Z2AA--FY25 NRM 459-21-101 | ACC Roof Replacement
ID: 36C26124R0076Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the ACC Roof Replacement project at the Veterans Affairs Medical Center in Honolulu, Hawaii. The procurement involves the replacement of roofing and insulation, including the removal and reinstallation of parapet caps to ensure proper flashing of the new PVC roofing. This project is crucial for maintaining the integrity and safety of facilities that serve veterans, reflecting the government's commitment to high-quality infrastructure. Proposals are due by October 8, 2024, at 3:00 PM HST, and interested parties should direct inquiries to Contract Specialist Jessica I Newman at Jessica.Newman2@va.gov.

    Point(s) of Contact
    Jessica I NewmanContract Specialist
    Jessica.Newman2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is preparing a Request for Information (RFI) regarding the replacement of the ACC Roof at the VA Pacific Islands Health Care System located in Honolulu, Hawaii. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and follows the guidelines of FAR Part 15. The relevant North American Industry Classification System (NAICS) Code is 236220, with a size standard of $45.5 million. The solicitation is expected to be posted on August 29, 2024, and will close on September 30, 2024, at 3:00 PM local time. A mandatory site visit will be scheduled, and all questions regarding the contract must be submitted via email by September 19, 2024, to avoid any telephone inquiries. Notifications regarding any changes or amendments will be posted online, emphasizing the need for bidders to stay updated. This initiative underscores the government’s commitment to utilizing small businesses while maintaining compliance with federal procurement practices.
    The document outlines a request for proposal (RFP) for the ACC Roof Replacement project (Solicitation: 36C26124R0076, Project: 459-21-101) by providing a comprehensive breakdown of construction costs across various divisions. It specifies various construction categories, such as general requirements, existing conditions, and specialized systems ranging from fire suppression to communications. Each division requires a total cost to be filled in by the authorized representative of the responding entity. Additionally, sections for bonds and insurance, overhead, profit, and a final total are included. The purpose of this form is to facilitate price analysis and ensure accurate budgeting for the project. This structured cost estimation is essential for compliance with federal grant requirements and supports the overall objective of the government’s structured procurement process.
    The document pertains to various federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs, detailing opportunities for funding and program initiatives aimed at different sectors and stakeholders. Key themes include the importance of compliance with federal requirements, adherence to timelines, and the necessity for thorough project proposals that meet specified criteria. The document also emphasizes the evaluation processes for proposals, highlighting standards for assessing eligibility, project impact, and alignment with government objectives. It outlines the procedures for submission, reporting, and the importance of outcome measurement to ensure accountability. The context underlines how these RFPs and grants play a significant role in facilitating public-private partnerships and driving innovation across a variety of sectors, contributing to public welfare and community development. Overall, the document serves as a guide for potential applicants to navigate the complexities of government funding opportunities successfully.
    The document outlines a series of requests for proposals (RFPs) from federal, state, and local governments, emphasizing the importance of compliance with specified guidelines. It primarily serves as a guide for potential contractors and applicants seeking grants or contracts. Key topics include the need for detailed proposals that align with project objectives and requirements, including aspects such as budgeting, timelines, and performance indicators. Overall, the document stresses the necessity for accurate and thorough documentation to support funding applications and proposals. It provides insight into evaluation criteria, points of contact, and agency priorities, facilitating a common understanding among stakeholders. By detailing these parameters, the document aims to promote transparency and efficiency in the procurement process, ensuring that selected proposals effectively meet government needs and objectives. Ultimately, it underscores the commitment of government agencies to uphold standards in public proposals and grants.
    The document outlines a construction project aimed at replacing the roofing and insulation at the VA Pacific Islands Health Care System facility in Honolulu, HI. The project involves removing and reinstalling parapet caps to ensure proper flashing of the new PVC roofing. It specifies requirements for contractor staging, material storage, and deliveries, underscoring the importance of coordination with the VA's Contracting Officer’s Representative (COR). Safety measures regarding the storage of materials on medical center property must be strictly followed, with specified locations for contractor activities provided. Additionally, a new galvanized steel fixed ladder will be installed, with its final position to be confirmed in coordination with the COR. The detailed plans and specifications underscore compliance with construction safety standards and VA regulations, reflecting the government's commitment to maintaining high-quality infrastructure for veteran healthcare facilities.
    The solicitation document for the "36C26124R0076 – ACC Roof Replacement" project specifies the guidelines for submitting inquiries regarding the proposal. It states that telephone requests for information will not be accepted; instead, inquiries must be sent via email to Craig Armstrong at a provided address. The document includes a structured template for companies to fill out when submitting questions, asking for essential details such as the company name, person submitting the question, date of inquiry, phone number, and the inquiries themselves. The focus of this document is on facilitating communication regarding the roof replacement project by laying out clear protocols for question submissions. This approach ensures that all inquiries are documented and managed efficiently within the scope of federal contracting procedures.
    This document is a site visit log associated with the Request for Proposal (RFP) No. 36C26124R0076 for the Acute Care Clinic (ACC) Roof Replacement project at the Veterans Affairs Medical Center in Honolulu. The site visit is scheduled for September 10, 2024, with all proposals due by September 30, 2024. Key participants in the site visit include personnel from Panacea Construction and their subcontractors, with a primary focus on adhering to safety protocols during the visit. The log lists various representatives from different companies, including their roles (prime or subcontractor), contact information, and compliance requirements. This initiative is part of a broader effort to ensure comprehensive roof replacement work, highlighting the federal government's commitment to maintaining the integrity and safety of its facilities. The log serves as a record for participants and holds importance for proper engagement in the bidding process.
    The document comprises federal wage determinations relevant to construction projects in Hawaii and Nevada, under the Davis-Bacon Act. In Hawaii, a general decision number HI20240001 outlines wage rates applicable to various construction types statewide from May 17, 2024, with minimum pay dictated by Executive Orders 14026 and 13658. Workers on federal contracts must earn at least $17.20 per hour in 2024 if contracts are initiated or extended after January 30, 2022, while older contracts require a minimum of $12.90 per hour. Conversely, Nevada's general decision number NV20240029, effective April 12, 2024, emphasizes building construction wages specifically within Churchill County. Similar to Hawaii, it mandates a $17.20 hourly minimum for applicable workers under new or renewed contracts. The document details wage rates for various skilled labor classifications, including carpenters, electricians, laborers, and specialized operators. Overall, the purpose is to establish prevailing wage rates and labor standards for federally funded construction projects, ensuring fair compensation and compliance with established worker protections. The structured presentation captures wage classifications, rates, and specific notes on enforcement, addressing both local and federal contractors involved in major construction projects.
    Lifecycle
    Similar Opportunities
    Z1DA--PROJECT 546-24-119, Bid-Build (BB) Replace Roof in Building 7 at Miami VAHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for Project 546-24-119, which involves replacing the roof of Building 7 at the Miami VA Healthcare System. The project requires comprehensive construction services, including labor, materials, and supervision, with a focus on utilizing environmentally preferable products and ensuring compliance with the Buy American Act. This initiative is critical for maintaining the structural integrity and safety of the facility, with an estimated project cost between $1 million and $2 million and a target completion period of 240 calendar days after the notice to proceed is issued. Interested vendors must be registered in the System for Award Management (SAM) and are advised to await the official Request for Proposal (RFP), expected to be posted around September 26, 2024; for further inquiries, contact Aldwyn Singleton at Aldwyn.Singleton@va.gov or Michael Zorzi at michael.zorzi@va.gov.
    CFA Kitchen Renovation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the CFA Kitchen Renovation project at the Spark M. Matsunaga VA Medical Center in Honolulu, Hawaii. The project aims to upgrade kitchen facilities to meet current VA design standards and local building codes, including the replacement of outdated kitchen equipment, ventilation systems, and modifications to the existing space to enhance functionality and safety. This renovation is crucial for improving the healthcare environment provided to veterans, ensuring that kitchen services remain operational throughout the construction period. Interested contractors, particularly those under the Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, must submit proposals by the specified deadlines, with a project budget estimated between $750,000 and $1,500,000. For inquiries, contact Kristin Kennedy at kristin.kennedy1@va.gov or (925) 372-2039.
    589A5-22-106, REPLACE BLDG4 HVAC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of the HVAC system in Building 4 at the Colmery-O'Neil VA Medical Center in Topeka, Kansas. The project requires comprehensive construction services, including the removal and installation of HVAC infrastructure, with a focus on minimizing disruptions to ongoing operations within the facility. This initiative is critical for enhancing the medical center's operational efficiency and ensuring a safe environment for veterans and staff. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a construction magnitude exceeding $10 million and a performance period of 540 calendar days following the Notice to Proceed. Interested contractors must submit their proposals by the specified deadlines and can direct inquiries to Arnold Payne at arnold.payne@va.gov or by phone at 913-946-1124.
    Z1DA--650-CSI-3516 Renovate Upgrade Angio OR Suite Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation and upgrade of the Angio Operating Room Suite at the Providence VA Medical Center in Rhode Island. The project involves comprehensive construction activities, including demolition, installation of new systems, and adherence to strict safety and infection control standards, with a completion timeline of 240 days from the notice to proceed. This initiative is crucial for enhancing healthcare infrastructure and ensuring optimal operational efficiency in providing care to veterans. Interested contractors should direct inquiries to Contract Specialist Kathleen I. Mills at kathleen.koseoglu@va.gov, with proposals due by January 31, 2024.
    Z2DA--Replace Boiler #2 and Correct Deficiencies at Boiler Plant
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of Boiler 2 and the correction of deficiencies at the VA Caribbean Healthcare System in San Juan, Puerto Rico. This project involves comprehensive construction services, including the installation of a new 350 HP firetube boiler, while ensuring that at least two operational boilers remain functional throughout the construction process. The initiative is critical for maintaining the facility's operational capacity and safety standards, reflecting the VA's commitment to modernizing its infrastructure for optimal healthcare delivery to veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by the specified deadlines, with the contract performance period set for 1,095 days. For further inquiries, potential bidders can contact Contracting Officer Ana G Alvarado at ana.alvarado@va.gov.
    J045--HVAC Systems - NWI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for HVAC system services at the Omaha VA Medical Center to prepare for the upcoming winter season. The procurement, identified by solicitation number 36C26324Q1176, involves evaluating, repairing, and replacing HVAC components, particularly focusing on air handlers and rooftop units to ensure operational efficiency and patient comfort. This total small business set-aside contract, valued at approximately $19 million, requires contractors to comply with federal regulations and submit their quotes by September 18, 2024, at 10:00 AM CST. Interested contractors should direct technical inquiries to Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov.
    J041--Cooling Towers Maintenance and Repairs Tiered Evaluations
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for Cooling Towers Maintenance and Repair Services at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The procurement involves comprehensive preventive maintenance, inspections, and emergency repairs for twelve cooling tower units, ensuring operational efficiency and compliance with safety regulations. This initiative is crucial for maintaining the healthcare infrastructure that supports veterans, reflecting the government's commitment to high-quality service delivery. Interested vendors must submit their quotes by September 19, 2024, at 3:00 PM Atlantic Standard Time, and can direct inquiries to Contracting Officer Wilfredo Perez at wilfredo.perez3@va.gov or by phone at 939-759-6783.
    HI ANG Mega Door Repair B3428
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the repair of the Megadoor systems at Building 3428 located at the Hawaii Air National Guard campus in JBPHH, Hawaii. The contractor will be responsible for providing all necessary personnel, equipment, and quality control to perform repairs, which include replacing rusted mullion chains, upgrading man door switches, and replacing control panel stop buttons and a phase monitor. This project is crucial for maintaining operational functionality of the facility's infrastructure and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost ranging from $100,000 to $250,000. Interested contractors must submit proposals by September 20, 2024, following a pre-proposal conference on September 11, 2024, and can contact Clesson Paet at clesson.k.paet.civ@army.mil for further information.
    Z1DZ--509 Window Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the "509 Window Replacement" project at the Central Virginia VA Health Care System in Richmond, Virginia. This project requires a qualified contractor to furnish all necessary tools, labor, and materials to replace windows in Building 509, with a completion timeline of 45 calendar days following the Notice to Proceed. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238150, with an estimated contract value between $25,000 and $100,000. Interested contractors should register on the SAM.gov website to access the solicitation documents, which are expected to be released around October 1, 2024, and can contact Contract Specialist Donteana Gibbs at donteana.gibbs@va.gov or 757-251-4109 for further information.
    Y1DA-- 650-345 Expand and Renovate Space for New MRI (VA-25-00001326) (VA-25-00001326)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Firm-Fixed-Price contract to expand and renovate space for a new MRI at the Veterans Affairs Medical Center located in Providence, Rhode Island. The project involves comprehensive site preparation, including demolition, construction, and installation of various systems such as HVAC, electrical, plumbing, and fire safety, with work expected to occur outside of normal operating hours due to the facility's 24/7 status. This construction initiative is crucial for enhancing medical services provided to veterans, with a contract value estimated between $10 million and $20 million. Interested small businesses must submit inquiries in writing to both Contract Specialist Kathryn Allison and Contracting Officer Dean W. Flanders, with the solicitation anticipated to be issued around October or November 2024.