Y1DA--Project 541-23-208 Improve Entrance from Patient Parking Garage
ID: 36C25025B0024_1Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

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 "Improve Entrance from Patient Parking Garage" project at the Louis Stokes Cleveland VA Medical Center in Ohio. This construction initiative aims to renovate approximately 2,100 square feet of the Patient Parking Garage and Elevator Lobby, enhancing accessibility and safety features, including structural improvements and compliance with federal safety codes. The project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $500,000 and $1,000,000. Interested contractors must submit their bids by July 8, 2025, and are encouraged to contact Contract Specialist Stanley Burdine at stanley.burdine@va.gov for further inquiries.

    Point(s) of Contact
    Stanley BurdineContract Specialist
    (614) 388-7827
    stanley.burdine@va.gov
    Files
    Title
    Posted
    The solicitation document (36C25025B0024) pertains to a construction project titled "Improve Entrance from Patient Parking Garage," overseen by the Department of Veterans Affairs for the Louis Stokes Cleveland VA Medical Center. The project involves renovating approximately 2,100 square feet of space, estimated to cost between $500,000 and $1,000,000, which is exclusively set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Contractor requirements include submission of performance and payment bonds, acknowledgment of amendments, and completion of a Contractor Certification upon bid submission. Bids must be submitted by July 8, 2025, with a performance duration of 210 calendar days post-award. A site visit is scheduled, and Requests for Information (RFI) must be submitted by June 16, 2025. The document outlines mandatory certifications, bidding guidelines, and bond requirements, along with specific instructions related to bid submissions, such as required forms and compliance with federal regulations like the Buy American Act. This solicitation aims to improve accessibility and functionality at the medical center while ensuring compliance with veteran-focused business initiatives and federal contracting standards, reinforcing the government's commitment to supporting veteran-owned businesses in federal procurement opportunities.
    The document outlines plans for the "Improve Entrance From Patient Parking Garage" project at the Cleveland, Ohio Veterans Affairs Medical Center. The aim is to construct a new 1,100 square foot entrance to the second-floor elevator lobby, enhancing accessibility for patients and visitors. The project complies with various federal regulations, including the NFPA 101 Life Safety Code and the Architectural Barriers Act Accessibility Standards. The document includes detailed construction drawings, including demolition and phased work plans, ensuring minimal disruption to existing services. Important considerations include maintaining accesses to crucial areas, coordinating with utility systems, and ensuring the structural integrity of existing structures during renovations. Key details include compliance with safety codes, the liability of contractors to assess current conditions, and responsibilities for maintaining existing materials during construction. The project represents a significant investment in upgrading VA facilities while prioritizing safety, accessibility, and compliance with established standards.
    The file outlines the project for improving the entrance from the patient parking garage at the Louis Stokes Department of Veterans Affairs Medical Center in Cleveland, Ohio. The initiative emphasizes comprehensive preparation, including site demolition, construction, and installation of various systems, adhering to strict VA standards and safety protocols. Key elements include coordination with multiple engineering firms, management of safety and security requirements, and maintaining uninterrupted operations at the medical center during construction. The project is divided into multiple phases, with a detailed timeline for completion that prioritizes patient access and safety. Contractors must adhere to stringent security measures, including employee identification and site access controls, while managing utilities to avoid disruption to services. The document specifies rigorous standards for project management, including health and safety requirements, quality control, and construction waste management. This undertaking reflects the VA's commitment to optimizing facility operations for veterans while adhering to compliance and safety standards.
    The government document outlines a project that aims to improve access and safety in an entrance from a patient parking garage. It details specifications and manufacturers for various mechanical, electrical, and architectural system components, including door lock cylinders from Corbin Russwin, access control systems by Lenel, and fire alarm configurations by Notifier. Additionally, it encompasses finish materials such as acoustical ceiling tiles, carpeting, and wall protection solutions, identifying suppliers like Armstrong, Milliken, and Inpro. The document categorizes items by section and manufacturer, ensuring clarity on the required materials for the renovation. The structured approach aligns with federal and local procurement guidelines, facilitating a systematic installation process to enhance patient and visitor experiences at the facility. This comprehensive listing underscores the project's focus on safety, efficiency, and regulatory compliance in construction practices.
    The Department of Veterans Affairs is seeking justification for a sole source procurement related to a renovation project at the Louis Stokes Cleveland Medical Center. The project aims to upgrade approximately 2,100 square feet of the Patient Parking Garage and its Elevator Lobby, including essential infrastructure improvements like structural analysis, restroom facilities, and safety measures. A key requirement for the project is the acquisition of removable core locking cylinders compatible with the existing "Corbin-Russwin HO keyway great grand master key system," ensuring streamlined access for authorized personnel. The justification cites that only one responsible source can meet the requirements, emphasizing that changing the locking system would complicate the access and safety protocols necessary during emergencies. Efforts will be made to solicit bids through SAM.gov, with expectations of receiving competitive offers that will help ensure a fair price. Market research indicates that potential suppliers lack the capability to meet the specific needs of the facility. The document includes certifications and approvals from relevant officials, affirming the necessity and urgency of the acquisition, with the project estimated to cost around $1,400 for the locking materials.
    The Department of Veterans Affairs is seeking sole source justification for a construction project at the Louis Stokes Cleveland Medical Center. This project aims to renovate portions of the Patient Parking Garage and its Elevator Lobby, requiring the implementation of a Lenel access control/security system. The justification for not pursuing full competition is based on the proprietary nature of the Lenel field panels necessary for integration with existing security infrastructure. Lenel was selected after thorough investigation due to its compatibility with current systems and cost-effectiveness over competitors. The project anticipates a total expenditure of approximately $23,536 for Lenel materials, which are essential for a unified security approach to enhance veteran and employee safety. The procurement process will ensure broad solicitation through SAM.gov as an Invitation for Bid, allowing for competitive pricing while maintaining system integrity. The contracting officer and project leads assert that the justification upholds federal regulations aimed at ensuring fair and reasonable costs through competitive bidding, with a clear focus on reliability and functionality of existing systems.
    The Department of Veterans Affairs, specifically the VISN 10 at the Louis Stokes Cleveland Medical Center, seeks to undertake a construction project to renovate approximately 2,100 square feet of space in the Patient Parking Garage. This effort aims to upgrade the garage and adjacent elevator lobby, including structural enhancements, new finishes, accessibility provisions, and life-safety features. Central to this project is the requirement for a fire alarm notification system compatible with the existing "Notifier" system. The acquisition, valued at approximately $2,500, necessitates a sole-source justification, as only parts manufactured by "Notifier" will function with the current system due to regulatory compliance with NFPA 72. The project will be publicly advertised on SAM.gov and is anticipated to attract competitive bids. The Contracting Officer and the Contracting Representative confirm that the plans are in the agency's best interest and support competitive practices, with no barriers identified that would preclude subsequent acquisitions. This document serves as a formal request for sole source approval, illustrating adherence to procurement regulations within the government.
    The Department of Veterans Affairs is initiating a sole source justification for a construction contract at the Louis Stokes Cleveland Medical Center. The project involves the renovation of approximately 2,100 square feet of the second floor Patient Parking Garage and Elevator Lobby. Key renovations include structural improvements, a unisex toilet, an EMS closet, and necessary life-safety provisions. A critical component of this project necessitates the use of the proprietary Tridium building automation system, which is already in operation. This system is essential for managing HVAC controls and energy monitoring. The justification cites that Tridium is the only responsible source that meets the agency's needs, stemming from previous market research that confirmed its unique capabilities. All contract efforts are being promoted on SAM.gov and will remain competitive, despite the sole source requirement for specific software analytics. The estimated value of materials for the project is $21,000, with assurances that costs will remain fair and reasonable based on competitive bidding practices. This justification underlines the VA's commitment to using established, compatible technology while ensuring efficient project execution and resource management.
    The project titled "Improve Entrance from Patient Parking Garage" (Project Number: 541-23-208) aims to renovate approximately 1,650 square feet of patient parking garage space and 450 square feet of the elevator lobby at the Louis Stokes Cleveland VAMC. The renovations will include structural analysis, new finishes, restroom facilities, an airlock, and safety provisions, all while minimizing disruption to the medical center's operations. The Architectural/Engineering (A/E) firm is responsible for comprehensive design submissions, including a phasing plan, and must adhere to strict construction document schedules with defined deadlines for schematic, design development, and construction documents. A significant budget of $720,000 is allocated for the construction phase, which must comply with relevant safety codes and VA regulations. The project places a strong emphasis on sustainability and complete cost estimating, utilizing BIM software for accurate project tracking. Additionally, the A/E firm is required to conduct asbestos testing and collaborate closely with various stakeholders throughout the process, ensuring all phases and compliance requirements are thoroughly addressed prior to project completion and bidding. Overall, this initiative underlines the federal commitment to optimizing healthcare facility accessibility and safety standards for veterans.
    The Request for Information (RFI) document outlines a project to enhance the entrance from the patient parking garage at the Louis Stokes Cleveland VA Medical Center. Contractors seeking to inquire about the project must carefully read the solicitation, specifications, and other related documents before submitting questions. Inquiries should be specific, citing relevant sections or drawing numbers for clarity. Adherence to these guidelines is essential for timely responses from the Government. The document also indicates the contact person for queries is Stanley Burdine, a Contracting Specialist. Although key details regarding project specifications and timelines are not included, the RFI serves as a formal communication tool for potential contractors to engage with the Government regarding project-related clarifications. This reflects standard practices within federal RFP processes, aiming to ensure compliance and transparency.
    Lifecycle
    Similar Opportunities
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Buyer not available
    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--Repair Parking Garage Tendon 757-24-204 - Construction - VAACC Columbus
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the repair of the parking garage tendon at the Columbus VA Medical Center under project number 757-24-204. This construction project involves the repair and restressing of damaged beam tendons, requiring adherence to VA Master Specifications, detailed drawings, and a comprehensive project management plan that includes a Critical Path Method (CPM) schedule and strict security protocols to minimize disruption to the Medical Center's operations. The bid opening is scheduled for December 22, 2025, at 1 PM EST, and interested contractors can obtain further details by contacting Contracting Officer Stanley Burdine at stanley.burdine@va.gov or by phone at 614-388-7827.
    539-25-505 Maintain Parking Garage Safety
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting offers for the "Maintain Parking Garage Safety" project at the Cincinnati Veterans Affairs Medical Center (VAMC). This project involves replacing waterproofing joint sealants, repairing concrete slabs damaged by water intrusion, and conducting a comprehensive structural survey of the garage, which will be performed by THP LTD. The work is critical for ensuring the safety and longevity of the parking structure, and it must be completed within 90 calendar days of receiving a Notice to Proceed, primarily during weekends to minimize disruption to VA operations. Interested contractors must submit their quotes by December 12, 2025, at 4:30 PM EST, via email to Samuel Galbreath at samuel.galbreath@va.gov, and are encouraged to attend a mandatory site visit on November 12, 2025, at 11 AM.
    Z1DA--Relocate Infusion Clinic and Hemo Offices - 539-21-207
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the relocation of the Infusion Clinic and Hemo Offices at the Cincinnati VA Medical Center. The project involves renovating approximately 2,056 gross square feet of space, including general construction, mechanical, electrical, plumbing, and technology trades, as well as asbestos and lead-based paint abatement. This construction effort is critical for enhancing healthcare services provided to veterans, with an estimated project value between $1,000,000 and $5,000,000. Interested service-disabled veteran-owned small businesses (SDVOSB) should contact Contracting Officer Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718 for further details, with the Invitation for Bids expected to be posted around November 20, 2025.
    Z2DA--Resurface Parking Garage C
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting proposals for design-build services to resurface Parking Garage C at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The project aims to restore the structural integrity and surface condition of the garage, addressing issues such as deterioration, drainage improvements, and safety system upgrades. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran entrepreneurs. Interested contractors must submit their technical and price proposals in a two-phase process, with the contract period spanning 730 days, contingent on fund availability. For further inquiries, potential bidders can contact Contracting Officer Ana G. Alvarado at ana.alvarado@va.gov.
    Z2DA--Renovate MICU/SICU 539-20-104
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under project number 539-20-104. The project entails comprehensive renovations covering approximately 11,000 square feet, including demolition, new layouts, fixtures, finishes, and the installation of a HEPA pandemic filtration system, with an estimated construction value between $5,550,000 and $7,250,000. This procurement is particularly significant as it aims to modernize critical care facilities, ensuring compliance with safety and infection control standards while maintaining operational efficiency. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by 1:00 PM EST on January 8, 2026, following a mandatory site visit scheduled for November 3, 2025. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Buyer not available
    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.
    Repair FTD Building Envelope 539-25-509
    Buyer not available
    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.
    Y1DA--NRM-CONST 630A4-20-412 Repair Parking Lots and Roads SA
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified construction firms to undertake the repair of parking lots and roads at the St. Albans VA Medical Center located in Queens, New York. The project involves comprehensive work including asphalt removal and replacement, resurfacing, striping, grading, curb and gutter repair, drainage improvements, and site restoration, all adhering to VA and manufacturer specifications. This initiative is crucial for maintaining safe and accessible facilities for veterans and staff, with an estimated construction cost ranging from $5,000,000 to $10,000,000. Interested contractors must be Service-Disabled Veteran-Owned Small Business Certified (SDVOSBC), registered with SAM.gov, and comply with all relevant VA regulations and safety standards. A site visit is strongly encouraged, and the solicitation is anticipated to be issued around December 19, 2025. For further inquiries, contact Torell Camp at Torell.Camp@va.gov or call 718-584-9000.