Amendment A0001 to solicitation 36C25225B0013, issued by the Department of Veterans Affairs, Great Lakes Acquisition Center, extends the deadline for offers to August 14, 2025, at 9:00 AM CDT. This amendment includes pre-bid site visit sign-in sheets and an updated wage determination. It also announces a virtual bid opening at 12:00 PM CDT on the same day via Microsoft Teams. Bids must be emailed to lynn.vandervelde@va.gov and ryan.mcmillin@va.gov with the subject '36C25225B0013'. The project, 556-23-004, involves replacing AHU-05 at Tomah VAMC Tomah, WI. All other terms and conditions of the original solicitation remain unchanged.
Amendment A0002 for solicitation 36C25225B0013, issued by the Department of Veterans Affairs, extends the offer receipt deadline to August 19, 2025, at 9:00 CDT. This amendment includes an updated Wage Determination and responses to Requests for Information (RFIs). Bids must be emailed to lynn.vandervelde@va.gov and ryan.mcmillin@va.gov with the subject "36C25225B0013". A virtual bid opening will be held on the same day at 12:00 CDT via Microsoft Teams. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged.
Amendment A0003 to Solicitation 36C25225B0013, issued by the Department of Veterans Affairs, Great Lakes Acquisition Center, updates the wage determination for the "Replace AHU-05 Tomah VAMC Tomah, WI" project. The amendment, dated August 12, 2025, also provides an updated link for SF24 and announces a virtual bid opening for August 19, 2025, at 12:00 p.m. local time, with bids due by 9:00 a.m. local time on the same day. Bidders are instructed to email their bids to lynn.vandervelde@va.gov and ryan.mcmillin@va.gov. This modification ensures all terms and conditions of the original solicitation, as amended, remain in effect.
The solicitation 36C25225B0013 by the Department of Veterans Affairs seeks bids for the replacement of AHU-05 in Building 406 and the addition of humidification systems in Building 455 at the Tomah VA Medical Center, Wisconsin. This project, classified under NAICS code 238220 (Plumbing, heating, and air-conditioning equipment), has an estimated value between $2 million and $5 million and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Bidders must possess appropriate bonding and fulfill various contract performance requirements within a specified timeline of 336 calendar days post-award.
Interested contractors are encouraged to participate in a site visit scheduled for June 23 and 24, 2025, while all questions about the solicitation are to be formally submitted by July 9, 2025. The project emphasizes compliance with safety regulations, including annual flu vaccinations for contractor personnel and adherence to environmental standards, underscoring VA’s commitment to maintaining high safety and operational standards. Additionally, bidders must ensure that they meet the requirements related to subcontracting, demonstrating a good faith effort to comply with applicable regulations during the contract's execution. The awarded contract will detail the government's requirements and expectations for project's successful completion.
The Tomah VA Medical Center is issuing a presolicitation notice for a project to replace the AHU-05 in Building 406 and add humidification in Building 455, designated as Project Number 676-23-004. The contract involves providing all necessary labor, materials, equipment, and supervision to complete the work. The project is estimated to take 336 days after the Notice to Proceed and the anticipated budget is between $2 million and $5 million. This procurement falls under the NAICS code 238220, pertaining to Plumbing, Heating, and Air Conditioning Contractors, with a size standard of $19 million. It is exclusively set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) as per Public Law 109-461. The solicitation will be made accessible on SAM.GOV around May 29, 2025, with bids opening approximately on July 29, 2025. A pre-bid conference will be arranged, encouraging participation from all interested contractors. Registration in the System Award Management (SAM) database is mandatory for potential bidders to be eligible for the contract.
This document serves as Amendment A0001 to solicitation number 36C25225B0013 related to a construction project at the Tomah Veterans Affairs Medical Center (VAMC) in Wisconsin, specifically focusing on the replacement of Air Handling Unit AHU-05. The amendment extends the offer submission deadline to August 14, 2025, at 9:00 AM CDT, and outlines the requirement for offers to acknowledge this amendment, with virtual bid openings scheduled for 12:00 PM on the same day.
Key updates in this amendment include the publication of pre-bid site visit sign-in sheets and an updated wage determination document, which is essential for bidders regarding labor costs. Additionally, electronic bidding instructions are provided, directing submissions to specific email addresses. The document emphasizes compliance with the original terms and conditions, highlighting that all unchanged elements of the original solicitation remain effective. This amendment reflects a procedural adjustment designed to facilitate participation from bidders while ensuring adherence to regulatory and procedural standards in government contracting.
This government contract, VA Project: 676-23-004, details the requirements for replacing AHU-5 in Building B406 and adding humidification to Building B455 at the Tomah VA Medical Center in Wisconsin. The project involves extensive general construction, alterations to existing structures, and the installation of new mechanical and electrical systems, including new air handling units, humidifiers, and related piping. The contract emphasizes strict safety protocols, infection control, and adherence to VA security management programs, as the medical center will remain occupied during construction. Key aspects include detailed phasing plans to minimize disruption to hospital operations, a comprehensive warranty management plan, and contractor responsibilities for site maintenance, utility services, and waste management. The project also requires thorough testing and commissioning of all new systems, along with comprehensive training and documentation for VA personnel.
The project, titled "Replace AHU-5 in B406 and Add Humidification to B455" (Project No. 676-23-004) for the Veterans Affairs Medical Center in Tomah, Wisconsin, focuses on significant mechanical and plumbing upgrades. Led by Penn Construction Group, the initiative involves replacing Air Handling Unit 5 in Building 406 and installing humidification in Building 455. The project encompasses extensive demolition and new work plans for architectural, mechanical, electrical, and civil components across multiple floors and the attic of both buildings. Detailed drawings cover everything from crawlspace plans and reflected ceiling plans to ductwork, piping, and electrical layouts. Critical aspects include adherence to infection control guidelines, with specific plans for managing risks in both buildings. The bid documents were issued on May 30, 2024, following several revision stages, emphasizing a comprehensive approach to modernizing facility infrastructure while ensuring safety and compliance.
The document, General Decision Number WI20250011, outlines prevailing wage rates and fringe benefits for building construction projects in various Wisconsin counties, excluding residential construction up to four stories. It details the applicability of Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for federal contracts, specifying minimum wage requirements based on contract award dates. The file lists wage rates and fringes for numerous trades like Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Power Equipment Operators, Ironworkers, Laborers, Plasterers, Plumbers/Pipefitters, Sheet Metal Workers, and Truck Drivers, categorized by county or region. It also provides guidance on wage determination identifiers (Union, Union Average, Survey, State Adopted) and the appeals process for wage determination matters, emphasizing compliance with federal labor standards.
The document outlines the project specifications for the Tomah VA Medical Center's initiative to replace AHU-5 in Building 406 and add humidification to Building 455. The project, designated as Contract No. 676-23-004, requires comprehensive construction efforts which include demolition of existing mechanical systems, general construction alterations, and installation of new HVAC equipment, humidifiers, and essential piping. Key requirements include ensuring safety and compliance with VA regulations while minimizing disruption to ongoing medical operations. The project mandates a careful phasing of work to maintain 24/7 functionality of the medical center, with detailed proposals for traffic management and coordination with the Department of Veterans Affairs. Contractors must submit documentation, manage environmental controls, and adhere to a strict timeline for construction and site access. Overall, the project emphasizes the VA's commitment to improving facility infrastructure and providing a safe environment for patients and staff while adhering to fiscal and operational guidelines.
The project outlined pertains to the Tomah Veterans Affairs Medical Center, focusing on the replacement of the air handling unit AHU-5 in Building 406 and the addition of humidification systems in Building 455. Managed by Penn Construction Group, the project will include various phases of design documentation, culminating in bid documents due by May 30, 2024. The detailed drawings contain mechanical, plumbing, electrical, and architectural plans, addressing requirements for infection control and compliance with safety regulations. The objective is to enhance HVAC performance while ensuring all systems meet existing standards. With thorough design and documentation processes, this project reflects the VA's commitment to maintaining and improving facility infrastructure to better serve veterans. Critical timelines and specific site plans have been established to facilitate coordination among contractors and ensure adherence to operational standards during construction activities.
The document outlines the wage determination for building construction projects in Wisconsin, specifically under the Davis-Bacon Act, which mandates adherence to minimum wage standards for federal contracts. Effective from June 6, 2025, it includes wage rates for various labor classifications and identifies wage requirements based on different executive orders. For contracts initiated after January 30, 2022, workers must be paid at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, have a minimum of $13.30 per hour unless stated otherwise. The file details various job classifications, their respective wage rates and fringe benefits, spanning several counties in Wisconsin. It also includes specific provisions for health and safety, such as hazardous waste protections. Additionally, the document provides guidelines on the appeals process for wage determinations, underscoring the importance of compliance and the rights of workers under federal contracts. Overall, this document serves as a reference for ensuring fair labor practices in government-funded construction projects within the state.
The government solicitation 36C2522SB0Ol3 outlines a project at the Tomah VA Medical Center in Tomah, WI, titled "676-23-004 Replace AHU-05 in B406 and Add Humidification to B455." The project involves replacing an Air Handling Unit (AHU-05) in Building 406 and installing humidification in Building 455. A pre-bid conference is scheduled for June 23, 2025, at 10:00 AM, located in Building 407, 3rd floor room 3720, at the Tomah VA Medical Center. This RFP aims to solicit bids for critical infrastructure upgrades at the facility.
The General Decision Number WI20250011 provides prevailing wage rates for building construction projects in various Wisconsin counties, excluding residential construction up to four stories. It details the application of Executive Orders 14026 and 13658, which mandate minimum wages of $17.75 and $13.30 per hour, respectively, for covered federal contracts in 2025. The document lists wage rates and fringes for numerous trades, including Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Power Equipment Operators, Ironworkers, Laborers, Plasterers, Plumbers/Pipefitters, Sheet Metal Workers, and Truck Drivers, specifying rates by county or region. It also outlines the process for wage determination appeals, including initial decisions and requests for review from the Wage and Hour Administrator and the Administrative Review Board. The document emphasizes compliance with Executive Order 13706 for paid sick leave on federal contracts.
The General Decision Number WI20250011 is a prevailing wage determination for building construction projects in Wisconsin, effective August 8, 2025. It covers numerous counties and excludes residential construction of four stories or less. The document outlines minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for federal contracts subject to the Davis-Bacon Act, with annual adjustments. It details specific wage rates and fringe benefits for various trades, including Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Power Equipment Operators, Ironworkers, Laborers, Plasterers, Plumbers/Pipefitters, Sheet Metal Workers, and Truck Drivers, categorized by county or region. The document also includes information on paid sick leave for federal contractors under EO 13706 and procedures for appealing wage determinations, clarifying identifiers for union, weighted union average, survey, and state-adopted rates.
This government file addresses questions and responses related to Solicitation #36C252-25-B-0013, Project #676-23-004, which involves replacing AHU-05 in Building 406 and adding humidification to Building 455 at a VA facility. Key areas covered include the handling of long lead times for materials, requirements for on-site personnel like the SSHO and Superintendent (who must be separate individuals and full-time), HVAC system specifics (no third-party certification needed for switchover, pre-construction air value surveys required, duct cleaning not specified, AHU-7 for temporary HVAC), electrical panel details, and off-hours work requirements for shutdowns. The project is not sales tax exempt, and a site visit sign-in sheet is provided in an amendment. It clarifies that a Superintendent cannot dual-hat as SSHO or QA/QC Manager, both of whom must be full-time. Tuberculosis screening is a standard requirement. The VA will hire the Commissioning Agent, while the GC is responsible for testing and providing an electronic submittal exchange service. Sustainable construction is required, and unforeseen conditions will be handled via RFP.
The document outlines a comprehensive government file, likely related to RFPs or grants, detailing various technical specifications and operational guidelines. It includes sections on system parameters, data handling, and procedural requirements, indicated by numerical and symbolic sequences that often represent codes, standards, or structural elements. The file emphasizes compliance, efficiency, and structured data management across different operational aspects. Key areas touched upon include system architecture, data flow, operational protocols, and technical validations. The repetitive patterns suggest a standardized format for documenting technical and administrative processes within a government framework, aiming for clarity and adherence to predefined criteria.
The document outlines a solicitation for a project at the Tomah Veterans Affairs Medical Center (VAMC) in Tomah, Wisconsin, specifically identified as solicitation number 36C2522580013. The project involves replacing Air Handling Unit (AHU-05) in building 406 and adding humidification capabilities to building 455. A pre-bid conference is scheduled for June 24, 2025, at 10:00 AM, located in Building 407, room 3720 of the Tomah VAMC. This procurement aims to improve the facility's environmental controls, enhancing the overall operational effectiveness of the medical center. Interested parties are encouraged to attend the pre-bid conference to gather essential project details and clarify any queries related to the proposal.
The document seems to be a collection of government proposals and requirements focused on various contracts, grants, and local RFPs. It outlines the necessary criteria and guidelines for potential applicants, emphasizing compliance with federal regulations. Key topics include project objectives, eligibility requirements, application procedures, evaluation criteria, and timelines for submission.
Additionally, it discusses various available funding opportunities and the essential documentation needed to support applications—such as budgets, project descriptions, and prior performance qualifications. The purpose of the document is to facilitate informed participation in government contracting processes, encouraging transparency and fairness in awarding contracts.
With a focus on enhancing public services through collaborative efforts, the document aims to garner broader community engagement. Overall, it serves as a comprehensive resource for entities seeking government funding or contracts, streamlining the process and ensuring adherence to established standards.