Z1DA--PN: 568A4-23-204, Replace Nurse Call & Paging System (HS) IFB-Set-Aside- SDVOSB
ID: 36C26324B0005Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified contractors for the replacement of the Nurse Call and Paging System at the Black Hills VA Healthcare System in Hot Springs, South Dakota. This project, designated as PN: 568A4-23-204, aims to upgrade outdated communication systems to enhance patient care and operational efficiency within the facility. The contract is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with an estimated construction cost ranging from $1 million to $5 million, and bids are due by September 12, 2024, at 2:00 PM Central Time. Interested parties can contact Contracting Officer Michael W. Freeman at Michael.Freeman3@va.gov for further details.

    Point(s) of Contact
    Michael W FreemanContracting Officer
    Michael.Freeman3@va.gov
    Files
    Title
    Posted
    This document outlines a solicitation by the Department of Veterans Affairs for the replacement of the Nurse Call and Paging System at the Black Hills VA Healthcare System in Hot Springs, South Dakota. It specifies that the project is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, describing the contractor's responsibilities, including providing tools, materials, and labor in accordance with detailed specifications. The contract is a firm-fixed-price type with an estimated construction cost ranging from $1 million to $5 million. The government anticipates funding availability by November 30, 2024, with bids due by August 26, 2024. The document also emphasizes compliance with federal regulations, including affirmative action and Buy American requirements. Bidders must provide a bid guarantee and are encouraged to participate in a pre-bid site visit. Key requirements include adherence to construction wage rates, representations regarding responsibility matters, and participation in the Veterans First Contracting Program. The intent is to ensure a fair procurement process that supports veteran-owned businesses while fulfilling necessary infrastructure upgrades at VA facilities.
    This document pertains to an amendment of a solicitation issued by the Department of Veterans Affairs (VA) for the replacement of the Nurse Call & Paging System at the Black Hills VA Healthcare System’s Hot Springs campus. The amendment addresses vendor questions regarding the project, with a deadline for inquiries set for August 13, 2024, and a bid submission deadline on August 26, 2024, at 2:00 PM CT. The bid opening will take place via telephone conference call. This amendment underscores the VA's efforts to facilitate an open communication channel with potential contractors and ensure a thorough bidding process. All other terms and conditions of the original solicitation remain unchanged. The document lays out essential procedural details to guide contractors in acknowledging the amendment and submitting their bids correctly.
    The document pertains to an amendment of solicitation number 36C26324B0005 for the replacement of the Nurse Call & Paging System at the Black Hills VA Healthcare System located in Hot Springs, South Dakota. This amendment, issued by the Department of Veterans Affairs, Network 23 Contracting Office, updates the bid due date from August 26, 2024, to September 4, 2024, at 2:00 PM CT/1:00 PM MT, in response to vendor inquiries. It includes references to additional attachments: a list of questions and answers regarding the solicitation and a site-visit sign-in sheet. The document underscores the need for offerors to acknowledge the receipt of this amendment to ensure their bids are considered, highlighting the administrative changes outlined herein. Overall, this amendment aims to facilitate a clear and informative bidding process for contractors interested in the project, reaffirming the commitment of the VA to enhance its healthcare facilities through systematic upgrades.
    This document is a modification notice regarding a solicitation from the Department of Veterans Affairs (VA), specifically for the replacement of the Nurse Call & Paging System at the Black Hills VA Healthcare System in Hot Springs. It outlines changes to the bid submission timeline, extending the deadline from September 4, 2024, to September 12, 2024, at 2:00 PM Central Time (CT). The amendment includes instructions on how offerors must acknowledge receipt of the modification. Key administrative details are provided, including project numbers, contract ID codes, and relevant contact information for the Contracting Officer, Michael W. Freeman. The effective date of the changes and specifics on modifications are outlined, ensuring that all parties have clear instructions for moving forward. This document serves to maintain transparency in the procurement process and provide necessary updates to potential bidders.
    The document is an amendment to the solicitation for the "Replace Nurse Call & Paging System" project at the Black Hills VA Healthcare System in Hot Springs, South Dakota. Its primary purpose is to address vendor questions pertaining to project specifications and provide clarifications regarding the installation of a new Public Address (PA) and Mass Notification System on campus. Key points include the contractor's responsibility for ensuring compliance with NFPA 72 for life safety systems, the absence of required ambient noise sensors due to low noise levels in the buildings, and confirmation that the existing phone system is VoIP. Additionally, the amendment clarifies that the contractor must provide their own network infrastructure and that the old Public Address System will not remain operational after installation. This amendment serves to streamline the bidding process by ensuring that all potential contractors have the necessary information for accurate proposals, reinforcing the federal government's commitment to transparency and clear communication in public contracting.
    The document discusses federal and state/local Request for Proposals (RFPs) and grants aimed at facilitating various government projects. It emphasizes the importance of these RFPs in promoting transparency, competition, and value for taxpayer money. The document outlines the procedural requirements for organizations seeking government funding, including compliance with regulatory frameworks and specific eligibility criteria. Key points highlight the evaluation process for proposals, which considers factors such as the applicants' experience, project feasibility, and budget efficiency. Additionally, it stresses the significance of stakeholder engagement and the need for detailed project plans that align with government objectives. Ultimately, the document serves as a guideline for potential applicants looking to navigate the complexities of federal and local funding opportunities. Through this structure, it aims to foster effective partnerships between government entities and service providers to achieve successful project outcomes.
    The document outlines a series of questions and answers related to a Request for Proposal (RFP) involving the installation and specifications for a Nurse Call system. Key topics include requirements for waterproof pullcords, UL-1069 compliance for all Nurse Call devices, and the need for systems to function independently of network failures. The document clarifies that CAT 6A cabling is permissible, stresses hot-swappable components, and reinforces the importance of FIPS 140-2 compliance and the need for systems to support disaster recovery. Further specifications address construction details for electrical closets, conduit installation, and the removal of existing PA systems. Notably, it states that the contractor is responsible for patching and painting disturbed areas. The document also confirms that responses to Requests for Information (RFIs) serve as clarifications rather than changes to specifications. Overall, this summary encapsulates the regulatory and operational framework required for the implementation of a Nurse Call system in specific facilities, focusing on compliance, functionality, and contractor responsibilities to ensure efficient service delivery in healthcare environments.
    The document outlines the renovation and replacement of the Nurse Call System at the Hot Springs, South Dakota VA facility, associated with Project VA #5684-23-204. It includes comprehensive architectural and engineering drawings, details of construction notes, and a sheet index outlining the various plans and specifications required for the project. Key aspects covered in the document include detailed drawings such as demolition plans, electrical layouts, and reflected ceiling plans. Construction notes highlight the necessity for handling discrepancies, applicable building codes, accessibility, and specific material requirements based on safety and performance standards. A notable emphasis is placed on ADA compliance and installation protocols for fixtures and structures. The document reflects an organized and structured approach typical of government Request for Proposals (RFPs), indicating careful planning in executing improvements while ensuring adherence to regulatory standards. This renovation aims to enhance the functionality and efficiency of the nurse call system, ultimately improving patient care and operational capacity within the facility.
    The document outlines various federal and state/local Requests for Proposals (RFPs) and grants, focusing on funding opportunities to support projects. It emphasizes the importance of securing resources for social development, infrastructure improvements, and community initiatives. Key points include eligibility requirements for applicants, the evaluation criteria for proposals, and guidelines for submission. Additionally, the document details specific areas of interest, such as public health, education, transportation, and environmental sustainability, reflecting governmental priorities. It encourages collaboration among local agencies and stakeholders to enhance project outcomes and community benefits. Overall, this document serves as a comprehensive guide for potential applicants, offering insights into the funding landscape while fostering awareness of governmental initiatives aimed at promoting societal advancement and infrastructure resilience.
    The Hot Springs VA Health Care System is initiating a project to replace its existing nurse call and overhead paging systems at the facility located in Hot Springs, SD. The work encompasses several outdated systems, including several nurse call systems installed over the years and an overhead paging system currently in use. The contractor is responsible for all resources to complete the project as per established construction documents and specifications. The project defines strict timelines, with completion required within 270 calendar days of the Notice to Proceed. A firm-fixed-price contract structure will govern the project, requiring pre-construction meetings before work begins. Additionally, the contractor must submit detailed plans, including shop drawings and progress reports throughout the project. The scope emphasizes environmentally friendly practices, such as material recycling, and mandates compliance with security and privacy regulations, including HIPAA. The document outlines the dedication to clear communication with layperson language in deliverables and includes confidentiality clauses regarding information release. This initiative showcases the federal government’s commitment to upgrading healthcare facilities to improve service delivery and safety for veterans.
    The VA Black Hills Health Care System is set to replace its Nurse Call and Paging System in Hot Springs, South Dakota, as indicated by VA Project #568A4-23-204. The project encompasses comprehensive demolition, construction, and installation work as planned. It involves strict adherence to safety requirements and operational standards, ensuring minimal disruption to medical center operations throughout the project duration. The document details specifications for various project phases, including general requirements, existing conditions, electrical and communication installations, and environmental controls. It prescribes the contractor's obligations for maintaining project schedules, managing safety, and coordinating with VA personnel. Additionally, it mandates the development of a warranty plan to ensure the quality and longevity of the installed systems. The purpose of this project proposal aligns with government initiatives focused on enhancing healthcare infrastructure. By upgrading essential communication systems, the project aims to improve patient care and operational efficiency within the healthcare facility, demonstrating the VA's commitment to providing superior services to veterans.
    The document appears to involve various federal and state-level government Requests for Proposals (RFPs) and grants, outlining the general structure and requirements for potential contractors and applicants. It specifies the types of projects that may require response to RFPs, indicating a focus on compliance and regulatory criteria. The content suggests a need for detailed proposals that align with federal and local mandates, emphasizing the importance of meeting specific standards in project execution. The document likely aims to foster transparency and facilitate the allocation of government funds while ensuring that all participating entities adhere to established guidelines. The structured approach adopted within the document provides potential applicants with necessary insights to navigate the RFP landscape effectively. Overall, it serves as a comprehensive guide for entities intending to engage in federal and state-funded initiatives.
    This document outlines the wage determination relevant to building construction projects in nine counties of South Dakota, effective as of July 19, 2024. It specifically highlights the applicability of the Davis-Bacon Act and associated Executive Orders regarding minimum wage rates for contractors involved in federal projects. Key executive order rates are set at $17.20 per hour under Executive Order 14026 for contracts initiated or extended post-January 30, 2022, and at $12.90 per hour under Executive Order 13658 for earlier contracts. The wage determination details various classifications and their prevailing wage and fringe rates, such as those for asbestos workers, electricians, and laborers. It also explains the appeal process for wage determinations and conformance requests, emphasizing contractor obligations under these provisions. Additional provisions include requirements for paid sick leave as stipulated in Executive Order 13706. Overall, this document serves as a regulatory framework for ensuring fair labor practices and wage compliance in federally funded construction projects in South Dakota, emphasizing the importance of adhering to established wage rates and protective regulations for workers.
    The document presents information pertaining to various federal government RFPs (Request for Proposals), federal grants, and state and local RFPs. It primarily outlines the guidelines, criteria, and procedures for submitting proposals for funding and project execution. Key elements include eligibility requirements, proposal evaluation metrics, funding allocations, and compliance factors that applicants must adhere to during the application process. Furthermore, the text emphasizes the importance of detailed project plans and budget justifications, as well as the need for alignment with federal and state objectives. This document serves as a foundational resource for entities seeking federal financing and support for projects within defined sectors, ensuring they understand requisite procedures and expectations. By clarifying the application process and emphasizing criteria for success, the document aims to facilitate effective submissions, thereby enhancing the potential for project approval and funding. Overall, the information provided is essential for stakeholders needing to navigate the complexities of federal and local funding opportunities effectively.
    The document appears to encompass a list of federal and state RFPs (Requests for Proposals), grants, and associated procurement opportunities. It outlines various funding initiatives aimed at supporting local and national project proposals that align with government priorities across multiple sectors. The structure of the document includes codes, descriptions, and guidelines related to potential applicants, specifying eligibility criteria, funding amounts, application deadlines, and required documentation. It emphasizes the importance of transparency and compliance with federal regulations, as well as the need for proposals to demonstrate clear benefits to communities. The overall purpose is to facilitate the effective allocation of resources for projects that address critical public needs and support socio-economic development. By offering comprehensive details, the document serves as a valuable resource for organizations seeking government funding opportunities, enabling them to navigate the application processes successfully.
    Similar Opportunities
    Veterans Point Trail Rehabilitation
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the Veterans Point Trail Rehabilitation project located in the Black Hills National Forest, South Dakota. This project aims to restore a trail along Highway 385 near Pactola Lake Dam, ensuring safety and structural integrity while adhering to federal and state regulations. The contract, with a budget range between $250,000 and $500,000, requires contractors to submit sealed offers that meet specified technical, performance, and insurance requirements, with a proposal submission deadline set for October 7, 2024, by 5:00 P.M. EST. Interested contractors can contact Brenda Simmons at brenda.simmons@usda.gov for further information.
    Y1LZ--Expand Medical Center Site Saginaw Minor Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Firm-Fixed-Price contract to undertake minor construction aimed at expanding the Saginaw VA Medical Center in Michigan. The project encompasses comprehensive site preparation across approximately 25 acres, which includes demolition of existing structures, utility rerouting, and the installation of new infrastructure, all in compliance with local and national codes. This initiative is part of the VA's commitment to enhancing facilities that serve the veteran community and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The anticipated award date is between late September and early October 2024, with a construction magnitude estimated between $5 million and $10 million, and a projected completion timeline of approximately 551 days from the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Dawn Schydzik via email at Dawn.Schydzik@va.gov.
    Y1DA--Project Number: 561A4-21-101 Replace RF Unit Site Prep - Rm. 48 Lyons VAMC
    Active
    Veterans Affairs, Department Of
    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.
    Z2DA--589-22-885 Expand Sterile Processing Service Space to Meet Requirements
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the project titled "Expand Sterile Processing Service Space to Meet Requirements" at the Kansas City VA Medical Center. This initiative aims to renovate approximately 18,000 square feet of space to enhance Sterile Processing Services, including significant alterations such as demolition, installation of new systems, and compliance with stringent safety and health regulations due to the active medical facility environment. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated contract value between $10 million and $20 million. Interested contractors must submit their proposals, including a safety plan and quality management documentation, by the specified deadlines, and can contact Contract Specialist David S. Sterrett at david.sterrett@va.gov for further information.
    Z2DA--Correct Fall Protection Deficiencies
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide construction services aimed at correcting fall protection deficiencies at the Clarksburg VA Medical Center in West Virginia. This project, identified as contract number 540-22-118, is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, with an estimated construction cost ranging from $500,000 to $1,000,000. The work will involve general construction and alterations to ensure compliance with safety standards, reflecting the VA's commitment to enhancing facility safety while supporting veteran-owned businesses. Interested contractors must be registered in the SBA Veteran Small Business Certification database and submit bids by November 6, 2024, with a pre-bid site visit scheduled for October 9, 2024, and a deadline for questions on October 16, 2024. For further inquiries, contact Adam Bradford, Contract Specialist, at Adam.Bradford1@va.gov or 304-255-2121 ext 4356.
    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.
    589A5-22-106, REPLACE BLDG4 HVAC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of the HVAC system in Building 4 at the Colmery-O'Neil VA Medical Center in Topeka, Kansas. The project requires comprehensive construction services, including the removal and installation of HVAC infrastructure, with a focus on minimizing disruptions to ongoing operations within the facility. This initiative is critical for enhancing the medical center's operational efficiency and ensuring a safe environment for veterans and staff. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a construction magnitude exceeding $10 million and a performance period of 540 calendar days following the Notice to Proceed. Interested contractors must submit their proposals by the specified deadlines and can direct inquiries to Arnold Payne at arnold.payne@va.gov or by phone at 913-946-1124.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    Y1DZ--FY25: NRM (PROJ: 548-CSI-144) DB Replace Fisher House - Site Prep
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for a Design-Build project titled "Replace Fisher House – Site Prep" at the West Palm Beach VA Medical Clinic. The project involves site preparation for approximately 0.5 acres, which includes obtaining necessary permits, conducting a topographic survey, and designing utility connections such as power, water, and IT systems. This initiative is crucial for enhancing facilities that support military families, with an estimated construction cost between $1 million and $5 million. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by September 20, 2024, and inquiries directed to Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or (813) 940-2788.
    Sioux Falls 2024 Nursing Home Open & Continuous Solicitation 36C26324R0011
    Active
    Veterans Affairs, Department Of
    Solicitation Notice: VETERANS AFFAIRS, DEPARTMENT OF is seeking proposals from Nursing Homes for the VA Sioux Falls Health Care System to provide community nursing home services under Indefinite Delivery Indefinite Quantity Contracts (IDIQs). The solicitation is open through January 31, 2025, and proposals will be accepted during this period. Interested offerors must be registered in the SAM database and should review the solicitation on the Contract Opportunities website for submission instructions. The NAICS code for this procurement is 623110 (Nursing Care Facilities) with a Small Business Size Standard of $34.0M. Multiple awards are anticipated on an as-needed basis. The placement of veterans in contract nursing home facilities will be based on availability and their preferences. For more information, contact Todd Penkhus, Contract Specialist, at todd.penkhus@va.gov.