Z2DA--Resurface Parking Garage C
ID: 36C24826R0035Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

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

    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.

    Point(s) of Contact
    Ana G. AlvaradoContracting Officer
    (939) 321-0814
    ana.alvarado@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Caribbean Healthcare System (VACHS) is soliciting proposals for design-build services to resurface Parking Garage C in San Juan, Puerto Rico. This two-phase solicitation (36C24826R0035) is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves restoring the garage's structural integrity and surface, including addressing deterioration, improving drainage, and upgrading safety systems. Offerors must provide technical and price proposals, with Phase One focusing on technical approach, specialized experience, and past performance. Phase Two, for selected offerors, will require detailed design concepts, schedules, key personnel, and a comprehensive price proposal. The contract period is 730 days, with performance contingent on fund availability. Compliance with all solicitation terms, including SDVOSB verification, limitations on subcontracting, and various certifications, is mandatory.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for design-build services to resurface Parking Garage C at the VA Caribbean Healthcare System in San Juan, Puerto Rico. This requirement, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to restore the structural integrity and surface condition of the garage, ensuring compliance with building codes and VA design requirements. The selected contractor will be responsible for all professional services, site investigations, design, equipment, labor, materials, and testing, with work to be completed within 730 calendar days from the Notice to Proceed. The solicitation (Number 36C24826R0035) is expected to be issued around November 12, 2025, with a response date of December 12, 2025. Interested firms must be registered in SAM.gov and certified as an active SDVOSB in the SBA Veteran Certification site.
    This government file outlines the general requirements for a Design-Build (D-B) Contractor undertaking the resurfacing of Parking Garage C at the San Juan VA Medical Center. The project aims to restore the structural integrity and surface condition of the garage, adhering to building codes, safety standards, and VA design requirements. Key aspects include addressing deteriorated surfaces, improving drainage and lighting, and upgrading safety systems. The file details safety protocols, security requirements for personnel and sensitive information, and rules for on-site operations and storage. It also covers procedures for alterations, disposal of materials, protection of existing structures and vegetation, and utility management to ensure minimal disruption to the Medical Center. Testing, instruction, and historic preservation guidelines are also provided.
    The government solicitation attachment outlines requirements for bidders/offerors to submit information regarding their safety and environmental record, as well as their Experience Modification Rate (EMR). Bidders must certify they have no more than three serious, one repeat, or one willful OSHA or EPA violations in the past three years. If unable to certify, an explanation and details of violations are required. All bidders must provide their current EMR from their insurance carrier on letterhead. If the EMR is above 1.0, a written explanation from the insurance carrier is needed. Self-insured contractors or those unable to provide EMR on insurance letterhead must obtain it from NCCI or their state's worker’s compensation insurance rating bureau. If NCCI cannot issue an EMR due to lack of insurance history, a letter from the insurance carrier and an NCCI letter assigning a Unity Rating of 1.0 are required. This information, along with government system data, will be used for initial responsibility determinations. These requirements apply to all subcontracting tiers. The document also includes a Pre-Award Contractor Safety and Environmental Record Evaluation Form, requesting details on man-hours, DART rates, OSHA violations, NAICS code, safety program administration, and EMR for the past three years.
    The provided document, an attachment for government RFPs, outlines the required format for submitting key personnel resumes. It specifies that while the exact form isn't mandatory, all requested information must be supplied for critical roles such as the prime contractor's Project Manager, Architect of Record, Project Site Superintendent, SSHO, and Construction Quality Manager. The form details the information required, including the individual's name, project assignment, firm name, years with current and other firms, education, active registrations (number, state, first/current year), type of registration (e.g., P.E., R.A.), and a description of specific experience and qualifications relevant to the project. This document ensures that all proposals provide comprehensive and standardized personnel qualifications for evaluation.
    The provided document is a template for a Letter of Commitment for a Design Firm or Teaming Arrangement, intended for use in government solicitations such as RFPs, federal grants, and state/local RFPs. Its primary purpose is to secure a formal commitment from a design firm to fulfill a specific role on a project in the event that a contract is awarded to a proposer. The letter, to be submitted on company letterhead, requires the design firm to unequivocally commit to their duties, stating their name and role, and to include the solicitation number and project title. It must be signed by an authorized official and dated, ensuring a clear and binding agreement between the design firm and the proposing entity for government contract purposes.
    The Specialized Experience Form details the required information for contractors to submit as part of a government solicitation, likely an RFP or grant application. Offerors must provide information for exactly three past projects, with more than three not being evaluated and fewer potentially leading to a lower rating. For each project, contractors must provide their firm's details (name, address, DUNS, CAGE, contact info), contract/task order number and award date, project title and location, their role (prime, subcontractor, JV, or other), and the percentage of work performed. If a subcontractor, the prime contractor's details are required. Finally, information about the government agency or company that awarded the contract to the offeror, including contact details for the contracting officer or procurement official, must be provided. This form ensures the government can assess the contractor's relevant experience and past performance.
    The Subcontractor Information and Consent Form is a crucial attachment for government solicitations, particularly within federal RFPs and grants, requiring major subcontractors and teaming partners to provide consent for the release of their past and present performance information to the prime contractor. This consent is necessary because the government cannot disclose such information to a private party (the prime contractor) without it. The form assists the government in assessing past performance relevancy and emphasizes its importance in source selections to achieve the best value. Subcontractors must complete the form, including their company details, Unique Entity Identifier, and contact information. They are also required to provide a minimum of three references, excluding the proposing prime contractor, detailing contract numbers, project titles, their role, and contact information for each reference. This ensures transparency and facilitates a comprehensive performance confidence assessment during the source selection process.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    Y1DZ--PN: 636-26-305 Correct Parking Garage Safety Deficiencies (OM) AP: 36C263-26-AP-1060
    Buyer not available
    The Department of Veterans Affairs is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for a design-build project aimed at correcting safety deficiencies in the parking garage at the VA Health Care System Central Plains/Omaha in Nebraska. The project involves the installation of a dry-pipe fire suppression system and jump prevention barriers, with a total estimated value between $1,000,000 and $2,000,000. This initiative is critical for enhancing safety measures within the facility, ensuring compliance with applicable codes and VA design guidelines. Interested firms must submit their responses by December 9, 2025, including company details, eligibility for small business programs, and a capability statement demonstrating relevant experience. For further inquiries, contact Derek Fore at derek.fore@va.gov or call 651-293-3032.
    Y1LZ--Project 620-23-102 Repave Parking Lot G at the Montrose VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking bids for Project 620-23-102, which involves repaving Parking Lot G at the Montrose VA Medical Center in New York. This project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requiring contractors to provide all necessary materials, equipment, and personnel to complete the work, which includes general construction, demolition, grading, drainage, and the installation of pole-mounted lighting. The project has a construction magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days from the Notice to Proceed. Interested bidders must be registered in SAM.gov and verified as an SDVOSB, with the solicitation expected to be released around December 9, 2025. For further inquiries, contact Contracting Officer Daniel Barone at Daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    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.
    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.
    Sources Sought Notice: San Juan, Puerto Rico Vet Center
    Buyer not available
    The Department of Veterans Affairs is seeking to lease a space for a Vet Center in San Juan, Puerto Rico, as part of a Sources Sought Notice. The requirement is for a 3,917 NUSF/4,700 ABOA/5,288 RSF facility for a 20-year term, with specific needs including a contiguous clinical area, handicapped accessibility, and 30 on-site parking spaces. This procurement is crucial for providing veterans with accessible and professional services, and the VA is open to considering alternative spaces if they are economically advantageous. Interested parties must submit property details, including layouts and pricing, by December 5, 2025, at 4:00 PM EST to Erin Carey at erin.carey@va.gov.
    C220--NRM A/E - 528A7-25-178 EVALUATE SYRACUSE VA GARAGE FOR REMAINING LIFE
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified Architect-Engineering (A/E) firm to evaluate the remaining life of the Syracuse VA Medical Center's 990-stall parking garage and propose solutions to extend its lifespan until at least 2040. The selected firm will conduct a thorough assessment of the garage's current condition, address issues related to post-tensioned tendon failures, and provide a detailed scope of work and cost estimates for necessary repairs, as well as a concept for a new parking structure on campus. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business Set Aside, with a submission deadline for qualifications set for December 19, 2025. Interested firms must submit an electronic SF 330 and ensure compliance with all outlined requirements, including valid SDVOSB certification and detailed subcontractor information, to Michael Spivack at Michael.Spivack@va.gov.
    Z2DA--Copy of Provide Hurricane Hardening at Generator Farm
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the provision of hurricane hardening at a generator farm located in Puerto Rico. This procurement aims to enhance the resilience of the facility against hurricane impacts, ensuring continued operation during adverse weather conditions. The project falls under the NAICS code 236220, which pertains to commercial and institutional building construction, specifically focusing on the repair or alteration of hospitals and infirmaries. Proposals are now due by December 16, 2025, at 3:00 PM (AST), and interested parties should direct inquiries to Contracting Officer Ana G Alvarado at ana.alvarado@va.gov.
    X1AA--FY26 New/Replacement Lease: Ceiba CBOC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new or replacement lease for the Ceiba Community Based Outpatient Clinic (CBOC) in Ceiba, Puerto Rico, for fiscal year 2026. The procurement requires a lease of approximately 12,757 net usable square feet, with specific requirements for on-site parking, room specifications, and compliance with security standards. This facility will play a crucial role in providing healthcare services to veterans in the region. Interested parties must submit their proposals via email to Javier Correa-Ochoa, Lease Contracting Officer, by 3:00 PM ET on December 15, 2025, with all submissions adhering to the outlined requirements and evaluation criteria.
    Sources Sought Notice: Ponce, Puerto Rico Vet Center
    Buyer not available
    The Department of Veterans Affairs is seeking to lease a space between 4,028 and 5,438 square feet in Ponce, Puerto Rico, for a new Vet Center. The facility must be handicapped accessible, include 30 on-site parking spaces, and provide contiguous clinical space in a professional, well-maintained building, preferably on the ground floor. This procurement is crucial for ensuring that veterans have access to necessary services in a secure and adequately equipped environment. Responses from interested parties are due by December 5, 2025, at 4:00 PM EST, and inquiries can be directed to Erin Carey at erin.carey@va.gov or by phone at 570-899-1857.