Y1JZ--FY-25 | PROJECT NO. 804CM3021 | Beverly NC Repairs and Improvements Construction Project (VA-25-00043490)
ID: 36C78625B0007Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CEMETERY ADMIN (36C786)QUANTICO, VA, 22134, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the Beverly NC Repairs and Improvements Construction Project (Project No. 804CM3021) at the Beverly National Cemetery. The project involves significant renovations to the Administration Building and Rostrum, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict guidelines for historic preservation and operational integrity. This opportunity is particularly important as it supports the maintenance and enhancement of a site dedicated to honoring veterans, with a contract value estimated between $500,000 and $1 million. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids electronically through the eCMS Vendor Portal by March 17, 2025, and are encouraged to RSVP for the virtual bid opening scheduled for the same date.

    Point(s) of Contact
    Sheryl Palacio-DavisContracting Officer
    Sheryl.Palacio-Davis@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for the Beverly National Cemetery construction project (Project No. 804CM3021), focused on repairs and improvements to the historic Admin Building rostrum. The procurement will be conducted as an Invitation for Bid (IFB) under Solicitation Number 36C78625B0007, with bids due by March 10, 2025. This construction project requires a firm fixed-price contract that encompasses labor, materials, tools, and professional supervision. The project topic includes two contract options: a new concrete floor at the rostrum and the installation of a new drywell. The estimated cost ranges between $500,000 and $1,000,000, and the award is contingent on the availability of fiscal year 2025 funds. Notably, the contract is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB) and requires bidders to be verified as such in SAM & SBA databases. All solicitation materials will be accessible through the Sam.gov website, and electronic submissions are encouraged. Questions regarding the solicitation should be submitted via email to the designated contracting officer as telephonic inquiries will not be accepted. This presolicitation serves as an initial announcement, facilitating competition among SDVOSB contractors for this important infrastructure project at the cemetery.
    This document outlines the solicitation by the Department of Veterans Affairs for construction services at the Beverly National Cemetery, focusing on repairs and improvements to the administrative building and historic rostrum under Project No. 804CM3021. The contract is a Firm Fixed Price type with a mandatory performance period of 240 calendar days post-award. It is a competitive set-aside opportunity exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with all eligible vendors required to be registered and verified in Vetbiz.gov and SAM.gov. Key details include a bid due date of March 17, 2025, and a pre-construction site visit scheduled for February 20, 2025. Contractors must adhere to strict guidelines regarding dignity and respect while working in the cemetery, especially concerning any remains or memorial markers. The project magnitude is estimated between $500,000 and $1,000,000, with specific attention to workforce diversity compliance. All bids must be submitted electronically through the Department of Veterans Affairs eCMS Vendor Portal, with stringent adherence to submission guidelines specified in the solicitation to ensure responsiveness. This procurement emphasizes the government's commitment to supporting SDVOSBs while ensuring quality construction in a respectful manner.
    The document pertains to Amendment A0001 for the Invitation for Bid (IFB) No. 36C78625B0007, related to repairs and improvements at Beverly National Cemetery, New Jersey, under Project Number 804CM3021. The amendment is primarily to inform prospective bidders about the addition of new documents and clauses that are effective immediately. Key updates include compliance clauses regarding limitations on subcontracting and employment eligibility verification updates for 2025. The scope of work requires the contractor to provide necessary tools, labor, materials, and services to complete repairs and improvements to the Administration Building and Rostrum, a historic site within the cemetery. The document highlights necessary corrections and includes attachments such as a contractor cost estimate worksheet and a hazardous material report. Overall, the amendment aims to ensure transparency and compliance in the bidding process, maintaining the integrity of the procurement system while accommodating necessary changes to the project’s documentation and requirements.
    The document outlines Amendment A0002 for Invitation for Bid (IFB) No. 36C78625B0007 related to Project No. 804CM3021 at Beverly National Cemetery, focusing on the Administration Building and Rostrum Repairs and Improvements. The primary purpose of this amendment is to correct the SCHEDULE/PRICE for the solicitation, notifying bidders of the necessary adjustments. The project, located in Burlington County, New Jersey, requires contractors to provide labor, materials, and supervision to fulfill the repair and improvement tasks outlined in the Statement of Work (SOW). The amendment emphasizes the importance of submitting the corrected PRICE/COST SCHEDULE included in the document. Contractors must detail their cost estimates for various components, including the base contract and additional alternatives for the project. All existing terms and conditions of the solicitation remain unchanged despite these amendments. This document is crucial for ensuring transparency and accuracy in the bidding process associated with federal grants and public contracts, underscoring the government's commitment to restoring historic sites while adhering to proper procurement procedures.
    The document details Amendment A0003 for the Invitation for Bids (IFB) No. 36C78625B0007 related to the Beverly National Cemetery's Project No. 804CM3021, which encompasses repairs and improvements to an administration building and rostrum at a historic site. The main purpose of this amendment is to inform potential contractors of corrections made to the Contractor Cost Estimate Worksheet and provide instructions for a virtual bid opening scheduled for March 17, 2025, at 1:00 PM EST. Bidders must RSVP by email with participant details to join the virtual meeting. The amendment reiterates that all other aspects of the solicitation remain unchanged. The document includes specific virtual meeting details and instructions for participation, emphasizing the need for compliance with the bid submission process to ensure valid offers by the deadline. This activity aligns with the Federal Government’s practices regarding RFPs, aimed at improving transparency and participation in federal contracting opportunities.
    The document outlines Amendment A0004 for the Invitation for Bids (IFB) No. 36C78625B0007 concerning historical renovations at Beverly National Cemetery, Project No. 804CM3021. The amendment serves to address public inquiries related to the project, confirming that permits generally are not required except for environmental considerations, and reiterating that the overall solicitation terms remain unchanged. Key points include procedures for halting work during burial services, specific working hours, available as-built drawings for existing conditions, and protocols for handling unknown utilities. The government specifies that compaction testing is required for soils beneath concrete placements, while all roof accessories, including flashing, must be newly installed. The amendment also clarifies that contractors are encouraged to verify site conditions and that there are no nominated subcontractors. This communication enhances transparency, ensuring all contractors have clear guidelines and expectations before proceeding with the bidding process, thus reflecting standard practices in federal project management and compliance.
    The Employment Eligibility Verification clause, effective January 2025, mandates that contractors comply with the E-Verify program to confirm the employment eligibility of hires working under federal contracts in the United States. It defines essential terms including "Commercially available off-the-shelf (COTS) item," "employee assigned to the contract," and "subcontract." Contractors not enrolled in E-Verify upon contract award must register within 30 days and verify new employees within 90 days. For contracted employees, verification should occur within specified timeframes after contract award or assignment. Institutions of higher education and state/local governments may verify only employees assigned to contracts. Contractors can also opt to verify all existing employees hired after 1986. Compliance with the E-Verify Memorandum of Understanding (MOU) is necessary, and contractors must include this clause's requirements in relevant subcontracts worth over $3,500. The document underlines the federal government’s commitment to using E-Verify for employment eligibility, enhancing workforce integrity and compliance across contracts and subcontracts involved in government projects.
    Acer Associates, LLC conducted a pre-renovation survey at the Beverly National Cemetery Administration Building to identify asbestos-containing building materials (ACBMs), lead-based paint (LBP), and polychlorinated biphenyls (PCBs) in caulk, in anticipation of planned renovations. The survey utilized visual inspections and sample collections, adhering to guidelines established by the EPA and OSHA. Key findings indicated the presence of various ACBMs throughout the building, including window glazing, caulk, and joint compounds, with necessary removal by a licensed contractor before any renovations. Additionally, lead-based surfaces were identified in various wooden and metal structures, mandating compliance with disposal regulations. The caulk samples revealed detectable levels of PCBs, which, while not hazardous, necessitate specific disposal methods. The report emphasizes the critical need for contractors to follow all applicable safety regulations and guidelines for abatement and disposal to ensure environmental compliance and worker safety during renovation activities.
    The document outlines a federal government design project involving repairs and improvements at the Beverly National Cemetery, specifically for the Administration Building and related site structures. Conducted by the Office of Construction and Facilities Management under the U.S. Department of Veterans Affairs, this project (NCA Project No. 804CM3021) includes detailed instructions for contractors on existing conditions, modifications, and compliance with applicable codes and standards. Key aspects involve the verification of site conditions, installation of utility services, and maintaining the aesthetic and operational integrity of the cemetery environment. Specific work tasks include roof/structure repair, installation of new utility systems, and adherence to guidelines relating to site disturbance and visitor access. The project emphasizes the need for maintaining a clean, respectful working environment due to the cemetery's sensitive nature, along with strict adherence to health and safety requirements. The document serves as a comprehensive guide for contractors, providing direction on site management, material handling, and necessary precautions to minimize impact on the site and its visitors, embodying the VA's commitment to preserving the dignity and sanctity of national cemeteries while enhancing their facilities.
    The Beverly National Cemetery is set to undergo a Repairs and Improvements Design Project in FY 25, aiming to enhance the Administration Building, Rostrum, and other areas. The Department of Veterans Affairs (VA) requires a construction contractor to execute all necessary labor and services, ensuring quality control and comprehensive coordination among various trades. The cemetery, located in Beverly, NJ, is historically significant and managed by Washington Crossing National Cemetery staff, who oversee all operations, including memorial ceremonies. Key considerations for the project include conducting work during regular cemetery hours, which are Monday to Friday, while accommodating scheduled ceremonies. The project is exempt from environmental documentation under NEPA but must comply with historic preservation standards due to its National Register status. The contractor will address hazardous materials, including asbestos and lead paint, with specific abatement and disposal protocols in place. The construction is structured into a Base Contract and two options for additional work, with timelines totaling 240 calendar days. Essential documents such as construction specifications and hazardous material reports are provided by the government to guide the contractor. This project demonstrates the VA’s commitment to preserving the historical integrity of national cemeteries while ensuring safety and compliance during the construction phase.
    The VAAR 852.219-75 outlines compliance requirements regarding subcontracting limitations for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) when awarded government contracts. Under 38 U.S.C. 8127, the contract stipulates that for service contracts, no more than 50%, for general construction contracts, no more than 85%, and for special trade construction contracts, no more than 75% of the awarded amount may be subcontracted to firms not listed as VIP-listed SDVOSBs or VOSBs. It mandates that costs related to materials are excluded from these calculations. The offeror must certify compliance with these limitations and acknowledges the potential consequences of falsifying this certification, including criminal and civil penalties. The document also emphasizes the VA's right to request documentation to verify compliance during and after contract performance. Failure to cooperate may lead to remedial actions. Lastly, the offeror is required to complete and submit a certification form along with their bid, as submissions without this certification will be deemed ineligible for evaluation. This regulation is critical in supporting veteran-owned businesses within federal contracting frameworks.
    The Beverly National Cemetery Project (No. 804CM3021) comprises a historic renovation on government land, requiring minimal permits, primarily environmental ones. Key operational procedures include halting operations during burial services and ensuring visitor access is considered. Existing drawings from 1957, 1938, and 1997 will guide the renovations, with all new work needing proper field verifications, particularly concerning underground utilities and existing electrical systems. The project includes specific guidelines for roofing, such as full replacement of flashing and certain windows, underlining the importance of new materials. Contractors must coordinate with cemetery staff for staging areas and ensure water drainage is effectively managed. There are no nominated subcontractors, and existing warranties on the roofing are non-existent. This document addresses crucial logistical and operational details, ensuring contractors are aware of specific project requirements and constraints for a successful execution of the renovation.
    The document outlines the division list and requirements for a construction project associated with Beverly National Cemetery, referenced under IFB No: 36C78625B0007. It categorizes various construction divisions ranging from Special Sections (Division 0) to Utilities (Division 33), indicating that lump sums need to be calculated for each division relevant to the project, with an option to mark divisions as not applicable (N/A) if not utilized. Additionally, it mentions the inclusion of bonds, overhead, and profit margins in the final grand totals, which must be summarized in a total monetary value. It encourages the addition of other relevant items to ensure comprehensive project planning and execution. The document serves as a structured guideline for contractors responding to the Request for Proposals (RFP), facilitating clarity and organization in bid preparation.
    The document outlines a master construction specification list for the Beverly National Cemetery under an Invitation for Bid (IFB) No: 36C78625B0007. It details various construction divisions essential for project execution, such as General Requirements, Concrete, Masonry, Metals, and more. Each division requires a lump sum to contribute to the final project total, ensuring that all necessary components are accounted for. Contractors are instructed to indicate inapplicable divisions with "N/A" and may add additional relevant items. The structure covers various essential project elements, including specialized construction, fire suppression, plumbing, HVAC, electrical systems, and utility work. Furthermore, it emphasizes the inclusion of overhead costs, profit, and the overall grand total for transparency in financial planning. The purpose of this document is to facilitate a structured approach to bid submissions for government construction projects, ensuring all elements are considered and accounted for before the final bid is submitted. This method enhances clarity and organization in federal contracting processes, guiding potential bidders in their pricing and project planning efforts.
    The government document outlines an Invitation for Bid (IFB) for a construction project at the Long Island National Cemetery. It specifies the required classification of work into various divisions, such as Concrete, Plumbing, and Electrical, each requiring distinct lump sum estimates. Bidders are instructed to identify which divisions apply to their proposals, noting "N/A" for any divisions not being utilized. The document references the NCA Master Construction Specifications, emphasizing compliance with established guidelines. Additionally, the document necessitates submission of bonds, overhead costs, and profit figures alongside the grand total for the project. The primary purpose of this IFB is to solicit bids from contractors for the cemetery enhancement project while ensuring adherence to defined construction standards and project requirements.
    The file outlines a Request for Proposal (RFP) for the construction project "Administration Building Rostrum Repairs & Improvement" at the Beverly National Cemetery in New Jersey, specifically Project No. 804CM3021. The contractor is required to supply all necessary labor, tools, materials, equipment, services, and professional supervision in accordance with the provided Scope of Work (SOW), specifications, and drawings. The document includes a detailed price/cost schedule listing three main contract line items: the base contract for repairs and improvements to the administration building and rostrum, an add alternate for a new concrete floor, and another add alternate for a new drywell and associated work. Each item requires a unit price and total price to be filled in by bidders, with a section for the total price including bid bond. This RFP serves as a formal solicitation for contractors to submit their bids for the project, ensuring compliance with federal requirements.
    The document outlines the technical specifications for the Beverly National Cemetery Repairs and Improvements Design Project (Project No. 804CM3021) as part of the Department of Veterans Affairs' initiatives. It provides a comprehensive framework for the construction, including project requirements, bidding procedures, and construction management protocols. The key sections detail the general requirements, safety measures, environmental controls, and the architectural and structural components critical to the project's execution. Emphasis is placed on historic preservation, proper disposal of existing materials, contractor responsibilities including adherence to safety and security regulations, and the necessity of accurate project scheduling using Microsoft Project Gantt Chart methodologies. The contractor must maintain updated records and ensure all work affects the cemetery's operations minimally, particularly during high-traffic periods. The purpose of this document is to provide clear guidelines for prospective contractors to ensure compliance with federal standards while carrying out necessary improvements at the cemetery, thus preserving its integrity and enhancing its facilities for veterans and visitors alike.
    The document outlines the requirement for contractors submitting bids as part of federal government Requests for Proposals (RFPs) and grants. Specifically, it mandates that all bidders must include both their DUNS and Unique Entity Identifier (UEI) numbers in their bid packages. It provides guidance on how to obtain UEI numbers through the SAM.gov website. The emphasis is on ensuring that contractors are properly registered and identifiable within federal contracting processes, reflecting compliance with government regulations. The document serves as a critical reminder of necessary documentation for contractors involved in federal, state, and local procurement activities.
    The document outlines virtual bid instructions for the Beverly National Cemetery, associated with Invitation for Bid (IFB) No. 36C78625B0007 and Project No. 804CM3021. A public bid opening meeting is scheduled for March 17, 2025, at 1:00 PM EST, which will be conducted via phone conference. Interested offerors must submit their bid via the eCMS Vendor Portal and RSVP by email to participate. The terms for joining the meeting, including Meeting ID and passcode, as well as a dial-in option, are provided to facilitate participation. This information is crucial for contractors bidding on the cemetery project, ensuring they have access to necessary details for the public bid process. The document emphasizes organization and transparency in the bid-opening procedure within the framework of federal contracting practices.
    This document outlines a virtual bid opening for an Invitation for Bid (IFB) related to repairs and improvements at the Administrative Building Rostrums of a historic site in Beverly, NC. The opening is scheduled for March 17, 2025, from 1:00 PM to 3:00 PM, hosted on Microsoft Teams. Organizer Sheryl Palacio-Davis has not yet received responses regarding the meeting status. Participants can join via a meeting ID and passcode or by phone with specific dial-in instructions provided. This announcement is part of the federal procurement process concerning infrastructure enhancements that aim to preserve and improve historic government properties, adhering to regulatory standards and guidelines. It is essential for contractors and interested parties to participate to ensure transparency and competition within the bidding process. Overall, the document highlights the procedural elements required for engaging in federal contracts, especially in the context of historical preservation.
    The document appears to contain a corrupted or unreadable text, likely preventing extraction of the main topic, key ideas, and structure typically found in government RFPs or federal grant applications. However, it suggests a focus on federal and state/local contracts, emphasizing criteria for proposals, compliance with regulations, and possibly funding opportunities. The fragmented content implies that the document involves complex interactions between grant administration, project requirements, and insights into public bidding processes. Despite its unreadability, understanding such documents is crucial for stakeholders involved in governmental funding and contracting, highlighting the necessity of clarity and adherence to guidelines inherent in successful project proposals. Without proper legibility, the document's effectiveness in conveying essential information is significantly compromised, underscoring the importance of accessible documentation in government operations.
    Similar Opportunities
    Z1QA--863-MM2325-010, Historic Lodge FCA Deficiencies Repairs, Mound City National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Historic Lodge FCA Deficiencies Repairs project at Mound City National Cemetery, specifically aimed at addressing various structural and aesthetic deficiencies. This procurement is exclusively set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes comprehensive repairs such as restroom renovations, window replacements, and roof rehabilitation, all while adhering to historical preservation standards due to the cemetery's significance. The project budget is estimated between $100,000 and $250,000, with a mandatory pre-bid site visit required for all interested contractors. Bids must be submitted via email to the designated contracting officer, Richard Adu, by March 18, 2025, at 2:00 PM EST, following an extension from the original deadline. For further inquiries, contractors can reach Richard Adu at richard.adu@va.gov.
    Y1QA--861CM3011: Facility Condition Assessment (FCA) Deficiencies Corrections Repairs, Mill Springs National Cemetery
    Buyer not available
    The Department of Veterans Affairs is issuing a request for proposals (RFP) for a firm-fixed-price contract aimed at correcting deficiencies at the Mill Springs National Cemetery. The project involves renovating and expanding Maintenance Building 3001, repairing repaved asphalt roads, and ensuring compliance with local, state, and federal regulations, with a strong emphasis on sustainability and veteran-owned business participation. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $1,000,000 and $5,000,000 and a performance period of 270 days from the notice to proceed. Interested contractors must submit sealed bids by the specified deadline and can contact Clarelle Sylvain at clarelle.sylvain@va.gov for further information.
    Z1QA--935-MM23/25-011, FCA Deficiencies Repairs, Omaha National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a Firm Fixed Price contract to address various deficiencies at the Omaha National Cemetery, specifically through the FCA Deficiencies Repairs project. The scope of work includes critical repairs such as fixing fire alarm system defects, addressing water damage, and upgrading plumbing and sidewalks, all while ensuring compliance with applicable laws and maintaining the cemetery's dignity. This project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires pre-bid site inspections to assess the necessary work. Bidders must submit their offers via email to the Contracting Officer, Richard Adu, by March 14, 2025, at 3:00 PM CDT, with a completion timeline of 91 days upon receipt of the Notice to Proceed. For further inquiries, interested parties can reach Richard Adu at richard.adu@va.gov.
    Salisbury National Cemetery Public Restroom Renovation and Columbarium Cemetery Expansion
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of public restrooms and the expansion of the columbarium at the Salisbury National Cemetery in North Carolina. This project, designated as 36C78625R0014, includes comprehensive construction services aimed at enhancing facility accessibility and functionality while ensuring compliance with federal regulations and maintaining the dignity of the cemetery. The estimated contract value ranges between $20 million and $30 million, with a specific set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by the specified deadlines, and for further inquiries, they can contact Daniel Kinney at daniel.kinney@va.gov or by phone at 402-830-4683.
    Z2AA--Headstone Maintenance IDIQ Jefferson Barracks National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Z2AA--Headstone Maintenance IDIQ at Jefferson Barracks National Cemetery. This solicitation, designated as 36C78625R0020, requires bidders to provide comprehensive management, manpower, and materials to maintain the integrity of veterans' headstones, including setting new and replacement headstones, cleaning, and grave repairs. The contract is significant in honoring the final resting places of veterans and ensuring compliance with Veterans Affairs policies and OSHA safety standards. Proposals are due by March 25, 2025, at 1:00 PM CST, with an estimated budget between $5 million and $10 million, and the contract period is set for one year with four optional extensions. Interested parties should contact Contracting Officer Shane Hilts at Shane.Hilts@va.gov for further details.
    Z2AA--887-MM2425-001 FLNC Update Admin Bldg Interior Complete construction services to update the interior finishes at Fort Leavenworth National Cemetery (887), 395 Biddle Blvd, Fort Leavenworth, KS 66027.
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for construction services to update the interior finishes of the Administrative Building at Fort Leavenworth National Cemetery in Kansas. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring bidders to be verified in the SBA VetCert database and registered in the System for Award Management (SAM) and the Veteran Institute for Procurement (VIP). The project emphasizes compliance with local, state, and federal regulations, and bidders must submit a Bid Bond, attend a mandatory site visit, and adhere to various construction wage rate and equal opportunity regulations. Interested parties should contact Contracting Officer Claude Humphrey at Claude.Humphrey@va.gov for further details and to ensure compliance with submission guidelines.
    Z2DA--542-25-105 | Replace Pitched Roof Building 1 | NCO 4 Construction East (VA-25-00008811)
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of the pitched roof on Building 1 at the Coatesville Veterans Affairs Medical Center, designated as Project Number 542-25-105. This project involves comprehensive demolition, site preparation, and construction activities, including the installation of a fluid-applied roofing system and compliance with stringent safety and environmental standards. The initiative is crucial for enhancing the building's structural integrity and ensuring minimal disruption to ongoing medical operations. Interested contractors, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit their bids by April 22, 2025, and direct inquiries to Contract Specialist Lamar D. Thomas at lamar.thomas2@va.gov. The anticipated cost for the project ranges between $500,000 and $1 million, with a performance period of 160 days post-award.
    Y1PZ--844-NRM25-201 Pressure Booster Station and Irrigation Refurbishment at Fort Gibson National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the refurbishment of the Pressure Booster Station and Irrigation system at Fort Gibson National Cemetery. This project aims to address malfunctions in the irrigation system through comprehensive upgrades, including the replacement of the pressure booster system and satellite controllers, and is exclusively set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) that are CVE verified and registered in SAM. The estimated project magnitude ranges from $100,000 to $250,000, with a bid submission deadline of March 13, 2025, at 2:00 PM EST, and a pre-bid meeting scheduled for February 24, 2025. Interested contractors should direct inquiries to Contracting Officer Richard Adu at richard.adu@va.gov, ensuring compliance with all solicitation amendments and requirements.
    Z2AA--Headstone Maintenance Dallas Fort Worth
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for headstone maintenance services at the Dallas Fort Worth National Cemetery, specifically under solicitation number 36C78625R0022. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary resources for the installation, replacement, and maintenance of headstones and markers, ensuring compliance with the National Cemetery Administration's operational standards. This opportunity is crucial for maintaining the dignity and respect of the burial sites of veterans, with a contract period starting from April 1, 2025, to March 31, 2026, and four optional one-year extensions. Interested bidders must submit sealed bids by March 25, 2025, at 10:00 AM CST, and can direct inquiries to Contracting Officer Shane Hilts at Shane.Hilts@va.gov.
    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.