Z1DA--Repair Facility Parking lots and Sidewalks 583-25-515
ID: 36C25025Q0537Type: Presolicitation
AwardedJul 1, 2025
$262.2K$262,231
AwardeeCALVARY CONTRACTING INC TIPP CITY 45371
Award #:36C25025C0135
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

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 repair of parking lots and sidewalks at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. This project involves comprehensive work including demolition, concrete repairs, asphalt sealing and resurfacing, and paint striping, with a completion timeline of 90 days following the Notice to Proceed. The initiative is crucial for enhancing safety and functionality at the facility, and it is set aside for Service-Disabled Veteran Owned Small Businesses, with an estimated cost between $100,000 and $250,000. Interested contractors must submit their proposals via email by the revised deadline of June 23rd, 2025, and can direct inquiries to Contract Specialist Elizabeth A. Finley at Elizabeth.Finley1@va.gov.

    Point(s) of Contact
    Elizabeth FinleyContract Specialist
    Elizabeth.Finley1@va.gov
    Files
    Title
    Posted
    The document outlines a government solicitation for contracting services to repair the parking lots and sidewalks at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. It includes essential details such as solicitation number 36C25025Q0537, a scope of work requiring all labor, materials, and supervision, and a completion timeline of 90 days following the Notice to Proceed. The project has an estimated cost between $100,000 and $250,000 and is set aside for Service-Disabled Veteran Owned Small Businesses. Key components of the bid include a mandatory site visit scheduled for May 28, 2025, and submission requirements for requests for information by June 11, 2025. Contractors must comply with all health and safety regulations, conduct a thorough safety plan, and maintain operational capability at the facility. Proposals must adhere to a detailed bidding schedule and follow federal regulations related to labor wage determinations and bonding requirements. The contractor is also responsible for maintaining a clean work environment, complying with regulations, and actively communicating with VA representatives throughout the project. This solicitation seeks to ensure the efficient and compliant execution of necessary repairs while prioritizing veteran entrepreneurship and involvement.
    The Presolicitation Notice outlines a planned project for the repair of parking lots and sidewalks at the Richard L. Roudebush VA Medical Center in Indianapolis, IN, under solicitation number 36C25025Q0537. The project involves sealing and striping asphalt, replacing damaged sidewalks and ramps, and ensuring compliance with VA standards. All work must be completed within 90 days after the Notice to Proceed, primarily outside of normal business hours to maintain the medical center's operations. Contractors must provide labor, materials, and necessary supervision, coordinate with subcontractors, and ensure adherence to health and safety regulations, including OSHA standards. A comprehensive safety plan must be prepared and approved before work begins. The project magnitude is estimated between $100,000 and $250,000, and a formal solicitation is expected around May 28, 2025. This document serves as a preliminary notice, advising potential contractors of the upcoming opportunity and associated requirements without soliciting immediate proposals.
    This government document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 10. The primary purpose of this amendment is to modify the response due date for offers to Monday, June 23rd, at 2 PM EST, and to provide additional information in the form of questions and answers regarding the Request for Information (RFI). The amendment must be acknowledged by all offerors, and responses can only be submitted via email. The formal documentation includes a requirement for acknowledgment of the amendment and stipulates that failure to do so could result in rejection of offers. The attachment included contains the RFI questions and answers to assist bidders in preparing their offers. Overall, the document serves to clarify and adjust the bidding process to ensure all parties have the necessary information and timeline to submit their proposals effectively.
    This document outlines wage determinations for building construction contracts across multiple counties in Indiana under the Davis-Bacon Act. It highlights the requirements for contractors related to minimum wage standards based on Executive Orders 14026 and 13658, specifying wage rates effective for 2025. The determination details various labor classifications, including rates and fringe benefits for positions such as asbestos workers, electricians, bricklayers, laborers, and equipment operators across designated counties. Updates on wage determinations include adjustments made to rates and classifications based on county specifications, emphasizing the importance of compliance with federal regulations. This comprehensive wage schedule is critical for ensuring that workers on federally funded construction projects receive fair compensation and benefits, thereby supporting labor standards in Indiana's construction industry.
    The VHA Directive 1192.01 establishes a mandatory seasonal influenza vaccination program for health care personnel (HCP) within the Veterans Health Administration (VHA) to mitigate the spread of influenza in VHA facilities. It outlines the requirement for all HCP to receive the annual vaccine or obtain an exemption on medical or religious grounds. The directive also defines responsibilities for various VHA officials to ensure compliance and monitoring of vaccination rates, addressing the need for a vaccinated workforce to protect vulnerable populations. It stresses the importance of vaccination as the most effective method of preventing healthcare-associated influenza transmission and mandates disciplinary measures for non-compliant personnel. Exemptions must be documented, and HCP who do not comply are required to wear face masks during influenza season. The directive reflects national health goals and integrates with existing policies aimed at maintaining patient and staff safety within VHA settings.
    The "Repair Sidewalks and Parking Lots Project" at the Richard L. Roudebush VA Medical Center aims to enhance safety and functionality through extensive repairs to existing sidewalks and parking areas. The project entails demolition, concrete repairs, asphalt sealing and resurfacing, and paint striping, with specific bid items and alternates outlined for contractors. Safety and security requirements are paramount, necessitating adherence to federal regulations throughout the construction process. Contractors must plan for uninterrupted Medical Center operations, coordinating work to minimize disruptions. A robust submittal process is in place to ensure compliance with project specifications, emphasizing the need for shop drawings, product data, and samples. Safety protocols, including an Accident Prevention Plan and Activity Hazard Analyses, must be enforced to protect workers and the public during construction activities. Overall, this project reflects the VA's commitment to improving facilities while ensuring regulatory compliance and maintaining high safety standards throughout the construction process.
    The Pre-Award Contractor Safety and Environmental Record Evaluation Form is designed to assess a contractor's safety record and compliance with OSHA regulations prior to awarding a contract under Solicitation # 36C25025Q0537. Contractors must report relevant safety data, including man-hours worked, incidents involving days away from work, and the Days Away, Restricted, or Transferred (DART) rate for the years 2022 through 2024. They are also required to disclose any serious OSHA violations from the past three years and provide an explanation for these violations. Additionally, contractors must submit their OSHA 300 and 300a Forms. The form includes a request for the company’s NAICS code (237310) and details about the company’s Safety and Health Program administration and Insurance Experience Modification Rate (EMR). This evaluation is a critical part of the selection process, emphasizing the federal government's commitment to contractor safety and health standards in support of federal grants and RFPs.
    The document is a Request for Information (RFI) for the project "Repair Facility Parking Lots and Sidewalks" at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, Indiana. It outlines the requirements for contractors interested in submitting questions or seeking clarifications about the solicitation. The government emphasizes the need for specific references to solicitation sections or drawing numbers when posing questions to ensure timely responses. Key contact information includes Elizabeth Finley, the Contract Specialist, who is responsible for overseeing the RFI process. Responses to inquiries will be posted on SAM.gov, outlining the project's structure for interested parties. The purpose of this RFI is to gather information that may aid in the project's planning and execution, ensuring compliance with requisite standards and protocols.
    The document addresses a request for information (RFI) regarding specific procedures for parking lot maintenance, focusing on sealcoating and striping schedules. It confirms that while the first coat of striping should be applied the day after sealcoating, the second coat must wait for a minimum of 14 days to allow the new pavement to cure, ensuring that the parking lot is ready for use by Monday. Additionally, the document provides support concerning the concrete ramp labeled “#4,” offering a request for its dimensions and a corresponding picture. This document serves to clarify essential procedures and technical specifications necessary for compliance within a government-requested maintenance project, ensuring project timelines and regulations are met efficiently.
    Similar Opportunities
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a 93,200-square-foot gravel parking lot with 320 spaces at the Dayton VA Medical Center, as part of a project aimed at expanding staff parking. The contractor will be responsible for all labor, materials, and equipment necessary for site preparation, grading, gravel installation, and the placement of parking blocks, adhering to federal, state, local, VA, and OSHA standards. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated contract value between $250,000 and $500,000. Proposals are due by January 22, 2026, at 10:00 AM local time, and interested bidders are encouraged to attend a site visit on December 18, 2025. For further inquiries, contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the expansion of the B330 Staff Parking Lot at the Dayton VA Medical Center, under project number 552-26-502. The project entails constructing an approximately 93,200 square foot gravel parking lot that will accommodate around 320 parking spaces, thereby enhancing the existing staff parking area. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated construction cost ranging from $250,000 to $500,000, and a projected period of performance of 90 calendar days. The solicitation is expected to be posted on SAM.gov around November 14, 2025, with proposals due approximately 30 days thereafter; interested parties should contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov for further inquiries.
    Z1DA--Remodel Building 1, Marion 610-21-101
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Building 1" project at the VA Northern Indiana Healthcare System in Marion, Indiana. This comprehensive renovation project, estimated to cost between $10 million and $20 million, involves the remodeling of approximately 20,000 square feet, including hazardous material abatement, structural modifications, and upgrades to HVAC, electrical, and IT/security systems. The project is critical for consolidating various services within the facility while ensuring compliance with safety and environmental regulations, particularly concerning the removal of hazardous materials such as asbestos and lead-based paints. Bids are due by January 30, 2026, at 9:00 AM EST, with a mandatory pre-bid site visit scheduled for January 6, 2026. Interested contractors should contact Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.
    Y1PZ--603-26-103 - Repair Storm and Snow Damage
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to undertake the "Repair Storm and Snow Damage" project at the Robley Rex VA Medical Center in Louisville, KY. The project involves various repair tasks, including culvert repair, parking lot curb replacement, fence repair, tree and limb removal, and drainage improvements, with an estimated contract value between $25,000 and $100,000. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and emphasizes compliance with safety, regulatory, and environmental standards. Interested contractors must submit their bids by January 6, 2026, following a site visit on December 12, 2025, and are encouraged to direct inquiries to Contract Specialist Robert Glenn at Robert.Glenn2@va.gov.
    Y1LB--656-24-205, Road Repair 2024 36C263-26-AP-1047
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for the Roads Repair 2024 project at the St. Cloud VA Medical Center in Minnesota, specifically under Project Number 656-24-205. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) database. The project entails the reconstruction of parking lot P111 (56,567 SQ. FT) and adjacent roadways (8050 SQ. FT), including the removal and replacement of asphalt and re-compaction of the base gravel course, with an estimated construction value between $1,000,000 and $2,000,000. The Invitation for Bid (IFB) is expected to be issued around March 9, 2025, with an award anticipated within 90 days of the bid opening. Interested bidders should contact Contracting Specialist Arielle Lifto at arielle.lifto@va.gov or 651-293-3031 for further information.
    Z1DA--Repair Parking Garage Tendon 757-24-204 - Construction - VAACC Columbus
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the repair of parking garage tendons at the Chalmer Wylie VA Ambulatory Care Center in Columbus, Ohio, under project number 757-24-204. The project involves correcting damaged tendons to restore the garage's structural integrity, with a total contract value estimated below $1,000,000. This work is critical for maintaining the safety and functionality of the facility, which serves veterans and requires minimal disruption during construction. Interested contractors must be verified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), registered in SAM, and submit their bids by December 22, 2025, with a site visit scheduled for December 1, 2025. For further inquiries, contact Contracting Officer Stanley Burdine at stanley.burdine@va.gov or 614-388-7827.
    Repair FTD Building Envelope 539-25-509
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    Z1DA--Upgrade Campus Electrical Systems. Project No. 610A4-23-101.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Campus Electrical Systems" project at the VA Northern Indiana Healthcare System in Fort Wayne, Indiana. This project involves the demolition of Building 16 and the installation of a 6,600 square foot addition to Building 1, which will house new electrical distribution equipment, including three 600 kW standby generators, automatic transfer switches, and substations. The estimated construction budget ranges from $10 million to $20 million, with a bid submission deadline set for February 12, 2025, at 10:00 AM EST. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should direct inquiries to Contract Specialist Brian Rosciszewski at Brian.Rosciszewski@va.gov.