Replace Bldg. 5 Roof | NRM Proj. 662-25-111 at the San Francisco VA Medical Center
ID: 36C26125Q0481Type: Sources Sought
Overview

Buyer

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

NAICS

Roofing Contractors (238160)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to replace the roof of Building 5 at the San Francisco VA Medical Center, specifically through the installation of Ethylene Propylene Diene Monomer (EPDM) rubber roofing. This project aims to address significant water infiltration issues caused by the current roofing system, which has been compromised, particularly around critical areas such as refrigeration units and clogged drains. The selected contractor will be responsible for ensuring compliance with stringent safety and quality standards throughout the roofing installation process, which is expected to last up to five years and includes a design phase of 180 days. Interested firms, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their statements of interest and qualifications to Corey Kline at corey.kline3@va.gov, with an estimated project cost between $250,000 and $500,000 and a potential Request for Proposal (RFP) anticipated by June 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the general requirements for a construction project under the Department of Veterans Affairs (VA). It specifies the responsibilities of the contractor, encompassing site preparation, labor, material furnish, and adherence to security and safety protocols. Key sections include construction security protocols, fire safety plans, infection prevention measures, and regulations concerning the protection of existing vegetation and structures during construction. The contractor must maintain compliance with OSHA guidelines, submit necessary documentation, and keep updated as-built drawings of the project. Accessibility to utilities, proper disposal of materials, and maintaining clear pathways for emergency services are emphasized. The contractor must also coordinate with the VA on scheduling, construction site logistics, and utility management. The overall aim is to ensure that construction is performed safely, efficiently, and in compliance with all regulations while minimizing disruptions to ongoing medical operations at the facility.
    The San Francisco VA Medical Center plans to replace the roofing of Building 5, a 2-story structure spanning 5,600 square feet. The current roofing, composed of rocks and gravel, has been compromised by water infiltration, particularly around a refrigeration room and clogged drains. The proposed solution involves demolishing the existing roofing and installing a new Ethylene Propylene Diene Monomer (EPDM) roofing, known for its durability and energy efficiency, which will come with a 20-year warranty. The project requires careful planning to minimize disruption to hospital operations, accompanied by infection control risk assessments and construction strategies to ensure mission continuity. The timeline includes a design phase of 180 days, with the entire contract lasting up to five years. Security protocols are highlighted, requiring contractors to report any security incidents swiftly. Overall, the project underlines the VA's commitment to maintaining facility integrity and safety standards while addressing significant roofing issues.
    The Department of Veterans Affairs (VA) is conducting a market research initiative through a Sources Sought Notice for the replacement of the EPDM rubber roofing in Building 5 at the San Francisco VA Medical Center. The goal is to assess potential contractors' capabilities and gather their interest in providing the required services. Contractors are invited to submit non-binding statements of interest and demonstrate qualifications related to the NAICS code 238160, which pertains to roofing contractors. The project is estimated to cost between $250,000 and $500,000, and responses will inform future acquisition planning, potentially leading to a Request for Proposal (RFP) by June 2025. Interested firms must meet specific criteria, including SAM registration and may be categorized by socio-economic factors such as SDVOSB or VOSB. Submissions should include detailed information about the business structure, past project experiences, bonding capabilities, and expected team arrangements. The notice emphasizes that it does not obligate the government to procure services or issue a solicitation and encourages clarity in proprietary information marking.
    The Department of Veterans Affairs is seeking contractors for the installation of Thermoplastic Polyolefin (TPO) roofing as part of the expansion and consolidation of the Office of Information Technology services. This project outlines the technical specifications for TPO roof systems, including material standards and energy performance requirements, such as compliance with the ENERGY STAR rating and specific solar reflectance values. The document specifies qualifications for installer and inspector, mandates third-party inspections, and details warranties and quality control measures. Key components include ensuring proper compatibility of materials, adherence to environmental standards, and compliance with safety regulations. The installation process is rigorously defined, including preparation of the substrate, temporary protection during installation, and procedures for flashing and seam welding. The document emphasizes the need for thorough inspections and adherence to best practices to avoid potential roofing failures. Overall, this RFP encapsulates the VA's commitment to high-quality, energy-efficient roofing solutions while meeting regulatory and safety standards critical for government projects.
    This document outlines the specifications for the demolition and removal of buildings, utilities, and debris as part of a government construction project. It emphasizes safety protocols to protect personnel and property during demolition, including the use of warning signs, barricades, and fire extinguishers. The contractor is responsible for surveying the site, avoiding damage to existing elements, and managing structural supports as required. All debris must be removed daily to comply with environmental regulations, with specific instructions on handling materials, including hazardous waste. The contractor must also legally dispose of all materials removed, ensuring that cleanup meets the satisfaction of the Resident Engineer. Overall, this RFP section focuses on safety, compliance with local regulations, and effective management of demolition activities within a federal construction framework.
    This document outlines specifications for the application of built-up bituminous waterproofing systems, focusing on the materials and methods necessary for effective waterproofing. It details the types of materials, including various bitumen products, felts, fabrics, and primers, as well as their delivery, storage, and handling requirements. The document emphasizes the importance of surface preparation, compatibility of materials, and adherence to specific ASTM standards. The application process comprises detailed instructions for waterproofing vertical and horizontal surfaces, including layering techniques and the necessary reinforcements at joints and intersections. Additionally, it specifies protective coverings, including fiberboard installation, to ensure the durability of waterproofed areas until final approval by the Resident Engineer. This specification is vital for federal and local construction projects, ensuring compliance with safety and quality standards while facilitating the procurement of services related to waterproofing.
    This document outlines the specifications for the installation of roof and deck insulation under a federal construction contract. It covers both new construction and repair work on existing roofs. Key components include adherence to related sections such as thermal insulation and roofing materials, along with stringent quality control measures overseen by qualified personnel. The document emphasizes the necessity of submittals, including product data and samples, to ensure compliance with safety and performance standards. Delivery, storage, and marking of materials are also discussed to prevent damage before installation. Furthermore, guidelines for installation detail the preparation of surfaces, selection of insulation types and thickness, and proper techniques for laying insulation. The document stipulates that roof insulation must meet specific thermal performance and safety ratings, ensuring compliance with national standards from organizations such as ASTM and UL. Overall, the file serves as a detailed framework for contractors bidding on federal and state roofing projects, ensuring quality standards and compliance with safety regulations throughout the insulation installation process.
    The document outlines specifications for bituminous built-up roofing in construction and renovation projects. It details procedures for installation, including materials and standards required for a comprehensive roofing system. Related work sections refer to various building practices such as gypsum concrete systems, insulation, and metal flashing. Key publications from ASTM and FM Global are cited to ensure compliance with safety and quality standards. Applicators must be experienced and certified, and the roof warranty is extended to five years. The section emphasizes the importance of quality control, requiring certifications for materials and methods, as well as specific delivery and storage conditions for the roofing materials. Environmental requirements stipulate adherence to weather conditions for installation, while standards for material selection emphasize durability and compliance with state regulations. Installation techniques cover substrate preparation, asphalt heating, and termination details to ensure proper system adherence and longevity. The document further specifies repairs and alterations to existing roofs, ensuring continuity of construction standards. Overall, this specification supports effective management of roofing projects, emphasizing safety, quality, and regulatory compliance in line with government RFP guidelines.
    The document outlines specifications for flashing and sheet metal installation in construction projects, emphasizing requirements for material selection, coordination with other trades, and detailing installation methods. It covers the use of various metals such as copper, stainless steel, and aluminum in different applications, including through-wall flashings, counterflashings, and mechanisms to prevent water infiltration. Specifics regarding material thickness, jointing techniques, and the fabrication of components like gutters, copings, and expansion joints are provided. The guidelines reflect industry standards and include references to applicable publications like ASTM and SMACNA manuals. This document serves as an essential resource for contractor compliance with federal and local construction standards, ensuring longevity and safety in building projects.
    The document outlines the specifications for sealants and caulking in construction projects, detailing proper usage, materials, and application methods. It differentiates between "sealants" for joints expected to experience more than 8 percent movement and "caulking" for static, interior joints. Quality control is emphasized, with requirements for experienced installers, source limitations, and adherence to testing standards such as ASTM C920 and C1021. Submittals, project conditions, and cleaning protocols are defined to ensure optimal adhesion and compliance with safety standards. Key components include guidelines for joint widths, substrate tests, and product specifications. Joint sealants must be sourced from a single manufacturer, and environmental conditions during application need to align with manufacturer guidelines. Additionally, colors of sealants must match adjacent materials, and options are provided for types of sealants and caulking compounds based on specific project needs. The document serves as a critical resource in ensuring that sealants and caulking applications meet both technical requirements and aesthetic expectations within construction federally and state-funded projects.
    Lifecycle
    Similar Opportunities
    Repair FTD Building Envelope 539-25-509
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Z1DA--554-26-105 Replace Damaged Windows at RMRVAMC (Const) (VA-26-00010269)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a project to replace damaged windows and glass doors at the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. The procurement involves the repair and replacement of 20 windows and 4 doors, requiring all necessary materials and work to be conducted with minimal disruption to the operational healthcare facility. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside, with an estimated contract value between $500,000 and $1,000,000, and a Request for Proposal (RFP) is anticipated to be issued around January 26, 2026. Interested offerors must ensure they are verified and visible in the SBA certification database at the time of proposal submission and contract award; for further inquiries, contact Elia Laritza Ruiz Manzo at Elia-Laritza.Ruiz-Manzo@va.gov or 303-712-5727.
    36C26126R0007 Replace B530 Gymnasium Floor Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for the replacement of the gymnasium floor in Building 530 at the VA Palo Alto Healthcare System. The project requires comprehensive construction services, including the removal of existing flooring, mold remediation, and the installation of a new maple wood gymnasium flooring system, ensuring a safe and durable surface for athletic and community use. This procurement is particularly significant as it supports the VA's commitment to providing quality facilities for veterans and the community. The estimated project cost ranges from $500,000 to $1 million, with a performance period of 60 calendar days. Interested contractors must submit their proposals by December 22, 2025, and can direct inquiries to Contract Specialist Christopher Aguon at christopher.aguon@va.gov or (808) 433-0600.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    4120--Repair HVAC Dampers - Project 671-22-133 (VA-26-00010045)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the repair and replacement of HVAC dampers at the Audie L. Murphy VA Hospital in San Antonio, Texas, under Project 671-22-133. The project aims to enhance air quality by providing all necessary labor, materials, tools, and supervision for the installation and repair of dampers, ensuring compliance with VA specifications and applicable regulations. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses, with a project magnitude estimated between $1,000,000 and $2,000,000. Interested parties should prepare for a Request for Proposal expected to be posted on or about December 5, 2025, and may contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or 210-240-6838 for further information.
    Y1DA--Project 549A4-21-703 EHRM Training and Admin build
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the EHRM Training and Admin Support Space project (Project Number 549A4-21-703) at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. This project involves the renovation of four rooms to create temporary EHRM classrooms and an office, including asbestos abatement, interior demolition, and installation of new HVAC equipment and finishes. The procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 236220, with a contract value estimated between $500,000 and $1 million. Interested contractors must submit their proposals by January 15, 2026, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov for further information.