Y1DA--Project Number: 561A4-21-101 Replace RF Unit Site Prep - Rm. 48 Lyons VAMC
ID: 36C24224B0048Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS 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)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the replacement of the RF Unit and associated site preparation in Room 48 at the Lyons VA Medical Center in New Jersey, under Project Number 561A4-21-101. The project entails comprehensive construction tasks, including demolition, installation of new mechanical systems, plumbing, electrical work, and fire protection, all while ensuring minimal disruption to the facility's 24/7 operations. This initiative is crucial for modernizing healthcare technology and enhancing operational efficiency within the medical center. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their bids by October 8, 2024, following a pre-bid site visit on September 10, 2024, with an anticipated contract value between $500,000 and $1,000,000. For further inquiries, contact Contracting Officer Phillip D. Kang at Phillip.Kang@va.gov.

    Point(s) of Contact
    Phillip D KangContracting Officer
    Phillip.Kang@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) issued by the Department of Veterans Affairs for the project titled "Replace RF Unit Site Prep" at the Lyons Campus of the VA New Jersey Healthcare System. The main goal is to furnish professional construction services to prepare the site in Building 48 for a new Digital Radiography and Fluoroscopy system, including essential renovations. The contractor must complete the work within 180 calendar days from the Notice to Proceed. This procurement is set aside for 100% Service-Disabled Veteran-Owned Small Businesses, requiring interested bidders to register in the System for Award Management and be verified as SDVOSB. The anticipated contract value lies between $500,000 and $1,000,000, emphasizing compliance with VA specifications and federal, state, and local regulations. A pre-bid site visit is scheduled for September 10, 2024, with a bid opening on October 8, 2024, both critical for providing prospective bidders with necessary project insights. The document includes specific requirements for contractor capabilities, bonding, and compliance with various federal provisions, including labor participation goals and safety standards, reaffirming the commitment to public procurement integrity and excellence in service delivery.
    The Department of Veterans Affairs is initiating a presolicitation for Project Number 561A4-21-101, aimed at replacing the RF Unit in Room 48 of the Lyons VA Medical Center, New Jersey. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), encompasses general construction, mechanical, plumbing, fire protection, and electrical work. The construction cost is estimated between $500,000 and $1,000,000, with an anticipated completion timeline of 180 calendar days post-Notice to Proceed (NTP). Contractors are responsible for site preparation and comprehensive renovations, including demolition and installation tasks critical to establishing a functional control room and operational systems. Participation requires registration in the System for Award Management (SAM), Duns and Bradstreet, and verification as an SDVOSB through the SBA. The solicitation is expected to be released around September 4, 2024, with bids due by 10 AM Eastern Time on October 8, 2024. Only electronic submissions will be accepted. This document highlights the VA's commitment to enhancing its facilities while prioritizing engagement with veteran-owned businesses.
    The document outlines a construction project at 151 Knollcroft Rd., Lyons, NJ, primarily focusing on the replacement of an RF unit in Room 48 and associated site preparations. The project involves intricate engineering specifications and requires adherence to safety and infection control measures throughout construction. Plans include detailed drawings for HVAC, electrical, plumbing, and fire protection systems, ensuring compliance with relevant codes and safety protocols. Key components of the construction include demolition and new installations across various building areas, from HVAC details to plumbing layouts. ICRA (Infection Control Risk Assessment) methods are emphasized to minimize contamination, requiring negative air pressure maintenance and careful barrier controls. Life safety considerations are consistently addressed through strategic planning. Overall, the document serves to guide the execution of critical upgrades while ensuring operational continuity and maintaining safety standards within a healthcare context. This project reflects support from government entities through its systematic approach to facility enhancement and compliance with regulatory requirements.
    The Lyons VA Medical Center in New Jersey aims to replace the RF Unit in Room 48 under Project No. 561A4-21-101. This initiative involves extensive site preparation and renovation of existing Sterile Processing Services (SPS) areas. The contractor is responsible for comprehensive construction tasks, including demolition, installation of new mechanical systems, plumbing, electrical, fire protection, and ensuring compliance with safety and quality control standards. A phased approach outlines the work sequence, emphasizing minimal disruption to the medical center's operations, which run 24/7. Security and access restrictions are highlighted, and the contractor must coordinate closely with the medical facility. The project requires adherence to numerous specifications and regulations, reflecting the VA's commitment to modernizing its facilities while prioritizing safety and operational continuity.
    The VAAR 852.219-75 outlines the VA's requirements regarding limitations on subcontracting for contracts involving services and construction, specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). The contractor certifies compliance with federal regulations and agrees to maintain specific subcontracting limits: not more than 50% for services, 85% for general construction, and 75% for special trade construction with non-SDVOSB/VOSB firms. The document emphasizes that certain costs, such as materials, may be excluded from these calculations. Contractors must provide records confirming adherence to these limits, and failure to do so could lead to substantial penalties, including fines and possible prosecution. A formal certification submission is mandatory for eligibility in the bidding process, highlighting the VA's strict compliance protocols. This document reinforces the federal government's commitment to supporting veteran-owned businesses while ensuring transparency and accountability in government contracting.
    The document outlines the Statement of Work (SOW) for Project # 561A4-21-101, aimed at replacing an existing RF Unit and adding a control room in Room 48 of the VA NJ Health Care System in Lyons, NJ. The contractor is responsible for providing all necessary labor and materials for site preparation and installation of a new Digital Radiography and Fluoroscopy system. The scope of work includes demolition, masonry, metal fabrication, carpentry, and installations of fire suppression, plumbing, HVAC, electrical, and communication systems, ensuring compliance with VA standards. Contractor oversight will be conducted by a designated Contracting Officer’s Representative (COR), who will monitor project performance, adherence to timelines, and safety measures. Security protocols require contractors to be escorted while on VA premises without routine access to sensitive information. The work is to begin within 10 days of the Notice to Proceed and is to be completed within 180 days. Overall, this project reflects the VA’s dedication to enhancing healthcare technology and facilities while ensuring safety and minimal disruption during construction operations.
    The "Buy American Certificate" provision, as outlined in 52.225-2, certifies that the Offeror’s end products are domestic, with exceptions listed. Key requirements include the classification of end products as either domestic or foreign, and the identification of those foreign products manufactured in the U.S. that do not meet domestic criteria. Offerors must also state the domestic content percentage of non-iron or steel foreign products, unless they are commercially available off-the-shelf (COTS) items. Additionally, there is a requirement to specify line items of domestic products containing critical components. The government will evaluate offers based on the Federal Acquisition Regulation (FAR) Part 25 policies. Overall, this provision emphasizes the importance of promoting U.S. manufacturing through procurement processes, mandating transparency regarding the origin and content of products offered in federal contracts.
    This document outlines wage determinations for construction projects in Somerset County, New Jersey, under the Davis-Bacon Act, including applicable federal minimum wage laws. It specifies wage rates for various construction roles, including but not limited to electricians, carpenters, plumbers, and laborers, with distinctions among regions within Somerset County. The wages set forth must comply with Executive Orders regarding federal contracts, where contractors must pay not less than $17.20 per hour for contracts awarded post-January 30, 2022, or $12.90 for those awarded prior. The document also provides details about fringe benefits, paid holidays, and vacation pay for workers, as well as stipulations regarding hazardous waste removal positions. Additionally, it discusses procedural aspects regarding wage determination appeals and classification decisions. This summary serves to inform contractors and stakeholders of the prevailing wage requirements and compliance standards necessary for participating in federal construction projects, reflecting the government's commitment to fair labor practices. Overall, the document is vital for ensuring that construction contracts align with established labor laws and provide equitable compensation for workers in the sector.
    Similar Opportunities
    Z1DA--607-22-101 Renovate Inpatient Ward 7B (VA-25-00007172)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of Inpatient Ward 7B at the William S. Middleton Memorial VA Hospital in Madison, Wisconsin, under project number VA-25-00007172. This project, with a budget ranging from $5 million to $10 million, aims to modernize hospital facilities while ensuring compliance with federal regulations and prioritizing participation from service-disabled veteran-owned small businesses (SDVOSB). The renovation will encompass comprehensive upgrades across various construction disciplines, including architectural, mechanical, and electrical systems, to enhance patient care environments. Interested bidders must submit their proposals electronically by 12:00 PM local time on October 11, 2024, and can direct inquiries to Contracting Officer John J Meyers at john.meyers2@va.gov.
    Y1DB--Radiation Oncology Lab Renovation (Oct)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of the radiation oncology laboratory at the Richmond VA Medical Center in Virginia. The project requires a contractor with expertise in comprehensive construction services, including demolition, construction management, and project closeout, with an estimated cost between $2 million and $5 million. This renovation is crucial for enhancing the facility's capabilities in providing quality care to veterans. The solicitation is expected to be issued on October 1, 2024, with bids due by October 31, 2024. Interested contractors must be Service-Disabled Veteran-Owned Small Businesses (SDVOSB), registered in the System for Award Management (SAM), and are advised that no paper copies of the solicitation will be provided. For further inquiries, potential bidders can contact Contracting Specialist Aaron Holmes at aaron.holmes@va.gov or (757) 722-9961 x8845.
    Y1DA-- 650-345 Expand and Renovate Space for New MRI (VA-25-00001326) (VA-25-00001326)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Firm-Fixed-Price contract to expand and renovate space for a new MRI at the Veterans Affairs Medical Center located in Providence, Rhode Island. The project involves comprehensive site preparation, including demolition, construction, and installation of various systems such as HVAC, electrical, plumbing, and fire safety, with work expected to occur outside of normal operating hours due to the facility's 24/7 status. This construction initiative is crucial for enhancing medical services provided to veterans, with a contract value estimated between $10 million and $20 million. Interested small businesses must submit inquiries in writing to both Contract Specialist Kathryn Allison and Contracting Officer Dean W. Flanders, with the solicitation anticipated to be issued around October or November 2024.
    Z2DA--Tier 4 CON NRM 668-CSI-009 Renovate C208G/F for IR/RF
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of rooms C208G and C208F at the Mann-Grandstaff VA Medical Center in Spokane, Washington, under project number 668-CSI-009. The objective of this procurement is to upgrade the facilities to support infrared/radio frequency operations, which includes significant structural modifications, HVAC installation, and compliance with safety standards. This renovation is crucial for enhancing the medical center's capabilities to provide efficient services to veterans. Proposals are due electronically by September 19, 2024, with an estimated project cost between $500,000 and $1,000,000. Interested contractors should direct inquiries to Contract Specialist Dennis R. Einarson at Dennis.Einarson@va.gov.
    Z1DA--650-CSI-3516 Renovate Upgrade Angio OR Suite Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation and upgrade of the Angio Operating Room Suite at the Providence VA Medical Center in Rhode Island. The project involves comprehensive construction activities, including demolition, installation of new systems, and adherence to strict safety and infection control standards, with a completion timeline of 240 days from the notice to proceed. This initiative is crucial for enhancing healthcare infrastructure and ensuring optimal operational efficiency in providing care to veterans. Interested contractors should direct inquiries to Contract Specialist Kathleen I. Mills at kathleen.koseoglu@va.gov, with proposals due by January 31, 2024.
    655-20-202 Atrium Renovation Bldg 22
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a comprehensive renovation of the atrium in Building 22 at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan. The primary goal is to enhance the atrium's functionality, aesthetics, and safety while ensuring the medical center remains fully operational during the construction process. Opportunity Overview This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, seeks to procure construction services for interior and exterior upgrades. The VA aims to award a firm-fixed-price contract with an estimated value of $45 million. Scope of Work The scope of work is divided into two phases and encompasses general construction, architectural adjustments, mechanical and electrical work, and finishes. Phase 1 includes: Installing exterior construction barriers and a gate Constructing temporary walls Selective demolition of existing interior elements Building an exterior canopy, sidewalk, and repairing pavement Constructing new interior walls and architectural elements Phase 2 requires: Demolishing the temporary construction wall Removing and replacing all flooring finishes The project has strict deadlines, mandating completion within 120 days of the notice to proceed. Contractors must adhere to detailed plans and specifications outlined in drawings and documents. Key Requirements Contractors must comply with OSHA and EPA regulations, attend a mandatory site visit, and meet small business size standards. They are responsible for providing a detailed project schedule, adhering to phasing plans, and ensuring compliance with strict safety and security protocols. Additionally, the installation of a HILTI firestop system is a critical requirement to maintain the Joint Commission accreditation. Eligibility Criteria Applicants for this SDVOSB set-aside must be verified in the VetCert registry. The VA will prioritize contractors with strong safety records, past performance, and experience in construction projects. Funding and Contract Details The estimated funding available for this project is $45 million. The contract type is a firm-fixed-price contract, and the solicitation document is Solicitation No. 36C25024B0058. Submission Process Interested parties should submit their applications by the deadline on July 31, 2024, at 11:30 a.m. EDT. The submission process includes a mandatory bid guarantee and performance bonds. The VA encourages contractors to ask questions prior to the deadline, with responses provided via amendments. Evaluation Criteria The VA will evaluate applications based on several factors. The primary evaluators are the contractor's safety records, past performance, and price. Technical aspects, including the technical approach, experience, and cost effectiveness, will also be considered. Contact Information For further clarification or questions, interested parties can contact Christina Shockey at Christina.Shockey@va.gov. Important Dates Key dates include a site visit scheduled for July 9, 2024, and the submission deadline on July 31, 2024.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    Y1DA--Renovation and Expansion of SPS NRM Project 640-23-108
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the renovation and expansion of the Sterile Process Supply facility at the VA Palo Alto Healthcare System in California. The project aims to enhance functionality and compliance with VA standards by creating distinct areas for Sterile Processing Service and Supply Chain Service, ensuring effective workflow and safety in handling reusable medical devices. This initiative is critical for improving healthcare facilities and maintaining safety standards during construction, with an estimated project value between $10 million and $20 million. Interested parties must submit their qualifications and capability information to Contracting Officer Corey R. Kline at corey.kline3@va.gov by 12:00 PM PDT on September 19, 2024, in preparation for a Request for Proposal anticipated to be released in early November 2024.
    Z1DA--630-24-2-7865-0001 (630A4-17-520 Replace Pump Station and Controls (SA))
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a pump station and controls at the VA Community Living Center in St. Albans, NY, under Project Number 630A4-17-520. The project involves replacing six existing water booster pumps and associated controls, with a focus on reusing existing piping and ensuring compliance with safety and environmental regulations. This initiative is crucial for maintaining operational capabilities at the facility while enhancing the reliability of its water systems. Bids must be submitted via email to Contract Specialist Samantha Chavanga by 10:30 AM (EST) on September 18, 2024, with the bid opening scheduled for the same day at 11:00 AM (EST). Interested contractors should also be aware of the requirement to complete a "Buy American Certificate" and adhere to subcontracting limitations as outlined by the VA.
    Z1DA-- Construction Renovate Outpatient Pharmacy and HVAC, Mather 612A4-19-016
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of the outpatient pharmacy and HVAC systems at the VA Northern California Healthcare System in Mather, California. This project aims to upgrade the existing pharmacy space to enhance operational efficiency and workflow, addressing critical deficiencies in plumbing and mechanical systems while providing a state-of-the-art facility for patient care. The anticipated contract value is between $5 million and $10 million, with a performance period of approximately 426 calendar days from the notice to proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must be registered in the System for Award Management (SAM) and verified by the SBA's VetCert program, with proposals due following the solicitation release on or about August 29, 2024. For further inquiries, contact Rosario Chaidez at Rosario.chaidez1@va.gov or call 916-923-4548.