Z1DA--556-23-105 Roadway and Sidewalk Improvements (VA-25-00021311)
ID: 36C25225B0009Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the Z1DA--556-23-105 Roadway and Sidewalk Improvements project at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This initiative aims to enhance accessibility and safety through significant infrastructural upgrades, including the installation of concrete sidewalks, ADA ramps, and traffic control measures, while ensuring compliance with all relevant regulations. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with an estimated budget between $2 million and $5 million, and bids are due by 10:00 AM CST on March 5, 2025. Interested contractors should contact Contract Specialist Hudell D Ballen at hudell.ballen@va.gov for further details.

    Point(s) of Contact
    Hudell D BallenContract Specialist
    hudell.ballen@va.gov
    Files
    Title
    Posted
    The document outlines a federal Request for Proposal (RFP) by the Department of Veterans Affairs for a construction project focused on roadway and sidewalk improvements at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The project, designated as Project # 556-23-105, has a budget estimate between $2 million and $5 million and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The work entails providing all necessary labor, materials, and equipment to complete the specified improvements within 285 calendar days after the notice to proceed. Bidders must submit sealed offers by 10:00 AM Local Time on March 5, 2025. The document outlines solicitation requirements including performance bonds, compliance with safety and quality standards, and the necessity for a critical path method (CPM) construction schedule prior to project commencement. Contractors are instructed to minimize disruption to hospital operations, ensure clear access for emergency vehicles, and maintain strict adherence to infection control measures. Key project details include a focus on environmental safety, detailed documentation requirements, and stipulations regarding onsite operations to protect both worker and patient safety in the hospital setting. The summary emphasizes the commitment to compliance and the expectations of contractors in carrying out the project effectively.
    The presolicitation notice outlines a project for roadway and sidewalk improvements at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. This project, designated by solicitation number 36C25225B0009, falls under the jurisdiction of the Department of Veterans Affairs and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing the necessary tools, materials, labor, and supervision to rectify deficiencies in local streets, sidewalks, and stormwater management infrastructure. The estimated project cost ranges from $2 million to $5 million, with a completion timeline of 236 calendar days following the issuance of a Notice to Proceed. Interested bidders must meet specific eligibility requirements, including being an SDVOSB listed in the Veteran Small Business Certification (VetCert). The solicitation is anticipated to be available on the Contract Opportunities website around December 17, 2024, with bid submissions due by January 28, 2025. A pre-bid meeting will also be scheduled, encouraging all bidders to participate. This notice signifies a commitment to enhancing veteran facilities while supporting veteran-owned businesses.
    This document outlines Amendment 0001 for Invitation for Bids (IFB) 36C25225B0009 concerning roadway and sidewalk improvements at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The amendment aims to correct administrative errors and publish changes related to the solicitation. It includes the issuance of reduced-size drawings attached to the amendment with specific file references. Importantly, the bid opening date and location remain unchanged, set for March 5, 2025, at 10:00 AM (CST) at the Great Lakes Acquisition Center in Milwaukee. The amendment emphasizes the requirement for all offerors to acknowledge receipt of this amendment effectively to avoid the rejection of their offers. Overall, this document ensures clarity and transparency in the procurement process, aiming to facilitate compliance and adherence to federal contracting regulations.
    The document is an amendment to the Invitation for Bid (IFB) 36C25225B0009 concerning roadway and sidewalk improvements at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. The amendment aims to correct administrative errors and publish changes related to the project. It includes a site visit sign-in sheet attached for reference and confirms that the bid opening date and location remain unchanged, scheduled for March 5, 2025, at 10:00 AM CST at the Great Lakes Acquisition Center in Milwaukee, WI. This amendment ensures that all relevant information is communicated to offerors, maintaining transparency and facilitating the bidding process. Overall, it reflects the government's procedural adherence to modifications in solicitation documentation.
    The U.S. Department of Veterans Affairs is initiating a roadway and sidewalk improvement project at the Captain James A. Lovell Federal Health Care Center, located at 3001 Green Bay Road, North Chicago, IL. The project aims to enhance accessibility and safety through the installation of fully sprinklered systems and necessary infrastructural upgrades. The work involves demolition and replacement of existing pavements, curbs, and sidewalk elements, alongside the implementation of traffic control measures for minimizing disruption. The contractor is required to coordinate construction phases effectively to maintain traffic flow and pedestrian access, including temporary signage and fencing. The project emphasizes adherence to all relevant local, state, and federal regulations, ensuring a comprehensive approach to safety and environmental management. The successful execution of this initiative is crucial for improving campus accessibility while complying with the stringent VA standards for construction and facility management.
    The Captain James A. Lovell FHCC VA is initiating a Roadway and Sidewalk Improvements project in North Chicago, IL, under VA Contract #36C252-23-D-0061. The project entails significant upgrades to infrastructure along Medal of Honor Drive, including road and sidewalk enhancements, widening lanes, improving curbs, and installing street lighting and a bus stop shelter. The document outlines requirements for contractor participation, emphasizing safety, compliance with VA security measures, and coordination with existing medical center operations. Key components include the development of detailed construction schedules utilizing the Critical Path Method, procurement of long-lead items, and active communication with the VA's Contracting Officer. The expectation is for contractors to maintain transparency in project activities, provide comprehensive documentation, and adhere strictly to pre-defined security and operational protocols. Overall, the project underscores the VA's commitment to improving veteran service facilities while ensuring minimal disruption to ongoing operations, thereby reflecting standard government practices in managing public infrastructure contracts.
    The government file pertains to the Roadway and Sidewalk Improvements project at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL. Scheduled for completion by September 5, 2024, the project aims to enhance accessibility and safety through multiple infrastructural upgrades. Key features include the installation of concrete sidewalks, curb inlets, and pedestrian signals, along with modifications to existing utilities and roadway footings. The scope outlines specific tasks such as the installation of ADA ramps, asphalt pavement overlays, and concrete curbs, emphasizing compliance with federal, state, and local regulations. Contractors must coordinate with utility companies and ensure minimal disruption to traffic and the environment through effective erosion control measures. Notably, the project includes deduct alternates, which allow for the removal of certain bid items based on funding availability. The document also highlights the necessity for permits and approvals before construction, ensuring that all work aligns with established guidelines and safety standards. Through this initiative, the Department of Veterans Affairs demonstrates a commitment to improving infrastructure and accessibility for veterans and the surrounding community.
    The document details the specifications for the RSX1 LED Area Luminaire, designated for roadway and sidewalk improvements at the Captain James A. Lovell Federal Health Care Center by the U.S. Department of Veterans Affairs. It outlines essential aspects of the luminaire, such as energy efficiency, luminaire outputs ranging from 7,000 to 17,000 lumens, and replacement compatibility for HID systems. The RSX1 features robust construction, excellent thermal management, and waterproof ratings, ensuring durability and performance in various environmental conditions. Additionally, options for installation, customizations, and accessory choices are highlighted, such as different mounting configurations and finishes to suit specific site requirements. Various control options, including advanced wireless capabilities, are available for enhanced operational efficiency. The project's context emphasizes sustainable infrastructure improvements while adhering to federal standards, showcasing a commitment to quality and regulatory compliance in public facilities. This initiative represents a significant upgrade in lighting technology to provide safer environments for users at the healthcare center.
    The document outlines the submittal register for the Roadway and Sidewalk Improvements project at the Captain James A. Lovell FHCC, with a deadline for 100% Construction Document (CD) submissions set for December 12, 2024. It details the approval process for various required materials categorized under General Requirements, Safety Requirements, Quality Control, Environmental Controls, and other divisions associated with the construction project. Key submissions include project personnel contact information, safety and emergency plans, quality assurance reports, environmental protection plans, and various testing and certification documents. The notice emphasizes the importance of a master submittal registry, to be developed and maintained by contractors using automated software for tracking, thereby streamlining the documentation process. The overarching aim is to ensure adherence to project specifications and improve accountability in the submission of vital construction documentation while facilitating communication between contractors and government entities. This systematic approach reflects best practices in managing government-funded infrastructure projects.
    The document outlines an addendum for the Roadway and Sidewalk Improvements project (RFP 556-23-105), emphasizing revisions to construction specifications as of December 12, 2024. Key changes include the removal of certain site visit requirements by bidders and adjustments to bid deduct alternates that allow for the progressive removal of specific project components (e.g., bus shelter, curb and gutter work, and site lighting). The revised construction security requirements delegate badging procedures to the assigned VA Contracting Officer’s Representative (COR) and clarify vehicle restrictions for contractors. Additionally, the timeline for submitting a scheduling consultant's qualifications is tightened, mandating submission within 14 calendar days after the bid acceptance. A new Submittal Register section has been added for project-specific requirements. This addendum serves to streamline the construction process, clarify responsibilities, and ensure compliance with updated project requirements. Ultimately, it reflects a commitment to efficient project execution while adhering to regulatory standards in government contracting.
    The government document outlines the Wage Determination under the Davis-Bacon Act for construction projects in Illinois, specifically for Heavy and Highway construction in Boone, De Kalb, Du Page, Kane, Kendall, Lake, McHenry, and Will Counties. It specifies wage rates for various crafts, including carpenters, electric workers, ironworkers, and laborers, indicating different payment rates applicable based on the contract date and renewal terms. Key rates include at least $17.20 per hour starting from January 30, 2022, for newly awarded contracts under Executive Order 14026. Contractors are required to maintain compliance with minimum wage standards and must submit a conforming request if job classifications fall outside existing wages. Additionally, the document emphasizes protections for workers under federal contracts, including sick leave requirements as mandated by Executive Orders. This information is crucial for companies involved in federal contracts to ensure compliance with labor standards while bidding for or executing federally funded construction projects.
    The document outlines a walk-through sign-in sheet for an upcoming federal Request for Proposals (RFP) pertaining to roadway and sidewalk improvements in North Chicago, scheduled for January 24, 2025, at 10:00 AM. It serves as a registration log for companies and individuals interested in participating in the related bidding process for project 556-23-105. Participants are required to provide their names, titles, company representation, and contact phone numbers and emails. The document suggests the importance of engaging stakeholders for transparency and accountability in the project, providing a framework for gathering potential contractor information crucial for coordinating the proposal process. By establishing comprehensive vendor details, the document aims to enhance communication and collaboration between the federal agency and prospective contractors, thus facilitating a competitive environment for project execution while ensuring compliance with federal guidelines.
    Similar Opportunities
    Z1DA--556-23-101: Renovate CLC Building 134-2C
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of Community Living Center (CLC) Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This project, designated as 556-23-101, involves comprehensive construction work, including interior finishes, HVAC, plumbing, and electrical systems, with a focus on compliance with health and safety standards. The renovation aims to enhance the facility's infrastructure to better serve veterans, ensuring a safe and functional healthcare environment. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by March 6, 2025, at 1:00 PM CST, and can direct inquiries to Contract Specialist Hudell D. Ballen at Hudell.Ballen@va.gov. The estimated project cost ranges between $5 million and $10 million.
    Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the installation of chilled water piping from Building 188 to Building 3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL, under Project Number 556-23-104. The project requires contractors to provide all necessary labor, materials, and equipment, with an estimated contract value between $1,000,000 and $2,000,000, specifically set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This initiative is crucial for modernizing the facility's infrastructure while ensuring compliance with safety and health standards, particularly in a healthcare environment. Interested contractors must submit their offers by March 12, 2025, and can direct inquiries to Contracting Specialist Deontrinese Dalton at deontrinese.dalton@va.gov.
    Y1DZ--556-23-108: (CON) Expand Police Dispatch Captain James A. Lovell FHCC, North Chicago, IL 60064-3048
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the expansion of the Police Dispatch facility at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This project requires comprehensive construction services, including labor, materials, and supervision, with an estimated cost between $1,000,000 and $2,000,000, and is exclusively available to verified Service-Disabled Veteran-Owned Small Business Firms. The initiative is crucial for enhancing the healthcare infrastructure and ensuring operational integrity during construction, with a mandatory performance period of 386 calendar days from the notice to proceed. Interested contractors must submit their bid packages by March 11, 2025, and can contact Contracting Specialist Deontrinese Dalton at deontrinese.dalton@va.gov for further information.
    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.
    Z1DA--Install Patient Lifts 578-15-001
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the installation of patient lifts at the Edward Hines Jr. VA Hospital in Hines, IL, under Project Number 578-15-001. The project requires contractors to provide all necessary labor, materials, and equipment to install approximately 60 permanent ceiling-mounted patient lifts within a timeline of 432 calendar days after receiving the Notice to Proceed. This initiative is crucial for enhancing patient care and safety, particularly in high-risk areas such as surgical recovery rooms and intensive care units, by replacing inadequate portable lifts with modern systems. Interested contractors must submit their sealed bids by 1:00 PM CST on April 3, 2025, following a mandatory site visit scheduled for March 5, 2025, and are encouraged to contact Donita Grace at donita.grace@va.gov for further inquiries. The estimated project cost ranges between $2,000,000 and $5,000,000, with a strong emphasis on utilizing service-disabled veteran-owned small businesses.
    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.
    Z2DA--537-17-115: SPS Construction Phase 2, 3 &4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the construction renovation of the Sterile Processing Services (SPS) Department at the Jesse Brown VA Medical Center in Chicago, Illinois, encompassing phases 2, 3, and 4 of the project. The objective is to enhance the facility's operational efficiency and safety through significant renovations, including HVAC system upgrades, plumbing, and stringent infection control measures, with a total project cost estimated between $2 million and $5 million. This initiative is crucial for modernizing healthcare infrastructure, ensuring compliance with national standards, and improving sterile processing capabilities within the medical center. Interested contractors, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB), must submit their bids by March 17, 2025, following a pre-bid site visit on February 24, 2025; for further inquiries, contact Contracting Officer Stacy Hoover at stacy.hoover2@va.gov or 414-844-4830.
    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.
    Z2DA--Asphalt Maintenance and Repair | 442-23-001
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for a construction project focused on asphalt maintenance and repair at the Cheyenne VA Medical Center in Wyoming. The project includes aggregate base repair, concrete removal, asphalt replacement, and pavement striping, with an estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran-owned enterprises. Proposals must be submitted electronically by March 21, 2025, following a mandatory site visit on February 24, 2025, and must include past performance information, a bid bond, and compliance with specific safety and security guidelines. Interested contractors should contact Timothy R. Verburgt at Timothy.Verburgt@va.gov for further details.
    Z2AA--Epoxy Floor Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for epoxy floor repairs at the Central Arkansas VA healthcare facility, with a total budget of $19 million. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 30 days following contract award, emphasizing the importance of timely and quality service delivery. Interested bidders must attend mandatory site visits scheduled for February 18 and February 24, 2025, to familiarize themselves with project requirements, and inquiries must be submitted by February 25, 2025. For further details, potential contractors can contact Contracting Officer Felicia Lovelady at Felicia.Lovelady@va.gov.