete more extensive training (TMS 10203 and TMS 10176). The training defines VA sensitive information and PHI, explains incidental disclosures (e.g., overhearing conversations or seeing information on whiteboards), and details safeguards like securing found information, not removing data without permission, and avoiding unauthorized sharing of access credentials or PHI. The document also lists six privacy laws governing the VA, including FOIA, Privacy Act of 1974, and HIPAA, and outlines rules regarding the use and disclosure of PHI. Privacy violations can result in civil and criminal penalties, and personnel are responsible for reporting concerns to their Privacy Officer. This training ensures compliance with privacy and confidentiality statutes, emphasizing the protection of veterans' confidential information.
    The document outlines the safety and environmental record requirements for bidders/offerors in government contracting. To be considered responsible, bidders must certify they have no more than three serious, one repeat, or one willful OSHA or EPA violation in the past three years. Additionally, they must provide their current Experience Modification Rate (EMR) of 1.0 or less, verified by their insurance carrier or the NCCI. Self-insured contractors in specific states must obtain their EMR from state-run workers’ compensation bureaus. This information, along with government database checks, will be used to determine responsibility. Failure to meet these guidelines or submit the required information will result in a determination of “Non-Responsibility,” making the bidder ineligible for award. These requirements extend to all subcontracting tiers, with prime contractors responsible for their subcontractors’ compliance. A certification form is included for bidders to affirm their commitment to these limitations.
    This document outlines the specifications and general requirements for Project #630A4-20-412, “Repair Parking Lots and Roads (SA),” for the VA NY Harbor Healthcare System, St. Albans Campus. Prepared by Acela Architects + Engineers, PC, the project involves the rehabilitation of parking lots, roads, sidewalks, curbs, and ADA ramps, including associated general construction, demolition, grading, drainage, earthwork, utilities, and electrical work. The work is divided into 15 distinct phases (A through O) to minimize disruption to the 24/7 medical center operations. Key requirements include strict safety protocols, construction security, utility service maintenance, and detailed procedures for site access, material storage, and waste management. The contractor must provide professional surveying and geotechnical services, maintain as-built drawings, and develop a comprehensive warranty management plan with specific response times for repairs. Photographic documentation of construction progress is also mandated.
    This Department of Veterans Affairs (VA) document outlines the comprehensive application and screening process for contract employees within the Veterans Health Administration (VHA). It includes various forms and procedures for background investigations, Personal Identity Verification (PIV) card sponsorship, Special Agreement Checks (SAC), and PIV credential turn-in. Key forms detail requirements for personal information, employment history, citizenship, and criminal background checks. The document also includes a screening checklist for all appointees, emphasizing documentation for suitability, security, and verification of credentials. Additionally, it features an Employment Eligibility Verification Form (I-9) and a Declaration for Federal Employment, ensuring compliance with federal employment and security standards.
    The Department of Veterans Affairs is seeking bids for a Service-Disabled-Veteran-Owned-Small-Business (SDVOSB) set-aside procurement to repair parking lots and roads at the James J. Peters VA Medical Center. This amendment clarifies key aspects of the solicitation, including bid submission via email by March 20, 2026, and a remote public bid opening on March 24, 2026. The project involves extensive site work, including the replacement of existing site lighting, construction layout responsibilities for the contractor, and adherence to specific phasing sequences (Phases A-O). Contractors are required to retain a New York-licensed Professional Geotechnical Engineer and will be responsible for locating underground utilities. Parking lot construction must occur during evening and/or weekend hours. The document also provides soil information for reference and mandates specific concrete base designs for signage. Strict compliance with CQC and SSHO roles is required, with dual roles subject to approval. Disposal of excess soil must comply with regulations, and only suitable stripped topsoil can be reused. Temporary fencing details are outlined, and costs for temporary fencing must be included in the base bid.
    Similar Opportunities
    Loading similar opportunities...