Y1DA--679-21-102 | Correct Failing Sanitary Sewer, Water Main, and Fire Protection Deficiencies
ID: 36C24725R0044Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

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 from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to address deficiencies in the sanitary sewer, water main, and fire protection systems at the Tuscaloosa VA Medical Center in Alabama. The project, designated as number 679-21-102, involves comprehensive construction efforts to correct and enhance existing infrastructure, ensuring compliance with VA standards and safety protocols. This initiative is critical for maintaining reliable utilities essential for the center's operations and reflects the VA's commitment to improving facilities for veterans. Proposals are due by March 19, 2025, and interested contractors should contact Contract Specialist Gregory R. Snyder at gregory.snyder@va.gov or 762-333-4273 for further details.

    Point(s) of Contact
    Gregory R SnyderContract Specialist
    (762) 333-4273
    gregory.snyder@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs (VA) issued a Request for Proposal (RFP) for Project 679-21-102, focused on correcting failing sanitary sewer, water main, and fire protection deficiencies at the VA Medical Center in Tuscaloosa, Alabama. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to begin work within 30 calendar days following award, completing it within 365 days. A site visit is scheduled for February 11, 2025, to assess the project location. Key requirements include project registration with the System for Award Management (SAM) and compliance with VA regulations, specifically concerning safety and environmental standards. The proposal evaluation will consider past performance and price, with past performance being prioritized. Offerors must submit documentation, including a price schedule, references demonstrating relevant project experience, and certifications confirming their SDVOSB status. The contract will be firm-fixed-price and requires specific bonding procedures, including performance and payment bonds. Invoicing must comply with federal regulations, ensuring contractors understand and adhere to all stipulated guidelines to avoid disqualification. This RFP underscores the VA's commitment to utilizing veteran-owned businesses while maintaining rigorous standards for construction services.
    The Department of Veterans Affairs issued a presolicitation notice for Project 679-21-102, aimed at correcting deficiencies in the sanitary sewer, water main, and fire protection systems at the Tuscaloosa, AL VA Medical Center. This acquisition is exclusively for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Proposals must adhere to specific VA guidelines and certifications, including limits on subcontracting. The project entails a firm fixed-price construction contract estimated between $5 million and $10 million, with completion expected within 365 days of the Notice to Proceed. The contractor is responsible for all necessary materials and labor to repair or upgrade existing piping systems, complying with safety regulations and applicable codes. A pre-proposal site visit will be announced in the forthcoming solicitation, which will be posted around January 15, 2024, on the SAM website. This procurement utilizes a Trade-Off Source Selection process, emphasizing best value for the government. The notice underscores the importance of veteran participation in federal contracting opportunities and highlights regulatory compliance for the project’s execution.
    The document is an amendment related to a solicitation issued by the Department of Veterans Affairs, specifically from the VISN 7 Network Contracting Activity. Its purpose is to inform all offerors of updates made to the original solicitation, particularly the inclusion of a Site Visit Attendance Sheet and revisions in the Past Performance requirements mentioned in section 2.3 of the solicitation. Key changes are highlighted in the attached documents, with the amendment indicating the necessary steps for acknowledgment of these modifications. Offerors are required to confirm receipt of this amendment before the specified deadline to avoid rejection of their proposals. The Contracting Officer, Joyce Powers, oversees the amendment process, ensuring all terms and conditions remain unchanged except for the specified modifications.
    This government document is an amendment to a Request for Proposal (RFP) issued by the Department of Veterans Affairs (VA), specifically under the VISN 7 Network Contracting Activity. The amendment serves to extend the deadline for proposers to submit their bids for the solicitation numbered 36C24725R0044. The new deadline is set for March 19, 2025, at 1:00 PM EDT. The extension is provided to allow the VA sufficient time to address Requests for Information (RFIs) that have been submitted. It is indicated that answers to these RFIs will be communicated in a separate amendment to the original solicitation. The document emphasizes the importance of contractors acknowledging receipt of the amendment and complying with the revised proposal submission timeline. Overall, this amendment reflects standard practices in government contracting where deadlines may be adjusted to ensure all interested parties have access to necessary information prior to submitting their proposals, thus promoting a fair competitive bidding process.
    The presolicitation notice outlines the upcoming procurement for construction services aimed at correcting deficiencies in sanitary sewer, water main, and fire protection systems at the Tuscaloosa, AL VA Medical Center. This project, identified as 679-21-102, is exclusively set aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated value between $5,000,000 and $10,000,000, with a completion timeline of 365 days post-award. Contractors must comply with specific VA clauses regarding subcontracting limitations and certification requirements. The work involves repairs, upgrades, and improvements to existing water and fire systems, adhering to various safety codes (NFPA, EPA, NEC). The formal request for proposals (RFP) is expected to be available around January 15, 2025, and will be accessible through the SAM website. A pre-proposal site visit will also be scheduled, with additional details to follow in the solicitation. This initiative highlights the government’s commitment to engaging veteran-owned businesses in fulfilling federal construction contracts while addressing critical infrastructure needs at VA facilities.
    The document outlines the evaluation and proposal submission process for a Federal Request for Proposal (RFP) under FAR regulations. It emphasizes electronic submissions, stipulating a limit of 10 MB per email and requiring confirmation of receipt. Proposals must adhere to a specified format and include various essential documents such as past performance references, price breakdowns, and safety certifications. Past performance is weighted significantly more than price in evaluations, focusing on recency, relevancy, and contractor management effectiveness. The evaluation will assess contractors' abilities based on previous work related to the scope of this RFP, specifically addressing construction deficiencies. Price proposals will be evaluated for reasonableness, and the government reserves the right to award contracts based on the best overall value rather than solely the lowest price. Compliance with Service-Disabled Veteran-Owned Small Business (SDVOSB) certification and safety records is also crucial for eligibility. The document reinforces the government's commitment to selecting capable contractors while ensuring transparency and accountability throughout the procurement process.
    The document is an RFP attachment requiring contractors to submit information regarding their safety and compliance records as part of a solicitation process. Specifically, it outlines the need for contractors to complete the Experience Modification Rate (EMR) form, detailing their company name, contact information, and pertinent safety statistics from OSHA 300 Forms for the years 2022 to 2024. The key data requested includes the number of man hours worked, cases with days away from work, and the DART rate. Contractors must also disclose any serious or repeat OSHA violations incurred in the last three years, where four serious or one repeat/willful violation could disqualify them from the contract. Additionally, the form asks for a three-year EMR history, which will be reviewed alongside government inspection data from OSHA and EPA databases to assess eligibility for the proposal. This detailed inquiry aims to ensure that contractors meet mandatory safety standards and demonstrate a commitment to maintaining a safe working environment.
    The document outlines the Request for Proposal (RFP) for correcting deficiencies in the sanitary sewer, water main, and fire protection systems at the Tuscaloosa Veterans Affairs Medical Center (VAMC) in Alabama. The project, scheduled for completion by December 29, 2023, is under Project Number 679-21-102 and involves comprehensive construction documentation. Key elements include safety requirements, site preparation, and adherence to VA specifications. Contractors are mandated to coordinate with the Medical Center to minimize disruption to ongoing operations, ensure compliance with VA security management protocols, and maintain utility services throughout the construction period. The contractor must submit detailed project schedules, conduct pre-tests of systems, and provide maintenance manuals for installed equipment. Additionally, the document emphasizes environmental considerations, requiring adherence to the National Pollutant Discharge Elimination System (NPDES) permit regulations and managing any hazardous materials appropriately. The project reflects the federal government’s commitment to improving infrastructure for veterans while maintaining operational integrity and safety standards during construction activities at the medical facility.
    The document outlines the VA's Notice of Limitations on Subcontracting and the associated Certificate of Compliance required for services and construction contracts as per 38 U.S.C. 8127. It mandates that successful offerors must adhere to specific subcontracting limitations based on the type of contract awarded, including thresholds of 50% for services, 85% for general construction, and 75% for special trade construction, all concerning the total payments received from the government. Non-compliance risks severe penalties, including referral for debarment or criminal prosecution. Offerors must provide necessary documentation to demonstrate compliance throughout the contract's duration. Furthermore, the certification must be signed and submitted with bids to be eligible for consideration. The document emphasizes the importance of maintaining the integrity of the contracting process, particularly regarding the engagement of Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs), to ensure that federal resources support these designated entities appropriately.
    The Past Performance Questionnaire (PPQ) is a critical component of RFP 36C24725R0044, which aims to address deficiencies in sanitary sewer systems, water mains, and fire protection. Offerors must submit this questionnaire with their proposals, providing client references to evaluate their past performance. The form consists of multiple sections, including an Offeror Information section, an Evaluation form for clients to rate contractor performance across various criteria (such as compliance, management effectiveness, and responsiveness), and an area for additional comments. Evaluators are asked to provide numerical ratings ranging from 1 (unacceptable) to 5 (superior) for specific performance aspects and state whether they would recommend the contractor again. This structured feedback mechanism assists the government in assessing a contractor's reliability and capability for future projects, ensuring high standards in public contracts and fostering accountability in the industry.
    The document serves as a Cost/Price Breakdown Worksheet associated with Solicitation No. 36C24725R0044 for a construction project. It outlines various divisions of work, each requiring detailed material and labor cost estimates. The divisions include General Requirements, Existing Conditions, Concrete, Metals, Wood and Plastic, Finishes, Thermal and Moisture Protection, Openings (Doors and Windows), Specialties, Equipment, Furnishings, Special Construction, Fire Suppression, Plumbing, Electrical, Heating, Ventilating and Air Conditioning (HVAC), and Communications. Each division requires a calculation of total materials and labor costs, culminating in a comprehensive proposal that factors in overhead, profit, bonds, and insurance. This structured approach ensures clarity in pricing for government project requirements, promoting transparency and enabling effective budget management. It is a standard part of the federal RFP process, facilitating comparative analysis of bids to ensure cost-effectiveness and adherence to project specifications. The document emphasizes the necessity for detailed calculations to ascertain accurate funding requests and fiscal accountability in government-funded projects. By organizing costs into distinct divisions, it aids in financial evaluation and management within the context of federal grants and procurement processes.
    The document presents the General Decision Number AL20250098 for building construction projects in Tuscaloosa County, Alabama, outlining wage determinations under the Davis-Bacon Act. Effective from January 3, 2025, the decision supersedes the previous number and stipulates minimum wage rates for covered contracts, mandating that contractors pay at least $17.75 per hour according to Executive Order 14026 or $13.30 per hour as per Executive Order 13658. Various classifications of labor, such as skilled trades and general laborers, are detailed alongside their corresponding wage rates and fringe benefits. The document also instructs contractors on the conformance process for adding classifications not explicitly listed. An overview of appeal processes for wage determination decisions is provided, directing requests for review to the U.S. Department of Labor's Wage and Hour Division. This document serves as a crucial reference for entities involved in federal projects and grants, ensuring compliance with labor regulations and fair wage practices in the construction sector.
    The document outlines the invoicing procedures for contractors working with the Veterans Affairs (VA) under RFP 36C24725R0044. It mandates that all payments be made electronically, referring to FAR regulations for proper invoice submission. Contractors are required to use the Tungsten Network for e-invoicing, which is available free of charge after registration. Submission of electronic invoices must follow approval by designated Contracting Officer Representatives and be sent to the Veterans Affairs Financial Services Center (VAFSC). Additionally, the VA has shifted away from the VA10091 form, encouraging vendors to update their information via the Customer Engagement Portal. Contact methods are provided for assistance in setting up electronic invoicing, emphasizing support available through Tungsten Network and VAFSC. This document ensures streamlined processes and compliance with regulations, enhancing efficiency in payment transactions for VA contractors.
    The government document outlines a project aimed at correcting deficiencies in sanitary sewer, water main, and fire protection systems at the Tuscaloosa VA Medical Center, designated as project number 679-21-102. Managed by Apogee Consulting Group, the project includes extensive renovations to ensure compliance with existing safety standards and functionality. Key objectives involve the repair and replacement of failing infrastructure components using specified materials, including various sizes of PVC water lines and backflow preventers. The contractor is responsible for coordination with the VA hospital engineering office, ensuring minimal disruption during construction, and maintaining existing services until new systems are operational. Detailed specifications are provided for all construction activities, including site planning, environmental controls, and adherence to local, state, and federal laws regarding construction and healthcare facility operations. The project necessitates careful excavation practices, the management of existing trees and landscaping, and the provision of erosion control measures. Overall, this initiative reflects the VA's commitment to maintaining quality healthcare facilities by ensuring that essential infrastructure is up to date and capable of supporting the needs of both staff and patients.
    The document outlines a project proposal for the Tuscaloosa VA Medical Center aimed at addressing deficiencies in sanitary sewer, water main, and fire protection systems. The initiative includes the correction and enhancement of existing infrastructure across various facilities, ensuring compliance with VA standards and safety protocols. Essential components involve the installation of new water lines, valves, and fire protection mechanisms, necessitating coordination with local engineering offices. Detailed site plans, including a water line layout and area of work, highlight significant buildings like the Auditorium, Nursing Home Care Unit, and multiple administrative spaces. There are provisions for the removal and reconstruction of sidewalks, fencing, and landscaping affected by the construction. Safety measures, proper material handling, and adherence to regulations are emphasized throughout the construction process. This project symbolizes the VA's commitment to improving its facilities and services for veterans while prioritizing operational efficiency and safety. The overall aim is to modernize and ensure the reliability of essential utilities critical to the center's operations.
    The document outlines a project for the correction of sanitary sewer, water main, and fire protection deficiencies at the Tuscaloosa VA Medical Center, referenced as project number 679-21-102. It includes detailed engineering plans created by Apogee Consulting Group, covering the installation of various water lines, valves, and related operational structures. The plans specify the types of materials to be used (e.g., C900 and PE water lines), as well as construction methods like jack and bore for laying water lines. Key points of the project emphasize the obligation for contractors to restore any affected sidewalks, road pavements, and landscaping to their original conditions, effectively minimizing disruption. Certain specifications for contaminant management, including the installation of backflow prevention assemblies, are highlighted to ensure public safety. The document also contains multiple construction notes regarding coordination with VA engineering offices and the requirement for compliance with established safety standards throughout the process. Overall, this project showcases the VA's commitment to upgrading facilities to meet modern health and safety standards while addressing infrastructure deficiencies systematically.
    Similar Opportunities
    Y1BG--EHRM Construction Infrastructure Upgrades - 679-20-104 -Tuscaloosa VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the EHRM Construction Infrastructure Upgrades project at the Tuscaloosa VA Medical Center, with the intent to award a Firm-Fixed-Price contract. This project involves comprehensive upgrades, including the demolition of the existing Greenhouse Building 101, construction of a new Data Center Building 151, and the establishment of a fiber duct bank network, alongside enhancements to electrical systems, HVAC, communication networks, and physical security. The initiative is crucial for improving healthcare infrastructure and operational efficiency at the facility, with a total estimated construction cost ranging from $20 million to $50 million and a performance period of approximately 730 days following the notice issuance. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by March 14, 2025, and can direct inquiries to the primary contact, Contract Specialist Sadaya Brittian, at Sadaya.Brittian@va.gov or (216) 447-8300.
    Replace Sewer Lift Pump in Building 12 | Project No. 619A4-23-111.
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified contractors to replace the sewer lift pump in Building 12 at the Tuskegee VA Medical Center in Alabama, under Project No. 619A4-23-111. The project involves the removal of an outdated pump, originally installed in 1923, and the installation of a new duplex sewage system designed to enhance reliability and service continuity, particularly under emergency conditions. This initiative is critical for maintaining uninterrupted sewage service to multiple connected buildings, reflecting the VA's commitment to ensuring operational efficiency and compliance with regulatory standards for veteran care facilities. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by March 28, 2025, with a performance period of 90 days post-award; for further inquiries, contact Kimberly Devlin at kimberly.devlin@va.gov or Joseph Osborn at Joseph.Osborn@va.gov.
    679-22-106 Replace HVAC Various Buildings
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of HVAC systems in various buildings at the Tuscaloosa VA Medical Center in Alabama. The project aims to enhance the heating, ventilation, and air conditioning systems to ensure compliance with safety and quality standards while minimizing disruptions to patient care operations. This initiative reflects the government's commitment to improving healthcare environments for veterans and supporting veteran-owned businesses in federal contracting. Interested contractors must submit their proposals by April 10, 2025, and can direct inquiries to William Barton at william.barton2@va.gov or Joyce Powers at joyce.powers1@va.gov.
    Z1DZ--619-20-103 | Correct FCA Deficiencies in Boiler Plant, Building #14
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the construction project titled "Correct FCA Deficiencies in Boiler Plant, Building 14" located in Montgomery, Alabama. The objective of this procurement is to address identified deficiencies in the boiler plant through comprehensive renovations, including the replacement of outdated systems and ensuring compliance with safety and operational standards. This project is crucial for enhancing the infrastructure of healthcare facilities dedicated to veterans, thereby improving service delivery and operational efficiency. Proposals are due by April 10, 2025, with a site visit scheduled for March 13, 2025, and inquiries accepted until March 24, 2025. Interested contractors can contact Ryan Crispin at ryan.crispin@va.gov or (706) 231-7600 for further information.
    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.
    Replace Repair Roofs for Buildings 4,15, 90, 93
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified contractors to replace and repair roofs for Buildings 4, 15, 90, and 93 at the Central Alabama Veterans Health Care System in Tuskegee, Alabama. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 185 calendar days, with an estimated project cost ranging from $1 million to $5 million. The procurement emphasizes the importance of quality and past performance over price, ensuring that the facilities meet safety and efficiency standards for veterans' healthcare services. Interested contractors must submit their proposals by March 13, 2025, and can direct inquiries to William Barton at william.barton2@va.gov or Joseph Osborn at Joseph.Osborn@va.gov.
    Y1DA--521-21-106 | Medical Gas Systems
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Medical Gas Project Construction at the Birmingham VA Medical Center, aimed at upgrading and replacing aging medical gas systems to enhance operational efficiency and safety. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to adhere to strict infection control protocols and execute work during off-hours to minimize disruption in a sensitive hospital environment. The estimated contract value ranges from $5 million to $10 million, with proposals due by March 20, 2025, following a mandatory site visit on January 29, 2025. Interested contractors should contact Contracting Officer Gregory Snyder at gregory.snyder@va.gov or 762-333-4273 for further details.
    Z1DA--Project: 619-23-101 - Replace Roof Systems for Main Hospital, Building 1
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of roof systems for Building 1 at the Central Alabama Veterans Health Care System in Montgomery, Alabama. This project, designated as 619-23-101, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to address significant water damage that poses health risks and structural concerns. The contractor will be responsible for comprehensive project management, including the renovation of roofing systems, installation of fall and lightning protection, and necessary repairs to interior walls, with a performance period of 365 days and an estimated cost between $5 million and $10 million. Proposals must be submitted electronically by March 14, 2025, at 1:00 PM EST, to the Contracting Officer, Joseph A. Osborn, at JOSEPH.OSBORN@VA.GOV.
    3rd, 6th, & 8th Floor, East to West Elevator -Renovate Halls & Walls | Project: 521-25-101
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the renovation of the halls and walls on the 3rd, 6th, and 8th floors of the Birmingham VA Medical Center, under Project No. 521-25-101. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance the facility's infrastructure while ensuring compliance with health and safety regulations, including infection control and quality assurance measures. The estimated contract value ranges from $500,000 to $1,000,000, with a site visit scheduled for January 29, 2025, and a deadline for Requests for Information by February 7, 2025. Interested contractors should contact Kimberly Devlin at kimberly.devlin@va.gov or Joseph Osborn at Joseph.Osborn@va.gov for further details.
    Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of public bathrooms at the Augusta VA Medical Center, aimed at improving patient safety. This project involves comprehensive construction and alterations across seven floors, including upgrades to plumbing fixtures, lighting, and finishes, while adhering to stringent safety and security protocols due to the facility's continuous operation. The estimated contract value ranges from $1 million to $5 million, and the opportunity is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit sealed bids by March 28, 2025, with a mandatory site visit scheduled for March 4, 2025. For further inquiries, potential bidders can contact Contract Specialist Pamela R Moffitt at pamela.moffitt@va.gov.