650-25-103, OSHA Fall Protection Roof Guardrail System
ID: 36C24125B0007Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Roofing Contractors (238160)

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 installation of an OSHA-compliant Fall Protection Roof Guardrail System at the VA Medical Center in Providence, Rhode Island. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide non-penetrating guardrail systems across various buildings to ensure safety during rooftop maintenance activities. The estimated construction cost ranges from $250,000 to $500,000, with a completion timeline of 120 days from the Notice to Proceed. Interested bidders must submit their proposals by February 27, 2025, and can direct inquiries to Andrew Merical at Andrew.Merical@va.gov.

    Point(s) of Contact
    Andrew Merical
    Andrew.Merical@va.gov
    Files
    Title
    Posted
    The document outlines a federal Invitation for Bid (IFB) from the Department of Veterans Affairs for the OSHA Fall Protection Roof Guardrail System project at the Providence, RI VA Medical Center. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 120 days from the issuance of the Notice to Proceed. The project has an estimated construction cost between $250,000 and $500,000, and bidders must be registered and verified with the Small Business Administration (SBA) at the time of bid and award. A site visit is scheduled for January 30, 2025, with bids due by February 25, 2025, followed by a public opening. Bidders must adhere to various federal compliance standards, including affirmative action and equal opportunity employment guidelines. The document emphasizes the importance of monitoring amendments, submitting requests for information in writing, and complying with "Buy American" requirements for construction materials. Overall, this solicitation reflects the government’s commitment to supporting veteran-owned businesses while ensuring compliance with federal contracting standards.
    This government document serves as Amendment 0001 for solicitation 36C24125B0007, issued by the Department of Veterans Affairs Network Contracting Office 1 for a contract related to construction or maintenance projects. The main purpose of the amendment is to address all Requests for Information (RFI) submitted prior to the deadline of February 7, 2025. Consequently, the bid submission and opening deadlines have been extended to February 27, 2025, with bid submission now due by 11:00 AM EST and the bid opening occurring at 11:15 AM EST on the same day. The document confirms the continuation of specific meeting arrangements via Microsoft Teams and notes that all other terms and provisions of the original solicitation remain unchanged. Attachments provided include responses to RFI questions, site drawings, and relevant documentation necessary for potential bidders. This amendment emphasizes the government's commitment to transparency and thorough communication with bidders while maintaining compliance with procurement processes.
    The document appears to reference various entities related to government initiatives, potentially including a library and a daycare service. The main topic centers on the involvement of state and local organizations in action plans, possibly linked to federal grants or RFPs, targeted towards education, childcare, or community services. The document includes references to the “Emma's Home Daycare,” suggesting an emphasis on early childhood education or support services and may imply funding opportunities for such establishments. While specific details are minimal, the inclusion of these entities signals a collaborative effort among different sectors to enhance local infrastructures through government-supported programs. Overall, it indicates a focus on service provision, particularly in the realms of education and care, in alignment with federal and state funding initiatives.
    The document pertains to a government Request for Proposal (RFP) for a fall protection roof guardrail system at the Providence, Rhode Island VA Medical Center. The site visit conducted on January 30, 2025, aims to facilitate interested contractors in preparing their bids for the project, referenced by the solicitation number 36C24125R0015. Key personnel from the VA and contractors participated in this visit to understand project requirements better, with John Bross coordinating the meeting place. The agenda includes reviewing safety regulations and installation specifications necessary for ensuring a safe work environment for maintenance operations on the facility's rooftops. The document emphasizes the VA's ongoing commitment to health and safety standards in the construction and maintenance of its healthcare facilities, aligning with broader federal objectives for improving infrastructure within the VA healthcare system. This initiative is part of a larger trend of modernization and adherence to regulations in response to healthcare delivery needs in the 21st century.
    The provided document comprises a series of figures (Figures 1-8) that detail various areas and structures related to a healthcare facility, presumably in connection with a broader infrastructure project. Each figure represents a specific site or feature within the facility, including the Ambulatory Care area, various wings (D, E, Hemo), and specific buildings (32 and 35). While the figures themselves are not included in the text, they likely serve to visually depict key locations related to ongoing or planned renovations or upgrades within the context of government RFPs and funding opportunities. The emphasis is on structural components, such as roofs and elevators, indicating a focus on facility maintenance and improvement. This document appears to support decision-making and planning processes for stakeholders involved in federal or state-level funding initiatives, ensuring these upgrades align with current regulations and standards. Overall, it underscores a commitment to enhancing healthcare infrastructure through carefully planned visual documentation.
    The VA Medical Center in Providence, Rhode Island has issued a memorandum outlining policies and procedures for crane operations within the facility. The document emphasizes adherence to OSHA regulations and VA safety guidelines, mandating a crane permitting process to inform personnel of planned lifts. Key roles described include the Crane Operator, Competent Person, and Signal Person, each with specific responsibilities regarding safety and operation. Critical lifts, defined by specific criteria, require additional planning and documentation to mitigate risks. The Chief of Facilities Management Service oversees the program, while the FMS Project Manager ensures compliance with set protocols. Contractors are responsible for operational safety, equipment readiness, and adherence to the Crane Lift Permit protocols. Permit applications must be approved 14 days prior to operations, with checks conducted on-site to secure safe procedures. The document highlights the importance of rigorous inspection, effective communication, and contingency planning for any weather-related impacts, showcasing the VA's commitment to maintaining safety standards in construction activities.
    This document outlines the Request for Information (RFI) responses related to the OSHA Fall Protection Roof Guardrail Systems project at a VA facility, designated by project number 650-25-103 and solicitation number 36C24125B0007. The key focus is on specifying the SafetyRail 2000 system from Blue Water Manufacturing as the approved product for fall protection, including its required structural load capacity of 200 lbs and compliance with OSHA standards. It highlights critical logistics for contractors, such as no designated lay down areas, restrictions on elevator access, and the need for crane use for material transport. The document addresses multiple inquiries about installation requirements, including the use of EPDM pads for roof membrane protection and guidelines for clearances around mechanical units. It states that toe boards will not be utilized, and contractors must use specific methods for patching any wall after ladder removal. Additionally, there are provisions for safety certifications and permits needed for operations, emphasizing compliance with OSHA and stating that the U.S. Army Corps of Engineers (USACE) standards do not supersede OSHA standards in this project context. Overall, the RFI responses provide guidance for contractors navigating the bid process while ensuring adherence to safety and operational protocols, reinforcing the project’s commitment to compliance and quality.
    The Contractor Statement of Work outlines the requirements for the installation of OSHA-compliant roof guardrail systems and a safety ladder at the VA Medical Center in Providence, RI. This project involves the provision of non-penetrating guardrail systems across various buildings within the campus to ensure fall protection during access to rooftop equipment. The contractor is responsible for site walkdowns, layout drawings, procurement of materials, installation, and compliance with OSHA regulations and relevant building codes. Key tasks include verifying all field measurements, ensuring the guardrails accommodate maintenance work, and providing necessary safety equipment meeting stringent performance requirements. A comprehensive set of submittals, including as-built drawings and OSHA compliance certifications, are required before the project's completion. Strict safety protocols govern operations, including Infection Control procedures specific to the hospital environment, alongside project safety standards for personnel on site. The project's timeline spans 120 days post-notice to proceed, with work restricted to weekdays during defined hours to minimize disruption to hospital operations. Overall, the document emphasizes rigorous safety standards, thorough planning, and compliance with both federal and local regulations, reflecting the VA's commitment to maintaining a safe working environment while upgrading facilities.
    The document outlines the wage determinations for construction projects in Rhode Island, as governed by the Davis-Bacon Act and related executive orders. It specifies wage rates for various classifications in building, heavy, marine, and highway construction, emphasizing compliance with minimum wage requirements established as per Executive Orders 14026 and 13658, particularly for contracts initiated or extended after specified dates. The wage determination includes detailed pay scales for numerous trades, such as electricians, carpenters, laborers, and specialized workers, highlighting variations in hourly wages and fringe benefits. Additionally, the document mentions requirements for contractors regarding employee sick leave under Executive Order 13706, worker safety, and the process for appealing wage decisions. This information is critical for government RFPs, federal grants, and state/local contracts, ensuring fair compensation in the construction industry and compliance with labor laws. The document serves as an authoritative guide for contractors participating in federally funded projects in Rhode Island, delineating wage structures and employee protections necessary for project compliance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z2DA-- Install Fall Protection | Project #570-21-109 |Fresno VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit construction services for the installation of fall protection at the Fresno VA Medical Center under Project 570-21-109. This project requires a general construction contractor to provide all necessary materials, labor, and project management, adhering to detailed specifications and drawings that will be released with the solicitation announcement around February 28, 2025. The initiative is part of the VA's commitment to enhancing safety standards in healthcare facilities, with an estimated budget between $1 million and $5 million and a performance period of approximately 330 days post-award. Interested contractors must be registered in the System for Award Management (SAM) and certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and inquiries can be directed to Contract Specialist Mr. Rosario Chaidez at Rosario.chaidez1@va.gov or (916) 923-4548.
    Handrail Replacement Waco VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of handrails at the Doris Miller Department of Veterans Affairs Medical Center in Waco, Texas. This project, set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to provide all necessary labor and materials for the installation of approximately 5,714 linear feet of Ligature Resistant Handrails, with an estimated project cost between $500,000 and $1 million. The work must be completed within 120 calendar days following the Notice to Proceed, adhering to strict safety protocols and compliance with federal, state, and local regulations. Interested contractors should submit their bids electronically by March 28, 2025, and direct any inquiries to Cheryl Clark at cheryl.clark4@va.gov.
    Z2DA--549-SL-832 BLDG 9 Roof Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the roof repair of Building 9 at the Dallas VA Medical Center, with an estimated project value between $25,000 and $100,000. The procurement requires Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide labor, materials, and supervision for extensive roof repairs, including the installation of a new steel structure for staff shelter, with a completion timeframe of 90 calendar days from the Notice to Proceed. This project is critical for maintaining the integrity and safety of the facility, as the existing roof is over 30 years old and has multiple leak locations that need urgent attention. Interested contractors must submit their quotes electronically by February 28, 2025, and are encouraged to contact Contract Specialist Eileen F. Myers at Eileen.Myers@va.gov for further information.
    Solicitation l 650-22-103 l Replace Primary Substation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the construction of a new primary electrical substation at the Providence VA Medical Center in Rhode Island, under Project Number 650-22-103. This project aims to replace the existing substation while ensuring that the facility remains operational throughout the transition, involving site preparation, installation of electrical systems, and demolition of the old substation. The initiative is crucial for enhancing the healthcare infrastructure for veterans, with an estimated funding range of $5,000,000 to $10,000,000, and is exclusively open to Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due by March 17, 2025, with work expected to commence within 10 calendar days of award notification and to be completed within 630 days. Interested parties can contact Ronald Fantasia at ronald.fantasia@va.gov for further information.
    Z2DA--542-25-105 | Replace Pitched Roof Building 1 | NCO 4 Construction East (VA-25-00008811)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of the pitched roof on Building 1 at the Coatesville Veterans Affairs Medical Center, designated as Project Number 542-25-105. The project involves comprehensive demolition, site preparation, and construction activities, including the installation of a fluid-applied roofing system, new flashing, gutters, and lightning protection, all in compliance with VA specifications and safety standards. This initiative is crucial for enhancing the structural integrity of the facility, ensuring minimal disruption to ongoing medical operations, and adhering to environmental management practices. Interested contractors, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit proposals by the specified deadline, with an anticipated project cost between $500,000 and $1 million and a performance period of 160 days post-award. For further inquiries, contact Contract Specialist Lamar D Thomas at lamar.thomas2@va.gov.
    Z1DA--658-24-108 Replace Overhead Paging System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the overhead paging system at the Salem Veterans Affairs Medical Center. This design-build project requires contractors to provide all necessary labor, materials, and tools for the installation of a modern paging system across multiple buildings on the campus, with a budget estimated between $500,000 and $1,000,000. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes compliance with safety and regulatory standards, as well as adherence to the Davis-Bacon Act for wage determinations. Interested bidders must submit their proposals electronically by April 9, 2025, following a site visit scheduled for February 27, 2025, and can direct inquiries to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA--578-M25114 Building 12 Stairs Exterior Construction area for the exterior porch reconstruction
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the reconstruction of the exterior stairs and porch at Building 12 of the Edward Hines Jr. VA Hospital in Hines, Illinois. This project, estimated to cost between $100,000 and $250,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) in accordance with Public Law 109-461, requiring contractors to provide all necessary tools, materials, and labor while adhering to federal, state, and local codes. The work must be completed within 100 calendar days following the issuance of a Notice to Proceed, and a one-year warranty on parts and labor is required post-acceptance. Interested bidders should note that a pre-bid site visit will be conducted, with the solicitation expected to be issued around March 10, 2025. For further inquiries, contractors can contact Contracting Officer Andrew Humulock at andrew.humulock@va.gov or by phone at 414-384-2000 X 43220.
    5650--Project #521-25-432, Replace Roof Over 2nd Floor MRI Area Birmingham VA Medical Center
    Buyer not available
    The Department of Veterans Affairs, through its Network Contracting Office 7, is seeking to negotiate a sole-source contract for roofing work at the Birmingham VA Medical Center, specifically for the demolition and replacement of the roof over the 2nd floor MRI area. The selected contractor, Structural Builders, Inc., a Service-Disabled Veteran Owned Small Business, has been chosen due to their specific qualifications and familiarity with the site conditions, which are critical for the timely execution of this project. The contract is expected to have a budget between $100,000 and $250,000, with a completion timeline of 120 days following the notice to proceed, and interested parties may submit their capabilities to the contracting officer, Joseph Osborn, by March 5, 2025, at 5:00 PM CST to express their interest in potential competition for the contract.
    Z1DA--Project: 619-23-101 - Replace Roof Systems for Main Hospital, Building 1
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of roof systems for Building 1 at the Central Alabama Veterans Health Care System in Montgomery, Alabama. This project, designated as 619-23-101, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to address significant water damage that poses health risks, ensuring the structural integrity and safety of the facility. The estimated contract value ranges from $5 million to $10 million, with a performance period of 365 days, and proposals must be submitted by March 10, 2025, at 1:00 PM EST to the Contracting Officer, Joseph A. Osborn, at JOSEPH.OSBORN@VA.GOV. Interested contractors are encouraged to review the detailed requirements and attend the scheduled site visit to gain insights into the project specifications.
    Z1DA--Replace and Correct Roof Building 44 504 Amarillo VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement and correction of the roof on Building 44 at the Thomas E. Creek VA Medical Center in Amarillo, Texas. This project, which is set aside for 100% Service Disabled Veteran Owned Small Businesses, requires contractors to provide all necessary labor, materials, and equipment to replace the existing flat roofing system, including new flashing and clearing downspouts. The estimated construction cost for this project ranges between $500,000 and $1,000,000, reflecting the government's commitment to maintaining its facilities and supporting veteran-owned businesses. Interested contractors must submit their proposals by March 26, 2025, and are encouraged to contact Contract Specialist Miguel A. Gonzalez at Miguel.Gonzalez4@va.gov for further information.