Z2JZ--Jefferson Barracks St Louis Completion Contract
ID: 36C10F24R0098Type: Solicitation
AwardedJul 21, 2025
$3.7M$3,677,824
AwardeeRANDY KINDER EXCAVATING INC DEXTER 63841-9158
Award #:36C10F25C0005
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFOFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)WASHINGTON, DC, 20001, USA

NAICS

Site Preparation Contractors (238910)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the Jefferson Barracks St. Louis Completion Contract, focusing on construction work at the Veterans Affairs Medical Center (VAMC) in St. Louis, Missouri. The project encompasses approximately 38 work items, including site preparation, alterations, and various installations, with a particular emphasis on engaging a general contractor certified as a Service Disabled Veteran Owned Small Business. This initiative is crucial for enhancing healthcare infrastructure while promoting veteran-owned business participation. Interested contractors must submit their proposals electronically by March 14, 2025, following a formal site visit scheduled for February 24, 2025. For further inquiries, contact Gary L. Fowler, Contract Specialist, at gary.fowler@va.gov.

    Point(s) of Contact
    Krystal GlasperContracting Officer
    krystal.glasper@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting bids for a construction project at the St. Louis Jefferson Barracks Veterans Affairs Medical Center. The project includes approximately 38 work items, emphasizing essential construction tasks across various areas of the facility. The primary objective is to engage a general contractor who must be certified as a Service Disabled Veteran Owned Small Business. The project adheres to the North American Industry Classification System (NAICS) code 238910 with a small business size standard of $19 million. A formal site visit is scheduled for January 24, 2025, and all proposals must be submitted electronically by February 10, 2025. Evaluation factors include key personnel's experience, technical management approaches, corporate project experience, and past performance, with an emphasis on recent relevant projects. The government seeks a firm-fixed-price contract, and adherence to various regulatory provisions, including wage rate requirements and affirmative action compliance, is necessary for potential contractors. This RFP exemplifies the government's aim to enhance facilities while promoting veteran-owned businesses’ participation.
    This document serves as a modification to a solicitation issued by the Department of Veterans Affairs (VA) related to the construction project at VAMC Jefferson Barracks Division in St. Louis, MO. The primary purpose of the modification is to change the NAICS (North American Industry Classification System) code from 238910 to 236220, with a size standard of $45 million. This change is crucial as it affects the classification and eligibility of contractors for the project. All other terms and conditions of the original solicitation remain unchanged. The contract is administered by the VA’s Office of Construction and Facilities Management, emphasizing compliance with federal contracting regulations. The notice extends the helpfulness of the solicitation process to potential offerors and clarifies modifications to ensure clarity in contractor eligibility and scope. The document's structure is organized with sections designated for both administrative details and specific contractual modifications, ensuring clear communication with bidders. Overall, this modification reflects the VA's operational adjustments to streamline the acquisition process for federal projects.
    This document is an amendment to Solicitation 36C10F24R0098, issued by the Department of Veterans Affairs for the St. Louis VAMC Jefferson Barracks Division project. The amendment updates key timelines: the Request for Information (RFI) deadline has been postponed from January 31, 2025, to March 3, 2025, and the proposal submission deadline is now March 14, 2025. Additionally, a formal site visit is scheduled for February 24, 2025, at the specified St. Louis address. An additional amendment will be forthcoming to address RFIs received during this period. It is emphasized that all other terms and conditions of the solicitation remain unchanged. This amendment aims to ensure that bidders have ample time to prepare their proposals and participate fully in the solicitation process, reflecting the VA's commitment to transparency and engagement in its contracting process.
    The document pertains to an amendment of solicitation number 36C10F24R0098 issued by the Department of Veterans Affairs for construction work at the VAMC Jefferson Barracks Division in St. Louis, MO. The amendment addresses responses to inquiries received through a Request for Information (RFI) and modifies project specifications, including revising contractor experience requirements and extending deadlines for proposal submissions. Key highlights include: 1. **Project Requirements**: Contractors must now have relevant project experience completed within five years instead of three. 2. **Pricing Structure**: Offers should include separate pricing documents alongside standard forms and acknowledgments of amendments. 3. **Scope of Work**: Detailed specifications outline required work, including installation of electrical systems, landscaping, and structural enhancements. 4. **Safety and Compliance**: It emphasizes safety protocols for confined space work and quality control measures throughout construction. 5. **Deadline Extensions**: The proposal deadline has been extended to provide contractors adequate time to adjust bids according to the updated specifications and answers to RFI queries. This amendment serves to clarify project expectations, thereby facilitating better contractor responses and ensuring compliance with government standards.
    This document is an amendment to solicitation 36C10F24R0098 issued by the Department of Veterans Affairs for the project at the Jefferson Barracks Division in St. Louis, MO. The amendment addresses inquiries received through a Request for Information (RFI) regarding specific work items related to the project. Key clarifications include the absence of work item #14 in the original solicitation, for which detailed requirements are provided in an attached document. Additionally, item #27 pertains to bracket details necessary for the project, further detailed in an attached two-page document. Concerns regarding air filtration during the remediation of the pool house and acceptable temperature ranges are also addressed, specifying requirements for exhaust air during dust-producing operations and maintaining temperatures between 65 to 80 degrees Fahrenheit. Overall, this amendment aims to refine project specifications, ensuring all bidders have the necessary information to comply with the work requirements and timelines.
    The document outlines the comprehensive requirements and procedures for a construction contract at the Jefferson Barracks Medical Center. It emphasizes safety compliance, proper site preparation, and adherence to VA security protocols for all personnel involved. Key sections include general construction guidelines, including demolition, alterations, and various installations, which encompass electrical, thermal, and utility works. Contractors are required to submit detailed shop drawings, product data, and samples for review before proceeding, ensuring compliance with contract specifications. Emphasis is placed on quality control, testing obligations, and ongoing coordination with VA operations to minimize disruption. Furthermore, the document mandates robust measures for protecting existing infrastructure and landscaping, outlining clear responsibilities for the contractor concerning waste disposal, utility maintenance, and record-keeping. The requirement for photographic documentation throughout the construction process ensures a thorough archive of project developments and existing conditions. Ultimately, the project aims to upgrade facility operations while maintaining compliance with safety, environmental, and regulatory standards, showcasing the government's commitment to modernizing healthcare infrastructure effectively and safely.
    The Jefferson Barracks Veterans Affairs Medical Center is initiating a project to enhance the landscaping around flagpole lights on its west campus. The goal is to address maintenance challenges caused by mowing crews working near in-ground light fixtures, which were previously installed during a landscaping update in 2022. The outlined work involves relocating existing mulch areas to encircle these light fixtures to avert damage during maintenance activities. The project includes removing sod and replacing it with landscape mulch, as well as installing steel landscape edging around six service flagpoles. The existing metal edging will also be removed as part of this process. This project reflects the VA's commitment to maintaining their facilities while ensuring efficient operations for lawn care and preservation of amenities. The work is scheduled for completion by October 31, 2024.
    The document from the Jefferson Barracks Veterans Affairs Medical Center outlines details related to bracket installation for a project scheduled for completion on March 5, 2025. It includes references to specific items, such as typical bracket details (#19) and related bracket locations (#27). The content draws attention to a photographic representation from a pre-bid walk, indicating where typical addition brackets are expected to be placed. This file serves within the broader context of federal RFPs, highlighting the procedural steps and documentation required for construction or renovation projects initiated by the government, particularly focused on ensuring accuracy and thoroughness in bidding processes. Overall, it signals a meticulous approach needed to adhere to specifications in governmental contracting practices.
    The document is a Construction Experience Data Sheet used for federal and state RFPs, requiring information from contractors regarding their relevant project experience. It outlines several sections to collect essential data, including the firm's name, contact details, and the nature of their involvement in past projects (prime contractor, subcontractor, etc.). The contractor must detail specific projects, including contract numbers, award and completion dates, types of work performed, and financial figures such as award amounts and final prices. Key insights include the requirement for a detailed project description that emphasizes project relevance and unique features, as well as specific tasks that the firm self-performed. This form is crucial for evaluators assessing qualifications and experience of bidders against the project requirements outlined in the RFP. Overall, it facilitates the understanding of a contractor’s capacity to fulfill the contract needs by showcasing their previous work performance and expertise in construction tasks.
    The Past Performance Questionnaire (PPQ-0) is a crucial document utilized in the procurement process for government contracts. It gathers detailed performance evaluations of contractors based on past projects they have undertaken, enhancing transparency and accountability. The form's first section requires contractors to input identifying information, contract details, and a project description. The subsequent sections are designed for client feedback, requesting assessments across various performance criteria such as quality of work, timeliness, customer satisfaction, management effectiveness, cost management, safety adherence, and overall contractor reliability. Clients are expected to provide ratings from Exceptional to Unsatisfactory based on their experiences. This structured feedback not only helps in assessing the contractor's past performance but also supports informed decision-making for future bids. The document emphasizes the government's right to verify information, ensuring a thorough evaluation process that aids in selecting the most qualified contractors for government projects.
    The document pertains to the Standard Form 330, utilized in federal Requests for Proposals (RFPs) and grants, which is essential for detailing the qualifications of firms bidding on government contracts. It outlines the requirements for submitting resumes of key personnel, including their names, roles, professional qualifications, experience, education, and relevant projects completed. Specific sections require information on the total years of experience, current professional registrations, and detailed descriptions of previous project roles and completed work. The form emphasizes the importance of connections to the current firm while highlighting specific project scopes, sizes, and costs. Overall, it serves to ensure that agencies can assess the capabilities and experience of firms and their staff in fulfilling government contract requirements effectively.
    The document outlines a section of a federal procurement request for proposals (RFP) focusing on key personnel involvement in example projects related to the contract. It includes fields for the names of key personnel and their respective roles in the contract, as well as referencing their participation in previously listed example projects. Each project is identified by a key number, facilitating easily recognized connections between personnel and their experience. The primary purpose is to assess the qualifications and relevant experiences of key personnel in relation to specific projects, emphasizing their roles. It requires participants to indicate their involvement in similar roles across prior projects, underscoring the significance of proven expertise to ensure successful project execution. The structured layout intends to streamline the evaluation process, aiding government entities in selecting candidates best suited for the contract based on demonstrated competence. Overall, this document is integral for maintaining transparency and accountability in federal contracting processes, while also guiding evaluators in making informed decisions about personnel capabilities.
    This document outlines the General Decision Number MO20240089, which pertains to prevailing wage rates for building construction projects in St. Louis and Washington Counties, Missouri. It specifies wage requirements under the Davis-Bacon Act, highlighting two relevant Executive Orders. For contracts initiated or extended after January 30, 2022, the minimum wage is set at $17.20 per hour, while agreements from January 1, 2015, to January 29, 2022, require a minimum of $12.90 per hour unless a higher rate applies. The document includes detailed wage rates for various construction classifications, such as electricians, plumbers, and carpenters, indicating both hourly rates and fringe benefits. It also emphasizes the importance of compliance regarding worker protections, including paid sick leave and the requirement for necessary conformance requests for unlisted job classifications. The appeals process for wage determination is outlined, providing a pathway for interested parties to contest or request reviews. Overall, this document serves to enforce labor standards and ensure fair wages for construction workers employed on federal projects.
    Similar Opportunities
    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.
    657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to address various HVAC, vertical transportation, and refrigeration deficiencies at the Jefferson Barracks Division in St. Louis, Missouri. The project, identified as 657-25-106, aims to repair or upgrade existing systems and equipment to comply with current codes and VA specifications, with a construction budget estimated between $250,000 and $500,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications using Standard Form 330 by December 23, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Gislaine Dorvil at gislaine.dorvil@va.gov or Tim Parison at timothy.parison@va.gov.
    Z2NB--657-26-110JB - Upgrade Boiler Safety Valves , STL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the project titled "Upgrade Boiler Safety Valves, STL," located at the Jefferson Barracks VA in St. Louis, MO. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the replacement and upgrade of eight steam safety valves within the steam boiler system in Building 75 to enhance facility safety and efficiency. The contractor will be responsible for all labor, materials, equipment, and related services, including boiler shutdown/restart, scaffolding, and leak testing, with an estimated project cost ranging from $150,000 to $500,000 and a performance period of 180 calendar days. Interested contractors must be registered in SAM and VetCert, with the solicitation package expected to be available by December 19, 2025, and proposals due around January 15, 2026. For further inquiries, contact Kevin M. Farrell at kevin.farrell@va.gov or by phone at 913-946-1168.
    657-23-117, Create Cohesive Wayfinding System for Veterans, Bldg.1
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to create a cohesive wayfinding system at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. The project aims to enhance the veteran experience by updating outdated architectural finishes and installing directional kiosks, informational monitors, and displays honoring each military branch. This initiative is crucial for improving navigation and accessibility within the facility, with an estimated construction cost between $500,000 and $1 million. Interested vendors must submit their capabilities by 2:00 PM CST on December 22, 2025, via email to Gislaine Dorvil at Gislaine.Dorvil@va.gov, referencing "SOURCES SOUGHT: Project 657-23-117 Create Cohesive Wayfinding System for Veterans, Bldg. 1" in the subject line.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.
    36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking proposals for herbicide application services at Jefferson Barracks National Cemetery in St. Louis, Missouri. The contractor will be responsible for providing all necessary labor, materials, and equipment to apply Sublime Herbicide Solution for broadleaf and weed control across approximately 273 acres, with additional acreage in option years, adhering to strict application rates and safety standards. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, with a base year from January 2026 to December 2026 and four option years, and proposals are due by December 19, 2025, at 12:00 PM CST. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    FY26 Construction Forecast: Jefferson Barracks ANGS, St. Louis MO
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is forecasting several construction and repair contract opportunities at Jefferson Barracks Air National Guard Station in St. Louis, Missouri, for fiscal year 2026. The anticipated projects include constructing vehicle operations covered parking with rooftop solar panels, repairing the roof of Building 99, and various smaller repair initiatives across multiple buildings, with most projects set aside for small businesses. Interested vendors are encouraged to submit their SAM UEI number, bonding capacity, and a summary of their capabilities to the primary contacts, MSgt Joe Bernier and SMSgt Mark Phillips, via email, as there is no deadline for submissions. The projected contract values range from less than $25,000 to over $5 million, with updates to the opportunity provided periodically throughout the fiscal year.
    36C78626Q50029 Combined Synopsis Solicitation Herbicide Application JB National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide herbicide application services at the Jefferson Barracks National Cemetery in St. Louis, Missouri. The contractor will be responsible for supplying all necessary labor, supervision, materials, equipment, tools, and supplies to perform herbicide spraying, specifically utilizing Sublime Herbicide Solution for broadleaf and weed control, with a specified application rate of 1.5 ounces per 1,000 square feet. This procurement is crucial for maintaining the cemetery's grounds and ensuring the aesthetic and environmental integrity of the site. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Y1DZ | 586-22-102 | Renovate PC Blue for PACT - Women's Health Clinic | SOLICITATION
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of approximately 6,850 square feet of the Primary Care Blue Clinic at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi, to establish a new PACT Women’s Health Clinic. This project, designated as 586-22-102, is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to be VetCert SDVOSB certified and registered in the System for Award Management (SAM). The renovation aims to modernize the clinic, improve access, and enhance the quality of care while ensuring minimal disruption to ongoing medical operations. Proposals are due by January 13, 2026, at 10:00 AM CT, with a site visit scheduled for December 16, 2025, and inquiries accepted until December 19, 2025. Interested parties can contact Contract Specialist Lisa Peace at Lisa.Peace@va.gov for further information.