Z1DA--Improve Sewer System and Water Loop 610-21-104
ID: 36C25025B0007Type: Solicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

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 seeking proposals for the improvement of the sewer system and water loop at the VA Northern Indiana Healthcare System Marion Campus in Indiana. This project involves significant civil engineering tasks, including the removal and replacement of storm and sanitary lines, road repairs, and the installation of lift stations, with a contract value estimated between $5 million and $10 million. The initiative is crucial for enhancing the facility's infrastructure to better serve veterans while ensuring compliance with safety and environmental regulations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by February 28, 2025, with a public bid opening scheduled for March 27, 2025. For further inquiries, potential bidders can contact Contract Specialist Elizabeth A. Finley at Elizabeth.Finley1@va.gov.

    Point(s) of Contact
    Elizabeth A FinleyContract Specialist
    Elizabeth.Finley1@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting proposals to improve the sewer system and water loop at the VA Northern Indiana Healthcare System's Marion Campus. The presolicitation notice indicates that this is a continuation from a previously posted solicitation, now designated as #36C25025B0007. The response deadline is set for January 27, 2025, at 2 PM Eastern Time. The project is categorized under the Product Service Code Z1DA and falls within the NAICS Code 237110. This contract opportunity is reserved for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested parties should direct communications regarding this solicitation to Elizabeth Finley at the provided email address. The location for the work is specified as 1700 E. 38th Street, Marion, IN, with the postal code 46953. The presolicitation notice serves to inform potential bidders of the upcoming opportunity and its parameters, emphasizing the government’s commitment to enhancing healthcare facilities for veterans.
    The Department of Veterans Affairs (VA) is seeking proposals for the Improvement of the Sewer System and Water Loop at the VA Northern Indiana Healthcare System Marion Campus. The project requires a contractor to provide labor, materials, and supervision to remove and replace storm and sanitary lines, including repairs to roads and the installation of lift stations. The contract is estimated between $5 million and $10 million and is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Bidders must be certified as SDVOSB and adhere to various government regulations, including affirmative action and Buy American requirements. The bid submission includes specific documentation, with a public bid opening conducted via conference call. Interested parties are encouraged to attend a pre-bid site visit on January 8, 2025. The project’s performance duration is 457 calendar days following award notification. Additionally, prospective contractors need to meet bonding, safety compliance, and employment reporting requirements to ensure accountability and reliability throughout the construction process. Overall, this solicitation reinforces the VA's commitment to enhancing infrastructure to serve veterans better, while promoting small business participation.
    The document is an amendment to a solicitation related to a contract under the Department of Veterans Affairs, specifically the Network Contracting Office 10. The primary purpose of this amendment is to announce the cancellation of a site walk that was scheduled for January 8, 2025. This cancellation is important as it directly affects potential offerors or bidders who intended to attend the site walk to assess conditions pertinent to their proposals. The document notes that a subsequent amendment will provide a new date and time for the site walk in the future. The overall structure includes standard fields for contract modifications, ensuring clarity on administrative changes and instructions for acknowledgment of the amendment by potential bidders, emphasizing adherence to deadlines for submission. This amendment underscores the fluid nature of government contracting processes, where adjustments are common and must be communicated effectively to maintain transparency and compliance.
    This document serves as an amendment to a solicitation issued by the Department of Veterans Affairs Network Contracting Office 10. The primary purpose of this amendment is to extend the deadline for bid submissions to February 28, 2025, at 2:00 PM EST. Additionally, it notes that the dates for a site walk and Requests for Information (RFI) will be rescheduled and communicated through a subsequent amendment. The document outlines the necessity for bidders to acknowledge receipt of the amendment in their submissions and includes various identification and administrative details pertaining to the contract and amendment process. The formal adjustments are in accordance with federal regulations and are intended to ensure transparency and compliance throughout the procurement process. Overall, the amendment aims to facilitate a smoother bidding experience while adhering to governmental protocols for solicitation modifications.
    The document is an amendment related to a federal government solicitation by the Department of Veterans Affairs, specifically the Network Contracting Office 10. The main purpose of the amendment is to provide updated site walk information and extend key deadlines for bidders involved in the procurement process. The site walk has been rescheduled to February 14, 2025, at the VA Northern Indiana Healthcare System, and the RFI (Request for Information) submission deadline is extended to February 21, 2025. Additionally, the bid opening date has been pushed back to March 6, 2025. This modification ensures that all interested contractors have adequate time to prepare their offers and participate in the site walk. Importantly, the amendment indicates that all other terms and conditions of the original solicitation remain in effect.
    The document outlines 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 reschedule the site walk and extend the deadlines for Requests for Information (RFI) and bidding. The site walk is now set for March 4, 2025, at 1:00 PM at the VA Northern Indiana Healthcare System, Marion Campus. The due date for RFIs has been extended to March 11, 2025, and the bid opening will occur on March 27, 2025, at 2 PM. It is also emphasized that all offers must acknowledge the amendment before the specified due dates to remain valid. The amendment serves as a critical communication tool to facilitate participation in the procurement process, reflecting the agency's proactive approach to engaging contractors while ensuring transparency and compliance with federal procurement standards. This document is essential for interested bidders to stay informed about changes affecting their submissions.
    The document reflects General Decision Number IN20240002, effective October 18, 2024, which details prevailing wage rates for construction projects funded by the federal government in Indiana. This decision encompasses the Davis-Bacon Act, requiring contractors to pay minimum wage rates based on specific executive orders. Various trades and classifications, including Asbestos Workers, Electricians, and Laborers, are detailed along with their corresponding wage rates and fringe benefits across multiple counties in Indiana. The document outlines wage determination modifications, highlighting the need for compliance with federal wage regulations to protect workers in public construction projects. Overall, this ruling supports transparency in compensation standards and ensures fair labor practices for contractors and subcontractors involved in federally funded building projects. The structure presents county-specific rates, including categories and descriptions of labor classifications while emphasizing minimum wage compliance as crucial for contractor eligibility for federal contracts.
    The document details a topographic and utility survey conducted for the project site at the Marion VA Medical Center in Indiana. The survey aimed to map existing topographic features and assess underground utilities, utilizing record data and field measurements. Notably, the survey certified by Indiana registered land surveyor Ross M. Frank, acknowledges that additional underground utilities may exist, whose locations weren’t determined, and that building dimensions provided are approximated and should not be used for structural design. The survey specified horizontal coordinates based on NGS NAD 83 and vertical coordinates on NAVD 88, while environmental conditions, such as wetlands, were not considered. Conducted from March 23, 2021, to May 5, 2021, the survey is essential for informing future construction or renovations at the site, ensuring alignment with safety and operational standards. This project signifies a systematic approach to infrastructure improvement for Veterans Affairs, reflecting the agency's commitment to enhancing service facilities for veterans.
    The document outlines a construction project by the U.S. Department of Veterans Affairs aimed at improving the sewer system and water loop in Marion, Indiana. The architectural and engineering work is being conducted by Viridian Architectural Design, Inc., alongside Engineering Resources, Inc. The project includes detailed specifications for various sanitary and storm structures, including manholes and piping components, specifying dimensions, materials, elevations, and directional flow. The document emphasizes the proprietary nature of its content, stating that all designs and concepts are owned by Viridian Architectural Design, Inc. The data presented is crucial for contractors involved in the renovation and upgrading of essential water infrastructure, reflecting the government’s commitment to providing adequate facilities for veterans. This project showcases the importance of proper engineering documentation in securing funding through federal grants and addressing local municipal needs within government regulations.
    The document is a construction proposal from the U.S. Department of Veterans Affairs for a project based in Marion, Indiana, focused on improving the sewer system and water loop within the campus. The proposal includes engineering plans drawn by Viridian Architectural Design, Inc., detailing the various construction phases, site layouts, and compliance requirements. It outlines the necessity for the installation of new concrete and asphalt pavements, landscaping with permanent seeding, and enhancements to existing curbs and gutters. Key points include adherence to local regulations, the requirement for securing new concrete to existing structures, and the implementation of safety measures during construction such as infection control protocols. The coordination involves significant site work while ensuring compatibility with existing infrastructure. The proposal highlights the government's commitment to modernizing its facilities to enhance service delivery while maintaining strict safety and environmental standards throughout the construction process. This project exemplifies federal initiatives to upgrade essential infrastructure for the veteran community.
    The VAAR 852.219-75 outlines the requirements for compliance with limitations on subcontracting for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) by the Department of Veterans Affairs. The contractor certifies adherence to specific percentage limitations based on the contract type: 50% for service contracts, 85% for general construction, and 75% for special trade construction. Subcontracting to non-certified businesses must not exceed these thresholds, and any violations can result in severe penalties, including fines and potential prosecution. The offeror must submit documentation for compliance review, which can be requested by contracting officers. The certification must be completed and returned with the proposal; failure to do so will render the offer invalid. This document emphasizes the importance of supporting small businesses owned by veterans and ensures that contracts are awarded and maintained in alignment with federal regulations aimed at fostering economic opportunities for these groups.
    The document outlines the construction project led by Viridian Architectural Design, Inc. for the U.S. Department of Veterans Affairs, focusing on improving the sewer system and water loop in Marion, Indiana. Significant civil engineering tasks are detailed, including site grading, drainage, and utility adjustments without compromising existing structures. The document specifies adherence to local authorities' traffic control requirements and mandates that contractors verify existing conditions prior to significant works, ensuring project accuracy and safety. Various areas of the campus are identified, with meticulous attention given to proposed elevations, drainage design, and infrastructure modifications. The project, initiated on July 31, 2023, reflects the VA's commitment to enhancing facility capabilities while maintaining operational standards. Comprehensive engineering plans are provided to guide construction, emphasizing the importance of precise engineering practices and regulations in developing effective infrastructural solutions.
    The document outlines a significant civil engineering project aimed at improving the sewer system and water loop for the U.S. Department of Veterans Affairs in Marion, Indiana. Spearheaded by Viridian Architectural Design, Inc., the project includes the installation and upgrade of various sanitary sewers, stormwater management systems, and related infrastructure across multiple campus areas. Key activities involve replacing outdated pipes, constructing new manholes, and enhancing drainage systems, all adhering to VA specifications and local regulations. To ensure successful execution, the project emphasizes field verifications prior to construction, detailed drainage and utility notes specifying material standards, and protocols for traffic control and public safety. Significant consideration is given to existing utilities’ integration, requiring contractors to provide bypass pumping during construction and reconnections to the sewer network. The project's complexity underscores the VA's commitment to enhancing healthcare infrastructure while ensuring compliance with environmental standards. This effort reflects an investment in necessary upgrades to support the facilities' operational efficiency and safety.
    The document outlines the construction project for improving the sewer system and water loop at the Marion, Indiana campus, overseen by the U.S. Department of Veterans Affairs, with Viridian Architectural Design, Inc. as the lead consultant. The project emphasizes adherence to erosion control measures during construction to prevent sediment runoff and protect water quality. It details required practices such as silt fence installation, inlet protection, and the management of concrete washout to ensure environmental compliance. The contractor is responsible for maintaining stable construction entrances and ensuring that all excess soil is disposed of properly, especially concerning potential wetlands. The document serves as a guide for contractors to follow during the project, highlighting the importance of sustainable practices in public works and infrastructure improvements, aligned with regulatory requirements for federal grants and state/local RFPs. This initiative reflects the commitment of the Department of Veterans Affairs to supporting infrastructure that meets modern standards while safeguarding the environment.
    The document outlines a comprehensive project for improving the sewer system and water loop at the Marion Campus of the VA Northern Indiana Healthcare System. The project, initiated on December 21, 2021, includes significant upgrades to site utilities in the eastern and southern parts of the campus. Key tasks entail demolishing old storm and sanitary sewer pipes, extensive trenching for new piping, treating asbestos near underground utilities, and relocating roads. The contractor is responsible for maintaining site safety and coordination with ongoing medical services at the campus. Specific requirements include obtaining OSHA certifications for workers, adhering to VA security protocols, and ensuring minimal disruption to medical and funeral services. The project also encompasses environmental considerations such as restoration of disturbed areas, installation of utility infrastructure, and ensuring all work is completed to VA standards. A detailed phasing plan is required for effective execution, with emphasis on evidence-based monitoring and compliance with existing infrastructure. This project showcases the VA’s commitment to enhancing its facilities while ensuring compliance with safety and environmental regulations.
    The Pre-Award Contractor Safety and Environmental Record Evaluation Form is designed for companies responding to Solicitation # 36C25025B0007. The form requires prospective contractors to submit their OSHA 300 forms detailing safety performance indicators for the years 2021 to 2023, including the number of man hours, cases of work-related injuries, and relevant violation history with OSHA. Contractors must provide an explanation for any serious violations and attach copies of OSHA forms. Additionally, the document requests the contractor's six-digit NAICS Code, the administrator of their Safety and Health Program, and the Experience Modification Rate (EMR) for their insurance. This evaluation form aims to assess the safety and environmental practices of contractors, which is a critical component when considering proposals for government contracts, ensuring compliance with workplace safety regulations and protecting employee welfare. The collection and review of this data directly impact the contractor's eligibility for federal grants and RFPs, underscoring the importance of maintaining safety standards in government-related work.
    This Request for Information (RFI) is issued by the Department of Veterans Affairs for project number 610-21-104, aimed at improving the sewer system and water loop at the VA Northern Indiana Health Care Marion Campus, located at 1700 E. 38th Street, Marion, IN. Contractors are advised to meticulously review the solicitation documents before submitting inquiries. Specific references to relevant specifications or drawings must accompany any questions for the Government to respond appropriately. The communication should be directed to Elizabeth Finley, the Contract Specialist. All responses to this RFI will be made available on SAM.GOV, ensuring transparency and access to information for all prospective contractors. This RFI signifies an early stage of the contracting process, inviting interested parties to seek necessary clarifications to facilitate their proposals for the indicated improvement project.
    Similar Opportunities
    Z1DA--REPAIR SEWER PIPING BLDG 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of a collapsed sewer line at the Salem VA Medical Center, with the project valued under $25,000 and set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes diagnosing the sewer issue, excavating, replacing the damaged piping, and restoring the affected areas, with a requirement that SDVOSBs perform at least 15% of the work using their own workforce. This initiative not only addresses critical infrastructure needs at the medical center but also supports veteran-owned businesses in the contracting process. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by March 25, 2025, with a public bid opening scheduled for March 26, 2025; a pre-bid conference will be held on February 26, 2025, for site inspection. For further inquiries, bidders can contact Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    J047--Replace Degraded Piping in C-2099 583-25-518
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified contractors to replace degraded hot water piping in the C-2099A area at the Richard L. Roudebush VA Medical Center in Indianapolis, IN. The project involves the installation of new valves, asbestos abatement over 20 linear feet, and proper insulation for the new hot water piping, with a completion timeline of 45 days post-Notice to Proceed, while minimizing disruptions to hospital operations. This initiative is critical for maintaining the infrastructure that supports healthcare services at the facility, with an estimated project cost between $25,000 and $100,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested parties should direct inquiries to Contract Specialist Samuel Galbreath at samuel.galbreath@va.gov, with the solicitation expected to be issued around February 19, 2025.
    Y1ND--531-24-108 | UPGRADE STORM SEWER SYSTEM
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Upgrade Storm Sewer System project at the Boise VA Medical Center, designated as Project Number 531-24-108. This project aims to enhance the existing stormwater infrastructure by installing new components such as manholes, catch basins, and infiltration chambers, with an estimated budget between $250,000 and $500,000. The initiative is critical for maintaining effective stormwater management and ensuring the operational integrity of the medical center, which serves veterans. Interested small businesses must submit their proposals by the specified deadlines, with a site visit scheduled for January 30, 2025, and all inquiries directed to Contract Specialist Alan C. Perez at alan.perez@va.gov.
    Renovate Building 16, 610-20-103
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 16 at the Marion Veterans Affairs Medical Center, identified as project number 610-20-103. The renovation aims to modernize the facility to house the VA Northern Indiana Health Care System's administrative and operational departments while ensuring compliance with safety and infection control measures throughout the construction phases. This project is particularly significant as it will enhance the operational capabilities of the VA, providing improved services to veterans. The estimated project cost ranges from $5 million to $10 million, with bids due by March 7, 2025. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), are encouraged to contact Christopher C. Lee at Christopher.lee33@va.gov or 317-988-1516 for further details.
    Z2ND--Repair Steam Vents 583-25-517 (VA-25-00029929)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the repair of steam vents at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, Indiana. The project involves the removal of failed steam vent pipes, merging them into a single collector, and connecting it to an existing riser, with a completion timeline of 30 calendar days upon notification. This initiative is crucial for maintaining the operational safety and efficiency of the facility, particularly in light of the potential hazards posed by the failed pipes. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses, with a construction magnitude estimated between $25,000 and $100,000. Interested contractors should contact Contract Specialist Eric Sweatt at eric.sweatt@va.gov or 317-988-1511, and note that the deadline for bid submissions has been extended to March 5, 2025, at 1:00 PM EST.
    J047--Replace Degraded Piping in C-2099 583-25-518
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of degraded hot water piping at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana, under Project Number 583-25-518. The contractor will be responsible for replacing damaged hot water supply and return lines, installing new valves, and conducting asbestos abatement, all while ensuring minimal disruption to the Medical Center's operations and adhering to strict safety and regulatory compliance measures. This project is critical for maintaining the facility's infrastructure and supporting the healthcare services provided to veterans. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by the specified deadline and can contact Contract Specialist Samuel Galbreath at samuel.galbreath@va.gov for further information.
    J047--Replace Degraded Piping in C-2099 583-25-518
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of degraded hot water piping at the Richard L. Roudebush VA Medical Center in Indianapolis, IN, under project number 583-25-518. The project involves replacing damaged hot water supply and return lines, installing new valves, and abating asbestos along 20 linear feet of pipe insulation, with a completion timeline of 45 calendar days following the Notice to Proceed. This work is critical to maintaining the facility's operational integrity and ensuring patient safety, as it directly impacts the hospital's plumbing infrastructure. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals, including compliance with federal wage requirements and documentation of SDVOSB status, by the specified deadline. For inquiries, contact Contract Specialist Samuel Galbreath at samuel.galbreath@va.gov.
    Z1DA--610-25-500 - MARION JOB AWARD CONTRACT (JOC).
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Z1DA--610-25-500 - Marion Job Award Contract (JOC), aimed at establishing a Job Order Contract for general construction services at the Northern Indiana Health Care Systems (VA-NIHCS) Marion campus. The selected contractor will be responsible for providing simplified construction, maintenance, alterations, and repair services for lower dollar value projects, with a performance period consisting of a base contract of twelve months and four additional ordering periods, totaling up to five years. This initiative underscores the VA's commitment to engaging Service-Disabled Veteran-Owned Small Businesses (SDVOSB/VOSB) while ensuring compliance with federal guidelines, including wage determinations under the Davis-Bacon Act. Interested parties must submit their proposals, including technical details and pricing schedules, to Contract Specialist Luke Turner at luke.turner@va.gov, with evaluations based on technical capability, past performance, and price.
    Z1DA--PN: 438-25-601, MV Loop 1 Repair (SF) IFB-Set-Aside- SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "MV Loop 1 Repair" project at the Sioux Falls VA Healthcare System in South Dakota, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing all necessary tools, materials, and labor to address deficiencies within the facility, with an estimated project cost between $100,000 and $250,000. This project is crucial for maintaining the operational integrity and safety of the healthcare facility, ensuring compliance with federal standards and enhancing service delivery to veterans. Interested contractors must submit their offers by March 13, 2025, following a site visit on February 25, 2025, and can direct inquiries to Contracting Officer Michael W. Freeman at Michael.Freeman3@va.gov.
    Y1DA--537-23-102 VMU Equipment Tie-in
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the VMU Equipment Tie-in project at the Jesse Brown VA Medical Center in Chicago, IL. This procurement involves the installation of utility connections for washing equipment and the construction of stainless steel partitions, with a project magnitude estimated between $100,000 and $250,000, specifically set aside for verified service-disabled veteran-owned small businesses. The successful contractor will be required to complete the work within 187 calendar days following the Notice to Proceed, ensuring compliance with safety regulations and maintaining operational capabilities in an occupied medical facility. Interested parties should direct inquiries to Contract Specialist Kristine A Sutton at kristine.sutton@va.gov, with bids due by March 4, 2025, following a pre-bid site visit on February 12, 2025.