Z1LZ--Structural Repairs to Underground Parking Garage - 583-20-103
ID: 36C25024B0062Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF PARKING FACILITIES (Z1LZ)
Timeline
    Description

    The Department of Veterans Affairs is seeking contractors for structural repairs to the underground parking garage at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. The project involves critical renovations, including concrete rehabilitation, drainage upgrades, and waterproofing, with a total construction budget estimated between $2,000,000 and $5,000,000. This initiative is essential for maintaining the safety and functionality of the facility, ensuring minimal disruption to ongoing operations during the construction period. Interested bidders must submit their proposals electronically by August 22, 2024, at 10:00 A.M. EST, and can direct inquiries to Contract Specialist Luke Turner at luke.turner@va.gov.

    Point(s) of Contact
    Luke TurnerContract Specialist
    luke.turner@va.gov
    Files
    Title
    Posted
    The solicitation 36C25024B0062 issued by the Department of Veterans Affairs is for structural repairs to the underground parking garage at the Richard L. Roudebush VA Medical Center in Indianapolis, IN. The project, set to be completed within 540 days post-award, addresses critical structural deficiencies involving columns, beams, and other components. This contract requires participation from Service-Disabled Veteran-Owned Small Businesses, emphasizing compliance with federal guidelines and safety regulations during construction. The total construction budget is estimated between $2,000,000 and $5,000,000, and a pre-bid site visit is scheduled for June 17, 2024. Key requirements include performance bonds, adherence to occupational safety standards, and a comprehensive safety and environmental plan. Contractors must also coordinate work schedules with the existing facility operations to minimize disruption. Successful bidders must submit various forms and certifications as part of the bidding process, ensuring compliance with federal requirements. This initiative underscores the VA's commitment to maintaining its facilities while supporting veteran-owned businesses in federal contracting opportunities.
    This document serves as an amendment to a solicitation issued by the Department of Veterans Affairs, specifically handled by Network Contracting Office (NCO) 10 in Cincinnati, Ohio. The amendment addresses questions received regarding the original solicitation, provides supporting information, and announces an extended period for additional queries, which will close on July 9, 2024. Key modifications to the solicitation include the extension of the submittal deadline to July 26, 2024, at 10:00 A.M. EST, which is critical for all offerors to acknowledge in order to ensure their bids are considered valid. The document outlines the necessary actions offerors must take to confirm their receipt of the amendment and highlights the ongoing adjustments to the contract, including allowing for further questions and providing associated attachment details. These attachments include responses to prior inquiries, a site visit log, and various project details essential for bidders. Overall, this amendment strategically enhances transparency and communication within the bidding process, reinforcing the government's intent to foster clear engagement and compliance among contractors.
    The document serves as an amendment to a solicitation related to a contract with the Department of Veterans Affairs, specifically issued by the Network Contracting Office (NCO) 10. The primary purpose of the amendment is to extend the deadline for bid submissions and allow additional time for responding to the second round of Requests for Information (RFIs). Key components include the contract identification number, the effective date of amendments, and details on acknowledgment requirements for offers. The document emphasizes the importance of timely communication and adherence to the updated submission schedule. It notes that all other terms and conditions remain unchanged. The contracting officer, Luke A. Turner, is responsible for overseeing these modifications, signaling the VA’s commitment to transparency in its procurement process. This amendment aligns with government RFP practices, prioritizing clarity in solicitation modifications.
    This government document serves as an amendment to an existing solicitation regarding a construction project managed by the Department of Veterans Affairs (VA), specifically related to concrete repairs and traffic coating work. The amendment addresses various Requests for Information (RFIs) submitted by contractors, providing clarifications essential for bidding on the project. Key points outlined include work scheduling constraints, use of materials, requirements for noise control during demolition, and the logistics of managing pedestrian and vehicle access during construction activities. Contractors must complete "construction shutdown work" on weekends and are typically restricted to passenger vehicles, although small equipment like skid steers is permitted under specific conditions. The project involves several alternates with estimated durations affecting the overall timeline, emphasizing the need for bidders to consider their pricing based on adjustments for unforeseen circumstances. Additionally, the document lays out specific responsibilities of the contractors regarding material relocations, surface repairs, and temporary measures for safety and public protection. This summary exhibits the VA's commitment to transparency and thoroughness in its procurement processes, ensuring contractors are well-informed before submitting their bids, in line with government RFP protocols.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs' Network Contracting Office (NCO) 10, regarding a contract referenced as 36C25024B0062. The purpose of the amendment is to update specifications, drawings, and revise the bid submission date to August 14, 2024, at 10:00 A.M. EST. The amendment highlights that only electronic bids will be accepted and includes details for a virtual bid opening scheduled an hour later, with specific Microsoft Teams information provided for attendees. The document prescribes methods for acknowledging receipt of the amendment by bidders, stressing the importance of compliance to avoid rejection of offers. This amendment signifies ongoing government contract procurement and emphasizes adherence to procedural guidelines for bidding, a key aspect of federal contracting processes.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs (VA) Network Contracting Office (NCO) 10, pertaining to contract number 36C25024B0062. The purpose of this amendment is to extend the deadline for bid submissions to August 22, 2024, at 10:00 A.M. EST. This extension is necessary to allow for revisions to the previously issued documents. Offers must be submitted electronically, and the bid opening will occur one hour later. The contracting officer for this solicitation is Luke A. Turner. Additionally, it underscores the importance of acknowledging receipt of the amendment by the specified deadline, as failure to do so may result in rejection of the offer. The document illustrates the procedural necessities and deadlines associated with federal solicitations, ensuring compliance among potential contractors.
    The document serves as an amendment to a solicitation for bids related to a project administered by the Department of Veterans Affairs (VA), specifically under the Network Contracting Office (NCO) 10. It outlines the final specifications and drawings for the project and provides details for the electronic submission of bids. The amendment extends the deadline for bid submissions to August 22, 2024, at 10:00 A.M. EST, with the bid opening scheduled for one hour later. Important virtual meeting information is included for the bid opening via Microsoft Teams, including a meeting ID and call-in details. The document follows standard government procurement protocols, emphasizing the need for acknowledgment of modification terms and conditions. Overall, it ensures clarity and compliance for potential bidders, facilitating a structured bidding process for the ongoing project.
    The document addresses various queries related to the parking garage project facilitated by the Department of Veterans Affairs (VA). It confirms that the project is tax-exempt and outlines the essential staffing structure, including the necessity for a dedicated Superintendent, Quality Control Manager (QCM), and Site Safety Health Officer (SSHO). Specific work activities requiring off-hours execution, particularly those disrupting patient care, are also detailed, alongside protocols for contractor parking and onsite logistical arrangements such as waste management. The VA emphasizes adherence to safety standards and outlines the handling of construction materials, including temporary power connections and dumpster placement. Furthermore, it clarifies that the contractor is responsible for managing utility relocations and dust control during construction while ensuring minimal disruption to operations. Important directives involve the need for a pre-submission site visit and correct documentation of hazardous material presence. The text concludes by reiterating that contract modifications must be processed individually, without the accumulation of costs to be settled post-project. Overall, this document serves as a guide for contractors involved in the parking garage construction, detailing operational requirements, safety considerations, and compliance protocols essential for project execution.
    The document outlines the Final Bid Documents for structural repairs to the underground parking garage at the Richard L. Roudebush VA Medical Center in Indianapolis, IN. The primary purpose is to solicit bids for the project, detailing safety requirements, construction operations, timelines, and specific bid alternatives related to various repair tasks. It provides a comprehensive list of sections within the construction specifications, encompassing general requirements, existing conditions, materials, and methods required for completion. Key components include an emphasis on safety and security measures that contractors must adhere to, including site access, material management, and environmental controls. Bid alternatives outline various scopes of work with specific timelines, allowing for flexibility in contractor proposals. Additionally, the document stresses the importance of maintaining medical center operations during construction and outlines phasing plans to prevent disruption. In summary, the document serves to facilitate the bidding process for necessary repairs, ensuring compliance with VA standards while prioritizing safety and operational continuity during the construction period.
    The document comprises the final bid specifications for structural repairs to the underground parking garage at the Richard L. Roudebush VA Medical Center in Indianapolis, IN. The project, initiated under VA Contract No. 36C25022C0193, outlines various construction tasks including demolition, concrete rehabilitation, plumbing repairs, and environmental control measures, all governed by federal guidelines. It includes details on the scope of work, safety protocols, and security requirements essential for conducting work within a federal facility. The document specifies a base bid alongside multiple bid alternates, providing options for various scopes of work and durations. Additionally, it emphasizes the importance of maintaining operational integrity of the Medical Center throughout the construction period, mandating careful phasing and coordination of tasks to avoid disruptions. The specifications underscore adherence to quality standards, safety regulations, and logistical considerations, aiming to ensure a secure and efficient working environment during the repair process. This comprehensive approach reflects the VA's commitment to maintaining the infrastructure necessary for serving veterans while ensuring contractor compliance with federal requirements.
    The document outlines the final bid documents for structural repairs to the underground parking garage at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. Prepared for the Department of Veterans Affairs, it includes master construction specifications and a detailed table of contents spanning various divisions—such as general requirements, existing conditions, and specialized construction materials. The bid involves extensive renovations including concrete rehabilitation, drainage system upgrades, and water-proofing, with multiple bid alternates that specify varying scopes of work and associated timelines. Key points include the requirement for safety measures, adherence to VA security protocols, and the necessity for planning to maintain Medical Center operations during construction. The contractor is responsible for preparing the site, executing renovations according to the project outline, and ensuring minimal disruption to existing facility functions. A comprehensive warranty management plan must also be developed, along with stringent documentation and reporting standards during the project. This emphasizes the VA's commitment to maintaining safe and functional environments for veterans while adhering to federal construction standards and best practices.
    The document outlines the final bid documents for structural repairs to the underground parking garage at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis. It details project plans, including phasing and staging strategies necessary to maintain safety and access during ongoing construction while minimizing disruption to hospital operations. The project will be executed in phases, with key considerations such as maintaining 75% functionality of the parking garage during business hours, infection control measures, and the use of temporary shoring to ensure structural integrity. The contractor is responsible for coordinating with the VA’s Contracting Officer Representative (COR) for scheduling and adherence to safety regulations. Specific tasks include addressing identified repair needs in concrete, plumbing, and utilities, and ensuring adequate traffic management through signage and fencing. The document serves as a guideline for contractors aiming to comply with federal requirements while ensuring operational continuity and safety within the medical facility during construction activities. Overall, the summary presents a comprehensive plan aimed at effectively carrying out essential repairs within a previously occupied healthcare environment.
    The document outlines the federal Request for Proposal (RFP) for structural repairs to the underground parking garage at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, IN. The project focuses on phased construction to minimize disruption to ongoing operations and ensure patient safety in a fully occupied facility. Detailed construction plans include general notes, demolition instructions, temporary support details, and phased staging for accessibility. Each section specifies critical tasks, such as coordinating with the Contracting Officer Representative (COR), managing existing utilities, ensuring infection control, and maintaining safe traffic flow during construction. The project adheres to VA standards with a focus on comprehensive planning to address load requirements, repair materials, and environmental safety controls. This initiative aims to enhance the structural integrity of the facility while safeguarding patient and employee welfare throughout the duration of the repairs.
    The document outlines the construction plans for structural repairs to the underground parking garage of the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis. The primary focus of the project is on ensuring safety, minimizing disruption to operations, and adhering to infection control measures during the renovation process. The project is structured into several phases, each detailing specific construction activities, access management, temporary supports, and compliance with existing utilities. Key elements include maintaining access for all patients and staff, implementing safety precautions, and scheduling work to avoid peak hours of operation. Bid alternates are also provided, allowing for adjustments in the scope of work and ensuring adherence to budget constraints. The comprehensive strategy emphasizes effective communication and coordination with the VA Contracting Officer Representative, highlighting the priority of safety and operational continuity throughout the construction period. Overall, the document serves as an exhaustive framework for managing the construction project within strict safety protocols, demonstrating the VA’s commitment to maintaining facility operations while executing necessary upgrades effectively.
    The document pertains to the "Structural Repairs to Underground Parking Garage" project, outlined in RFP 583-20-103. A mandatory site visit is scheduled for June 17, 2024, to assess the conditions that necessitate these repairs. The file includes placeholders for participant information such as name, organization, phone, and email, suggesting collaboration among interested parties in the bidding process. This RFP is integral for securing services aimed at maintaining the structural integrity of the parking garage, indicating a proactive approach to infrastructure management by the issuing authority. The emphasis on site visits indicates that hands-on evaluation is crucial for bidders to understand the project’s requirements fully. Overall, this document highlights a governmental commitment to ensuring safety and functionality in public infrastructure.
    The document outlines the prevailing wage determinations for construction projects in Indiana, specifically under the Davis-Bacon Act, which mandates contractors to pay laborers at least the minimum wage rates specified by federal regulations. Applicable to building construction across multiple counties, the rates vary depending on job classifications such as electricians, ironworkers, and laborers, among others. The wage rates and fringe benefits are distinctly listed per geographic area and trade, reflecting the specific requirements based on the scope of work. Furthermore, the document clarifies compliance obligations linked to Executive Orders, highlighting the importance of proper wage classification, annual adjustments in minimum wage, and worker protection measures. It underscores the necessity for contractors to follow these regulations for funded projects to ensure fair wages and labor rights. This comprehensive wage determination serves as a key reference for federal, state, and local RFPs and grants aimed at ensuring equitable compensation within the construction industry in Indiana.
    The document outlines a project for the removal and replacement of the existing surface resurfacing at a specific site, with the use of an appropriate leveling compound, Veraspeed LS 100 or an equivalent. The process entails scarifying or scabbling the original surface to a depth ranging from 1/4" to 1 1/2". A minimum vertical saw cut is required at the perimeter, and after installation, the contractor is responsible for replacing any membrane over the repaired concrete and restriping parking areas affected by the construction. The revisions indicated in the document pertain to responses to Requests for Information (RFIs). This project is a part of a broader set of federal government proposals aimed at upgrading facilities, complying with regulations, and ensuring the longevity of infrastructure through systematic repairs and maintenance.
    The Pre-Award Contractor Safety and Environmental Record Evaluation Form is designed to gather essential safety and health information from contractors participating in Solicitation No. 36C25024B0062. Contractors are required to report data for 2021, 2022, and 2023 regarding man hours worked, incidents leading to days off or restricted duties, and the Days Away, Restricted, or Transferred (DART) Rate, calculated based on specific guidelines. Additionally, contractors must disclose any serious violations found by OSHA within the last three years, along with their Insurance Experience Modification Rate (EMR). The document also instructs contractors to attach their OSHA 300 and 300a Forms for review. Further, it asks for the six-digit North American Industrial Classification System (NAICS) Code, which for this acquisition is 236220, along with identifying who administers the company’s Safety and Health Program. This form aims to ensure that prospective contractors meet federal safety standards and maintain a robust safety culture, essential for successful project execution within government contracts, thereby reinforcing accountability and compliance in safety practices.
    The document pertains to a project involving structural modifications at facilities associated with the VA Roodebush, located in New York. It outlines plans for addressing existing infrastructural issues, including improvements to drainage and surface grading. The specifications indicate the creation of a new slope with a maximum incline of 12 degrees and the repair of a scabbled surface in specific areas. Instructions emphasize the need for inspection and adherence to engineering standards set by Encorus Group. This document serves as a preliminary framework for contractors to understand the project requirements in clear terms essential for bidding processes under federal and possibly state/local RFPs. By outlining these engineering modifications, the document aligns with governmental efforts to maintain and upgrade facilities, ensuring compliance with safety and operational standards.
    The document outlines the specifications for repairing concrete structures, emphasizing careful removal and replacement of deteriorated concrete while preserving reinforcing bars. It mandates a minimum sawcut depth of 1/2 inch and requires dovetailed edges for concrete removal. Any exposed reinforcing bars must be cleaned, coated with a corrosion inhibitor, and protected during repairs. The repair materials specified include SIKAQUICK VOH for vertical areas and a structural concrete mix for horizontal applications. The approved expansion joint and joint sealant materials are W.B. Meadows Fibre Expansion Joint Material and Crafco Roadsaver Silicone Sealant, respectively. Additionally, the contractor is responsible for replacing membranes over existing concrete and re-striping any parking lines affected by construction. The revisions to the details are noted as per request for information (RFI) updates. This document serves as a guide for contractors executing concrete repair work under government contracts, ensuring compliance with specific engineering standards and safety protocols.
    The document outlines a Request for Information (RFI) pertaining to the project titled "Structural Repairs to Underground Parking Garage" at the Richard L. Roudebush VA Medical Center in Indianapolis, IN. The RFI number is 36C25024B0062, associated with project number 583-20-103. Contractors are instructed to thoroughly review all related solicitation documents before submitting questions or clarification requests. Specifically, questions must reference relevant specifications or drawings for timely responses from the government. The primary contact for the RFI is Luke A. Turner, a Contract Specialist with the Department of Veterans Affairs, based in Cincinnati, Ohio. The communication process involves submitting detailed inquiries to ensure clarity and efficiency. The focus of the RFI indicates a significant infrastructure project aimed at enhancing the safety and functionality of the parking facility, reflecting the VA's ongoing commitment to upgrading facilities for better service delivery.
    Similar Opportunities
    C1DA--Build Warehouse Marion VAMC - Minor Design
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for a new warehouse addition and remodel existing spaces at the Marion VA Medical Center in Indiana. The project involves constructing a 14,500 square foot warehouse, including a freight elevator, and requires comprehensive design services, site investigations, and optional construction support services, all adhering to federal guidelines and safety standards. The anticipated contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has a funding limit of $13.86 million, with a submission deadline for qualifications set for September 19, 2024. Interested firms should contact Contract Specialist Jessica Stevenson at Jessica.stevenson3@va.gov for further details.
    BB Perform Structural and Water Intrusion Repairs at Lake Baldwin VA Clinic 675-24-814
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for structural and water intrusion repairs at the Lake Baldwin VA Clinic in Orlando, Florida, under Project Number 675-24-814. The project aims to address significant moisture and water damage affecting Building 500 and the Domiciliary, requiring comprehensive construction efforts including general repairs, minor demolition, and modernization of existing facilities. This initiative is crucial for maintaining the integrity and safety of healthcare environments for veterans, with an estimated construction magnitude between $1,000,000 and $5,000,000. Contractors must submit sealed bids by September 13, 2024, at 10:00 AM EST, and are encouraged to contact Aldwyn Singleton at aldwyn.singleton@va.gov for further information.
    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.
    Y1DA--Build Specialty Care Building - Construction Fort Wayne VAMC
    Active
    Veterans Affairs, Department Of
    Presolicitation VETERANS AFFAIRS, DEPARTMENT OF is seeking bids for the construction of a specialty care building at Fort Wayne VAMC in Fort Wayne, IN. The building will house the Audiology, Dental, and Eye Clinic Departments, as well as Nursing administration and education. The project also includes the demolition of building 7. The solicitation will be issued as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The estimated magnitude of construction is between $10,000,000 and $20,000,000. The solicitation is anticipated to be issued in mid-November 2023, with a performance period of approximately 732 calendar days. For more information, contact Jason Schultz at Jason.Schultz@va.gov or 216-447-8300.
    Minton Capehart Garage Renovation, Indianapolis, IN.
    Active
    General Services Administration
    The General Services Administration (GSA) is planning to award a Design-Build contract for the renovation of the Minton-Capehart Federal Building Garage located in Indianapolis, Indiana. The project entails comprehensive design and construction services, focusing on concrete repair and replacement, as well as the installation of new Electric Vehicle Supply Equipment (EVSE) to support charging vehicles, while adhering to the Secretary of the Interior’s Standards due to the garage's historical significance. The anticipated contract award is set for September 2025, with a project cost estimated between $20 million and $30 million, and interested suppliers of low embodied carbon materials are invited to submit expressions of interest by September 10, 2024. For further inquiries, contact Neal Deodhar at neal.deodhar@gsa.gov or Aesha Payne at aesha.payne@gsa.gov.
    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.
    F109--Underground Storage Tank Deficiency Repairs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking contractors for underground storage tank deficiency repairs at the Dayton VA Medical Center. The procurement requires contractors to provide all necessary labor, equipment, and materials to conduct repairs in compliance with Environmental Protection Agency (EPA) regulations, including safety assessments and regulatory compliance with OSHA standards. This initiative is crucial for maintaining environmental safety and compliance within VA facilities, with a contract value of up to $45 million. Interested vendors must be registered in the System for Award Management (SAM) and submit proposals by 4 PM ET on September 4, 2024. For further inquiries, contact Contracting Officer Mary Jane Crim at maryjane.crim@va.gov or call 937-268-6511.
    Y1LZ--605-353 Parking Structure Construction Minor Loma Linda VAMC (VA-24-00000683)
    Active
    Veterans Affairs, Department Of
    Presolicitation VETERANS AFFAIRS, DEPARTMENT OF is seeking bids for the construction of a new parking structure at the Loma Linda VA Medical Center in Loma Linda, CA. The project includes the construction of a four-level parking garage, general construction, alterations, roads, walks, grading, drainage, and other necessary items. The contractor must be properly licensed and bonded in the State of California or have equivalent licensing approved by the Veteran's Administration. The solicitation will be issued as an Invitation for Bid (IFB) and will be evaluated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The anticipated issuance date is late September 2023, with a performance period of approximately 548 calendar days. The magnitude of construction is between $10,000,000 and $20,000,000. All questions must be submitted in writing to joshua.slapnicker@va.gov.
    R425--AE STUDY Parking Garage Assessment Patient and Staff/Visitor(VA-24-00063255)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for an Architect-Engineer (AE) study to assess the parking garage structures at the Gulf Coast Veterans Health Care System in Biloxi, MS. The primary objective of this procurement is to evaluate the condition of the parking garages, focusing on concrete deterioration, scaling, and structural deficiencies, with a total award budget of $25.5 million. This assessment is crucial for ensuring the safety and functionality of parking facilities that serve veterans and their visitors, thereby enhancing the overall care environment. Interested parties must be registered and verified in the System for Award Management (SAM) and are encouraged to direct inquiries via email to the Contracting Supervisor, Beth A Cook, at Beth.Cook@va.gov. A formal solicitation package will be available after August 30, 2024, under Solicitation Number 36C25624Q1205.
    Z1DA--Project 550-24-202 Demolish Buildings 31, 32, 33, 34, 37, 38, 75, 81, and 83.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the demolition of multiple buildings (31, 32, 33, 34, 37, 38, 75, 81, and 83) at the VA Illiana Health Care System in Danville, Illinois. The project requires contractors to provide all necessary resources, including labor, materials, and equipment, while adhering to strict safety, environmental, and operational standards, particularly concerning hazardous materials like asbestos. This initiative is crucial for maintaining a safe healthcare environment and facilitating future upgrades to the facility. The budget for this project is estimated between $500,000 and $1,000,000, with a completion timeline of 100 calendar days post-Notice to Proceed. Interested bidders must submit their proposals by September 11, 2024, and can direct inquiries to Contract Specialist Amber Jendrzejek at Amber.Jendrzejek@va.gov.