Z1DA--NCO5 - MATOC II
ID: 36C24524R0024Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Commercial and Institutional Building Construction (236220)

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 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.

    Point(s) of Contact
    Lisa M. LakeContracting Officer
    304-263-0811 x3233
    lisa.lake2@va.gov
    Files
    Title
    Posted
    The "Upgrade ENT Clinic Access & Flow" project at the Baltimore Veterans Affairs Medical Center aims to enhance security for the ENT Clinic by renovating access points. With a construction duration of 180 days, the contractor will implement significant modifications, including a second door entrance and an internal sectioning wall to control access more effectively. The existing entry system poses security risks to both staff and veterans as it allows uncontrolled entry into sensitive clinic areas. Key requirements include adherence to various federal and local safety standards, such as OSHA regulations, fire safety measures, and environmental protection protocols related to hazardous materials. The contractor will also need to manage infection control during construction, maintaining strict guidelines on air filtration and waste containment to prevent contamination. All construction work requires the approval of the Contracting Officer’s Technical Representative and must follow a structured submittal process for materials and plans. Overall, this project emphasizes the VA's commitment to improving patient safety and operational integrity while collaborating strictly with designated officials to ensure compliance with health, safety, and security regulations throughout the renovation process.
    The document outlines the VHA Master Specifications for construction projects under the Department of Veterans Affairs. It details the general requirements, safety standards, project schedules, and contractor responsibilities related to the execution of construction work, especially in healthcare settings. Key sections cover safety protocols, quality control, temporary signage, demolition, and construction waste management. Contracts must emphasize compliance with the VA's security management program, ensuring personnel access is controlled, and sensitive information is protected. The contractor is responsible for submitting a detailed plan for all phases of work, coordinating construction activities with existing medical facility operations to minimize disruptions. Additionally, specifications include procedures for construction management, utility service maintenance, and the handling of hazardous materials, illustrating the necessity for thorough planning and clear communication between contractors and VA representatives. These guidelines uphold safety, efficiency, and adherence to federal standards, ensuring that construction activities align with the VA's mission and operational integrity.
    The provided document outlines the door schedule and structural changes for a waiting room and exam rooms as part of a renovation project, likely linked to federal or local government initiatives. It details specific doors, including dimensions, materials, finishes, and frame types. The project includes demolishing walls and handicap handrails to create new pathways and entrances, improving accessibility. New access points will link the waiting room to exam rooms and introduce a window to enhance visibility into the waiting area. Dust barriers will be implemented to manage debris during demolition. This structured approach demonstrates compliance with accessibility requirements while intending to create a more functional healthcare environment, aligning with government standards for public facilities.
    The document outlines the General Decision Number MD20240047 regarding wage determinations for building construction projects in Baltimore City, Maryland, effective from May 17, 2024. It specifies compliance with the Davis-Bacon Act and relevant Executive Orders, mandating minimum wage rates for covered contracts. For contracts initiated or extended after January 30, 2022, a minimum wage of at least $17.20 per hour applies, while contracts awarded between January 2015 and January 2022 must adhere to a rate of $12.90 per hour, unless a higher wage is specified. Additionally, detailed rates and fringe benefits for various construction classifications, such as insulators, stone finishers, and electricians, are provided, along with information on the appeals process for wage determinations. The document emphasizes contractor obligations for worker protections, including paid sick leave under Executive Order 13706. This file is significant for entities engaging in government-funded construction projects, ensuring compliance with wage regulations and labor standards, fundamental to federal and state contracting processes.
    The Project # 613-22-150 entails the construction of a 2,100 sq. ft. build-out within the existing shell space of the Serenity House Community Living Center at the VA Medical Center in Martinsburg, WV. The scope includes a comprehensive range of construction activities, from general construction and alterations to demolition, masonry, insulation, drywall, and installation of windows, doors, flooring, painting, and utility systems (plumbing, mechanical, electrical). Contractors are expected to provide a detailed proposal outlining labor, materials, tools, equipment, and supervision required for the project. The construction work must align with provided drawings and specifications within a performance period of 365 calendar days following the issuance of the Notice to Proceed (NTP). This project reflects the federal government's initiative to improve veteran healthcare facilities, ensuring updated infrastructure that meets contemporary standards and needs.
    The "Build-Out Existing Shell Space" project at the Martinsburg VA Medical Center aims to fully prepare and renovate a 2,100 sq. ft. shell space within the Serenity House Community Living Center. This federal RFP outlines the contractor's responsibilities, including general construction, demolition, masonry, plumbing, electrical, and HVAC work, all adhering to specific VA standards and security protocols. The project has a completion timeline of 365 days and mandates strict compliance with safety and security regulations, including maintaining a site's secure environment and notifying relevant authorities prior to any testing or disruptions. Key aspects highlighted in the document include the requirement for professional surveying services, the importance of temporary environmental controls, and obligations for documentation and reporting throughout the project's lifecycle. The contractor must also coordinate all work to avoid interruptions to medical center operations while providing utilities and maintaining existing structures. Emphasis is placed on adhering to construction specifications and procedures to ensure a smooth build-out process while safeguarding the health and safety of the facility's users. This detailed proposal reflects the Department of Veterans Affairs' commitment to facilitating improvements in veteran healthcare facilities through structured and compliant construction practices.
    The Department of Veterans Affairs (VA) is initiating a project to build out 2,100 square feet of shell space at the Serenity House Community Living Center in Martinsburg, WV. The design and construction plans detail necessary upgrades, including general construction, alterations, demolition, and installation of utility systems within the facility. It incorporates compliance with accessibility standards and fire protection measures. Key documents within the project outline architectural, mechanical, and electrical designs, as well as plumbing details and fire safety considerations. A series of approval signatures from relevant authorities signifies the project’s alignment with VA regulations and standards. This development reflects the VA's commitment to enhancing veteran healthcare facilities through comprehensive, meticulous planning and execution to ensure a safe, accessible environment for residents.
    The document outlines wage determinations for building construction projects in Berkeley County, West Virginia, under the Davis-Bacon Act. It specifies minimum wage rates for various labor classifications required for contracts awarded or renewed after January 30, 2022, with rates for covered workers set at $17.20 per hour or higher, depending on the classification. It includes detailed wage rates and fringe benefits for a wide range of construction roles, from asbestos workers to electricians. The document underscores compliance with Executive Orders 14026 and 13658, mandates for paid sick leave under EO 13706, and provisions for worker protections. It details the appeal process for wage determinations and classifications missing from the list. The report reflects the government's commitment to ensuring fair compensation for construction workers and adherence to labor standards, relevant for federal contracts and local RFPs across the state. Overall, this document serves as a critical resource for contractors and workers involved in federally funded construction projects.
    The NCO 5 - MATOC II is a solicitation notice issued by the Department of Veterans Affairs for construction-related services under solicitation number 36C24524R0024. The response deadline is set for October 21, 2024, at 11:00 AM Eastern Time. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under the Product Service Code Z1DA and NAICS Code 236220. The notice includes multiple attachments detailing various components of the solicitation, including the scope of work, specifications for construction projects, wage rates specific to the job locations, and evaluation criteria for contractor selection. Key documents include information on upgrades to the ENT Clinic, a build-out for a shell structure, and necessary security requirements. The overarching purpose of this request for proposals is to meet the construction and upgrade needs at VA facilities across the defined geographic area, emphasizing a compliant, safety-oriented approach to contracting while sourcing services from qualified and appropriately certified businesses.
    The document outlines a construction price breakdown for a specific project, detailing costs associated with various divisions of construction work. It includes categories such as Labor Cost, Material/Equipment, General Site Conditions, and specialized divisions like Concrete, Masonry, and Electrical. Each division encompasses essential components required for the project, such as Fire Suppression, Plumbing, Heating and Ventilation, among others. Additionally, the price breakdown accounts for overhead, profit, and bonding, culminating in a grand total. The document is to be certified by an authorized representative, indicating the accuracy of the information provided. This file is relevant to federal and state/local Requests for Proposals (RFPs) and grants, ensuring transparency and accountability in the budgeting process of government-funded construction projects. Each section serves to detail the financial aspects critical for project planning, funding approval, and contractor assessment, reflecting the rigor expected in government contracting practices.
    The document is a Past Performance Evaluation template for a prime contractor or subcontractor involved in a project. It evaluates various performance metrics related to contract compliance, management effectiveness, personnel appropriateness, timeliness of submissions and adherence to schedules, safety responsiveness, customer interaction, problem-solving cooperativeness, financial management, responsiveness to notices, and overall performance. Each element is rated on a scale from 1 (unacceptable) to 5 (superior performance), with additional space for comments on the contractor's performance. Evaluators are also asked to provide their contact information and confirm their role in the project, establishing an organized framework for assessing performance and recommending future contractor employability. This evaluation document plays a critical role in the context of federal and state RFPs and grants, ensuring accountability and quality assurance in government contracts.
    The document pertains to the Multiple Award Task Order Contract II (MATOC II) Request for Proposal (RFP) issued by the Department of Veterans Affairs. It contains a Surety Form that must be completed by the offeror and their surety, detailing bonding information and the contractor's relevant history. Key sections include the contractor's name, address, and contact details, as well as questions about the surety's relationship with the contractor, such as the length of bonding, contractor ratings, bonding limits for projects, and any past claims or insurance refusals related to the contractor. The surety is required to return this completed form to the designated contract officer by the RFP's closing date. This document is a crucial component of the RFP process, ensuring that the government assesses the financial credibility and reliability of contractors bidding for federal projects, specifically in relation to ensuring the successful completion of tasks outlined in the RFP.
    The document outlines the security requirements for contractor employees accessing VA facilities and sensitive information. It specifies that contractors and subcontractors must undergo background investigations equivalent to VA employees, with the contractor responsible for all associated costs, while the VA covers investigations conducted by OPM. Key steps in the security process include submitting necessary forms, fingerprint screening, initiation of investigations via e-QIP, and badging procedures. Contractor employees may qualify for reciprocity of background investigations from other federal agencies, provided they meet specific criteria. The document emphasizes the need for timely updates if additional personnel are added after the initial submission, as well as the importance of displaying security badges at all times while working at VA facilities. In case of lost badges, immediate reporting protocols are established. Furthermore, contractors must return all badges upon project completion to avoid penalties. This document serves to ensure stringent security measures within federal contracting processes that safeguard sensitive information and access control.
    The document is a "Contract Security Services Request Form" from the Department of Veterans Affairs, specifically outlining the information required for processing contractors needing security badges. It includes sections for essential contractor details such as the contracting officer’s contact information, contract end dates, task orders, and badge requirements. Key components involve: - Contact information for the VA contracting officer and contractor representative. - Contract specifics, including the company name, address, and designated employee details. - Required security clearance levels and whether network access is granted. The form mandates the contracting officer's signature to confirm the contract's existence before badge processing can occur. This procedure is crucial for ensuring compliance with personnel security requirements within the VA, emphasizing the importance of safeguarding sensitive areas and information by properly vetting contractors and their employees. The outlined requirements support effective management of contractor access in relation to federal security protocols. Overall, this document plays a significant role in maintaining security standards within VA facilities.
    The document is a supplemental form, specifically the Contract Security Verification Request Supplemental Form #1B, issued by the Department of Veterans Affairs for the purpose of verifying the security of individual contractors involved in government contracts. This form is to be utilized when additional space is needed for listing a large number of employees, working in conjunction with a signed Form 1A. Key sections of the form include details about the point of contact for the contracting officer and the Contracting Officer Representative (COR), as well as important contract information such as the task order number and the name of the subcontractor. A significant component of the form is the roster of employees requiring security verification, necessitating full legal names, Social Security numbers, email addresses, dates of birth, and places of birth. The purpose of this form aligns with the broader context of federal RFPs and grants, which often require specific security protocols to safeguard sensitive information and personnel involved in governmental operations. By gathering necessary employee data, the Department of Veterans Affairs ensures compliance with pertinent security regulations and maintains the integrity of federal contracts.
    The Self Certification of Continuous Service form from the Department of Veterans Affairs is designed to confirm an individual's employment history relevant to federal service. Individuals must indicate whether they have had a break in federal service and, if so, the length of that break. Options include no break, a break of less than 60 days, a break of 60 days to less than 2 years (requiring submission of the OF 306 form), or a break exceeding 2 years or no past federal employment. The document requires the applicant to provide their name, Social Security Number, signature, and date, along with spaces for VA personnel to verify the current investigation details and risk level associated with the position. This form is crucial for processing employment applications within the VA and ensuring compliance with federal employment standards, thereby facilitating secure personnel investigations.
    The Declaration for Federal Employment (Optional Form 306) is utilized to assess a candidate's eligibility for federal and federal contract employment. It collects personal information, including the applicant's full name, Social Security number, birth date, and citizenship status. The form also inquires about military service, criminal history, employment issues, and any relationships to current government employees, ensuring a comprehensive evaluation of the applicant's background. Key points include the requirement for truthful responses, with false statements leading to potential disqualification or penalties. The Privacy Act Statement clarifies the legal authority for collecting this information and outlines routine uses, ensuring data protection and appropriate handling. The completion process may take an estimated 5 to 30 minutes, reflecting necessary care in providing accurate information. Ultimately, this form plays a critical role in the federal hiring process, safeguarding the integrity and security of federal positions while complying with legal standards and regulations related to employment eligibility.
    The document is an Authorization for Release of Information issued by the Department of Veterans Affairs (VA) under the Fair Credit Reporting Act. It grants the VA permission to obtain an individual's credit reports from consumer agencies for employment-related purposes. The document outlines that such credit checks are part of an investigation to assess a candidate's fitness for federal employment. It clarifies that any adverse action based on the credit report will not involve the reporting agency in the decision-making process. The authorization remains valid for five years or until the individual’s affiliation with the VA ends. Individuals are required to provide personal information, including their signature, and understand that the information may be shared with other federal agencies as necessary for official use. The purpose of this document is to ensure compliance with federal regulations regarding employment suitability assessments in government roles while protecting the confidentiality of credit information used in these assessments.
    The document outlines the requirements and sections of the VHA Service Center PIV Sponsorship Form #3 utilized by the Department of Veterans Affairs. This form is necessary for contractors and employees seeking personnel security clearance, ensuring that all relevant personal information is collected for processing. Key details requested include the individual's full legal name, date of birth, social security number, citizenship status, assigned duty station, and personal characteristics such as gender, race, height, weight, hair, and eye color. Additional data required includes the position title, contractor company name, and company address. The structure of the form emphasizes a comprehensive data collection process to facilitate the secure management of personnel working within the Veterans Affairs system. This underscores the organization's commitment to maintaining stringent personnel security protocols as a part of broader federal efforts regarding personnel management and compliance.
    The document is a Contractor Certification form, emphasizing compliance with the Immigration and Nationality Act of 1952 and related regulations for services provided to the Department of Veterans Affairs (VA). Contractors must ensure that they do not employ or subcontract Non-Citizens who lack eligibility to work in the United States. They are also required to adhere to E-Verify requirements and any credentialing or background checks mandated by the VA. Non-compliance may lead to the prohibition of unauthorized Non-Citizens from VA-related services and could result in contract termination. The Contractor must secure a similar certification from subcontractors and agrees to hold the VA harmless for any consequences arising from the removal of Non-Citizen workers. The document concludes with a warning regarding false certifications, indicating potential legal prosecution. This certification plays a critical role within the framework of federal contracting, particularly in mainstay sectors such as healthcare, where adherence to immigration laws directly impacts the integrity of service provision to veterans.
    The document outlines the requirements for contractors interested in providing services to the Department of Veterans Affairs (VA) in two geographic areas: Maryland/Washington D.C. and West Virginia. Proposals must be independently submitted for each area, as failure to do so may result in non-responsiveness. The VA Maryland Health Care System and VA Washington, D.C. Health Care System are the primary locations in Maryland, while the VA West Virginia Medical Centers encompass multiple facilities in that state. The submission of proposals is linked to specific seed projects, which serve as evaluation references but will not result in awards for those specific projects. Contractors are reminded to closely adhere to submission guidelines, ensuring complete and independent packages for consideration. This solicitation reflects a structured approach to streamline contracting processes for infrastructure enhancements within VA medical facilities, emphasizing the importance of compliance and thorough proposal preparation.
    The document outlines a competitive source selection process for multiple awards under the government RFP, specifically targeting hospital construction projects. Key evaluation criteria prioritize technical factors such as Previous Experience, Past Performance, Safety & Infection Control, Key Personnel, and Quality Control, significantly outweighing price considerations. While price proposals will be evaluated for reasonableness, the Government reserves the right to select higher-priced offers if their technical value is deemed superior. Offerors are required to submit proposals comprising three parts: Technical (Volume I), Past Performance (Volume II), and Price Proposal (Volume III). Each offer must demonstrate recent relevant experience and provide detailed information about their workforce, quality control measures, safety protocols, and risk assessment. Proposals must be sent via email only, adhering strictly to submission deadlines, with late submissions being disqualified. The Government aims to award 5 to 10 contracts specifically to Service-Disabled Veteran Owned Small Businesses (SDVOSB), reinforcing its commitment to veteran businesses in federal contracting. The document stresses the importance of delivering complete and compliant proposals to avoid non-responsiveness, signaling a thorough evaluation process guided by objectivity, though inherently subjective in practice.
    The document is a Request for Information (RFI) from the U.S. Department of Veterans Affairs, designated by the reference number 36C24524R0024. It invites submissions from companies seeking to provide information related to an unspecified project or need. Individuals interested in responding are instructed to detail their request, including any specific questions, and to direct all inquiries to the designated contracting officer via the provided email address. The RFI format includes sections for capturing relevant details and allows for systematic submission of inquiries or proposals, aimed at facilitating transparency and engagement with potential vendors. This RFI highlights the VA's ongoing efforts to engage with industry stakeholders in addressing its operational or project-specific needs.
    The Department of Veterans Affairs (VA) has issued a Request for Proposal (RFP) for a Construction Services Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at maintenance, repair, and construction projects within the Veterans Integrated Service Network (VISN) and Network Contracting Office (NCO) 5, covering Maryland, the District of Columbia, and West Virginia. This solicitation is exclusively set aside for Service Disabled Veteran Owned Small Businesses (SDVOSBs) in compliance with Public Law 109-461, and anticipates awarding 5-10 contracts. The performance period for the contracts is five years with a guaranteed minimum amount of $2,500 and a maximum limit of $1,000,000 per task order. The RFP notes that funds are not currently available and awards will only be made when funding is secured. Offerors must maintain a current SAM registration and be listed in VETBIZ.GOV. Additionally, offerors are encouraged to ensure compliance with various employment equity, wage determinations, and the Buy American Act related to materials utilization. A site visit is available upon request, and all proposals must adhere to the submission guidelines outlined in the document.
    The file pertains to the selection criteria for an RFP concerning hospital construction contracts under the MATOC 2 Network Contracting Office. It emphasizes the need for offerors to demonstrate relevant experience, including managing multiple trades in hospital construction projects valued between $2,000 and $1 million within the last five years. Evaluations will consider previous performance, safety protocols, and the qualifications of key personnel, including a project manager and site superintendents. Additionally, the offerors must submit a Quality Assurance/Quality Control plan and demonstrate compliance with OSHA safety training and ASHE certification standards. The evaluation will employ a rating system ranging from excellent to unacceptable, based on the comprehensiveness and understanding of the requirements presented by the offerors. This document underscores the government's commitment to ensuring that contractors meet high standards of expertise and performance in healthcare construction projects, thereby ensuring public safety and regulatory conformity.
    The document outlines the VA Notice of Limitations on Subcontracting for services and construction, as mandated by 38 U.S.C. 8127(l)(2). It requires offerors to certify compliance with subcontracting limitations based on the predominant NAICS code of the contract. Specifically, if awarded a contract, SDVOSB (Service-Disabled Veteran-Owned Small Business) and VOSB (Veteran-Owned Small Business) contractors must adhere to specific percentage limits: 50% for services, 85% for general construction, and 75% for special trade construction, excluding costs of materials. Offerors acknowledge that false certifications can lead to serious penalties. Contractors must provide documentation to demonstrate compliance upon request by the VA, and failure to do so can lead to remedial actions. The certification form must be completed and submitted with the bid, as submissions lacking this certification will be deemed ineligible. This clause aims to ensure that veteran-owned businesses receive a fair share of federal contracting opportunities and maintain integrity in the procurement process.
    Lifecycle
    Title
    Type
    Z1DA--NCO5 - MATOC II
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    AE MATOC IDIQ (NCO 22) SOLICITATION
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for an Architect-Engineer (A/E) Multiple Award Task Order Contract (MATOC) under the AE MATOC IDIQ (NCO 22) Solicitation. The contract aims to provide multi-discipline design services for various projects across Veterans Integrated Service Network 22, which includes facilities in Arizona, New Mexico, and Southern California, with a total contract value anticipated not to exceed $45 million over a five-year period. The selected firms will be responsible for a range of services, including planning, design, environmental studies, and construction management, ensuring compliance with federal guidelines and standards. Interested parties must submit their proposals electronically by October 7, 2024, and direct any inquiries to Erin Watson at erin.watson3@va.gov.
    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-- Construction Renovate Outpatient Pharmacy and HVAC, Mather 612A4-19-016
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of the outpatient pharmacy and HVAC systems at the VA Northern California Healthcare System in Mather, California. This project aims to upgrade the existing pharmacy space to enhance operational efficiency and workflow, addressing critical deficiencies in plumbing and mechanical systems while providing a state-of-the-art facility for patient care. The anticipated contract value is between $5 million and $10 million, with a performance period of approximately 426 calendar days from the notice to proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must be registered in the System for Award Management (SAM) and verified by the SBA's VetCert program, with proposals due following the solicitation release on or about August 29, 2024. For further inquiries, contact Rosario Chaidez at Rosario.chaidez1@va.gov or call 916-923-4548.
    Restricted MATOC Task Order Request for Proposal (RFP) W912HP-24-R-3988, MCRC Waco Whole Center Renovation (WCR)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Charleston, is soliciting proposals for a Restricted MATOC Task Order Request for Proposal (RFP) W912HP-24-R-3988, focused on the renovation of the MCRC Waco Whole Center. This project aims to enhance the facility's infrastructure, aligning with the standards for commercial and institutional building construction, as indicated by the NAICS code 236220. The renovation is crucial for maintaining operational efficiency and supporting the mission of the center. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) are encouraged to participate, with further details available by logging into the PIEE portal and searching for the RFP number. For inquiries, potential bidders can contact Walter Gordon at WALTER.L.GORDON@USACE.ARMY.MIL or call 843-329-8157.
    Z2NB--MAU Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 23, is seeking proposals for the MAU Replacement project, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement involves facilities support services, particularly focusing on the repair or alteration of heating and cooling plants, as indicated by the Product Service Code Z2NB and NAICS code 561210. The initiative underscores the government's commitment to engaging veteran-owned enterprises in fulfilling essential service needs. Interested parties must respond to the solicitation number 36C26324Q0547 by the specified deadline, and for further inquiries, they can contact Senior Contracting Officer Jesse M. Sweesy at Jesse.Sweesy@va.gov or by phone at 605-347-2511 x16724.
    Topeka VAMC JOC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract (JOC) for the Colmery-O'Neil VA Medical Center located in Topeka, Kansas. This contract aims to provide expedited procurement capabilities for non-complex general construction services, including maintenance, alterations, and repairs of buildings and structures, with a maximum contract value of $20 million over a five-year period. Contractors must demonstrate relevant experience and qualifications, adhering to strict evaluation criteria, including past performance and safety compliance, as outlined in the solicitation documents. Proposals are due by October 6, 2024, and interested parties should direct inquiries to Gislaine Dorvil at Gislaine.Dorvil@va.gov or Arnold Payne at arnold.payne@va.gov.
    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.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    655-20-202 Atrium Renovation Bldg 22
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a comprehensive renovation of the atrium in Building 22 at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan. The primary goal is to enhance the atrium's functionality, aesthetics, and safety while ensuring the medical center remains fully operational during the construction process. Opportunity Overview This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, seeks to procure construction services for interior and exterior upgrades. The VA aims to award a firm-fixed-price contract with an estimated value of $45 million. Scope of Work The scope of work is divided into two phases and encompasses general construction, architectural adjustments, mechanical and electrical work, and finishes. Phase 1 includes: Installing exterior construction barriers and a gate Constructing temporary walls Selective demolition of existing interior elements Building an exterior canopy, sidewalk, and repairing pavement Constructing new interior walls and architectural elements Phase 2 requires: Demolishing the temporary construction wall Removing and replacing all flooring finishes The project has strict deadlines, mandating completion within 120 days of the notice to proceed. Contractors must adhere to detailed plans and specifications outlined in drawings and documents. Key Requirements Contractors must comply with OSHA and EPA regulations, attend a mandatory site visit, and meet small business size standards. They are responsible for providing a detailed project schedule, adhering to phasing plans, and ensuring compliance with strict safety and security protocols. Additionally, the installation of a HILTI firestop system is a critical requirement to maintain the Joint Commission accreditation. Eligibility Criteria Applicants for this SDVOSB set-aside must be verified in the VetCert registry. The VA will prioritize contractors with strong safety records, past performance, and experience in construction projects. Funding and Contract Details The estimated funding available for this project is $45 million. The contract type is a firm-fixed-price contract, and the solicitation document is Solicitation No. 36C25024B0058. Submission Process Interested parties should submit their applications by the deadline on July 31, 2024, at 11:30 a.m. EDT. The submission process includes a mandatory bid guarantee and performance bonds. The VA encourages contractors to ask questions prior to the deadline, with responses provided via amendments. Evaluation Criteria The VA will evaluate applications based on several factors. The primary evaluators are the contractor's safety records, past performance, and price. Technical aspects, including the technical approach, experience, and cost effectiveness, will also be considered. Contact Information For further clarification or questions, interested parties can contact Christina Shockey at Christina.Shockey@va.gov. Important Dates Key dates include a site visit scheduled for July 9, 2024, and the submission deadline on July 31, 2024.
    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.