Y1DA--556-402 Expand Sterile Processing Service (SPS) - Construction - Lovell FHCC, North Chicago, IL
ID: 36C77624B0018Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC HEALTH INFORMATION (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

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

    The Department of Veterans Affairs is seeking bids from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a construction project to expand the Sterile Processing Service (SPS) at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The procurement involves comprehensive design and construction services, including the installation of sanitary and vent piping systems, renovations of existing spaces, and the construction of new areas to enhance medical equipment sterilization and processing capabilities. This expansion is critical for improving healthcare services and ensuring compliance with safety and operational standards within the facility. Interested contractors must submit their proposals by August 13, 2024, at 1:00 PM EST, and can contact Contracting Officer Dean W. Flanders at Dean.Flanders@va.gov or (320) 247-0331 for further information.

    Point(s) of Contact
    Dean W. FlandersContracting Officer
    (320) 247-0331
    Dean.Flanders@va.gov
    Kathryn Allison
    Kathryn.Allison@va.gov
    Files
    Title
    Posted
    The government seeks a general contractor for a construction project to expand Sterile Processing Services (SPS) at the Captain James A. Lovell FHCC in North Chicago, Illinois. The project involves building a new addition and renovating existing spaces for SPS functions. The main objective is to create a functional, compliant workspace while minimizing disruption to ongoing SPS operations. The scope includes selective demolition, site work, and construction of a new addition, along with renovations to existing buildings. The contractor must provide containment and infection control measures, ensuring hospital operations are not affected. They will work closely with the government to coordinate phased construction and commissioning activities. Key project requirements encompass meeting VA policies, codes, and safety standards, with strict infection control protocols during the entire project. The contractor is responsible for weekly progress meetings and daily reporting, using VA-specified forms and including digital photos. Close attention is given to safety, with site-specific plans and strict guidelines for utility shutdowns, confined space access, and fire and smoke-rated wall alterations. The project has a proposed timeline, with key dates including a kick-off meeting, submittal deadlines, and a projected 730-day period of performance. The government will evaluate proposals based on price, past performance, and technical merit, with a focus on expedience, compliance, and functionality. Interested vendors must attend a mandatory pre-bid conference and follow specific guidelines for submissions and communications. The contract is expected to be firm-fixed-price, with an estimated value of around $702,000. Offers must be received by the deadline for consideration.
    The government seeks to procure a comprehensive range of washroom equipment and accessibility fixtures. This includes various Bobrick-brand models of paper towel dispensers, sanitary napkin disposals, grab bars, shower seats, and mirrors, designed for accessibility and durability. The focus is on high-quality stainless steel fixtures with specific dimensions and features, such as dispensers for C-fold and multifold paper towels. Some items have special requirements, like the electronic hands-free roll towel dispenser with adjustable paper lengths and time delays. The grab bars, for instance, must support substantial weight when properly installed, adhering to accessible design standards. These fixtures are intended for installation in public washrooms, with a emphasis on ease of use, durability, and compliance with building regulations. Contractors will be responsible for ensuring proper installation, often requiring custom backing or anchor devices, and must adhere to precise specifications for each piece of equipment. This procurement aims to enhance public facilities with modern, efficient, and inclusive washroom fixtures.
    The government seeks to expand the Sterile Processing Services (SPS) building at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The procurement objective is centered around construction-related services, including geotechnical investigations and recommendations. The report outlines investigative procedures, subsurface findings, and design suggestions for the proposed 15,000 square foot, two-story addition. Four test borings were conducted to assess the site's geology. The investigation revealed predominantly stiff native cohesive soils and occasional zones of granular soils. Based on these findings, the report offers recommendations for foundation design, including conventional shallow foundations and below-grade walls. It also suggests strategies for subgrade preparation, groundwater control, and excavation safety. Key recommendations include using a gross allowable bearing pressure of 3,250 psf for foundation design and implementing thorough site preparation, including proof rolling and subgrade stabilization. The report also addresses lateral earth pressures, providing values for passive and active conditions and considering both wind and seismic loads. Contractors will need to adhere to strict guidelines for foundation inspections, earthwork, and dewatering if needed. This procurement seeks a range of construction support services, with a focus on geotechnical investigations and design recommendations, to ensure a stable foundation for the new SPS building addition.
    The Department of Veterans Affairs seeks significant modifications to the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois, primarily focused on expanding the Sterile Processing Service (SPS) capabilities. The procurement's core objective revolves around constructing new spaces for SPS functions, including offices, workrooms, and storage areas, while also renovating existing spaces. This expansion aims to enhance the center's medical equipment processing and management. Key requirements encompass adhering to strict safety, security, and confidentiality protocols due to the operational nature of the healthcare facility. Bidders are expected to commit to tight deadlines, develop detailed phasing plans, and ensure uninterrupted operations during construction. The project emphasizes the protection of existing structures, utilities, and vegetation, with specific mandates for disposal and the management of PCBs. Contractors are mandated to use the provided drawings and specifications for the expansion and renovation, with surveys and reports required before and during the project. Strict guidelines are outlined for site preparation, demolition, and the protection of assets, including existing equipment and vegetation. The contract appears to be a firm-fixed-price arrangement, with multiple bid items and alternates outlined for various phases of the project. Critical dates include construction document submittal deadlines, with the project's targeted completion being in November 2022. Evaluation of proposals will likely prioritize factors such as price, adherence to specifications, safety measures, and the contractor's ability to meet deadlines.
    The Department of Veterans Affairs seeks to expand the Sterile Processing Service (SPS) at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The goal is to enhance the center's ability to handle medical equipment sterilization and processing. This expansion project requires comprehensive design and construction services. Several key specifications are outlined, including adherence to NFPA 13 Installation of Sprinkler Systems and NFPA standards for fire protection. The plumbing work must follow the International Plumbing Code, with a focus on ensuring accessible and reliable systems. The RFP also emphasizes the need for coordinated shop drawings and manufacturer submissions for approval before installation. Contractors must demonstrate qualifications and provide detailed drawings for the expansion, with strict attention to detail and compliance with numerous technical standards. The project has a complex scope, requiring management and integration of multiple trades and systems. Key dates and timelines are not explicitly mentioned, and evaluation criteria for proposals are not provided in the available information. The focus is primarily on the technical requirements and specifications for the expansion.
    The U.S. Department of Veterans Affairs seeks to expand sterile processing services at the Captain James A. Lovell Federal Healthcare Center in North Chicago, Illinois. The procurement's primary objective is to construct an addition for new sterile processing equipment, along with renovating existing areas for administrative functions. The scope entails developing finish selections based on VA guidelines, signage, and materials that meet durability and longevity criteria. This project also involves various interior design elements, including acoustic ceilings, carpeting, wall protection, and metal lockers. Additionally, the VA requires the expansion of joint cover assemblies and specific finish schedules for concrete, masonry, and metals, adhering to detailed specifications for each. Manufacturers and suppliers will need to coordinate with the VA for product approvals. Key dates and evaluation criteria were not explicitly mentioned in the provided files.
    The U.S. Department of Veteran Affairs seeks to expand sterile processing services at the Capt. James A. Lovell Federal Health Care Center. The procurement's primary focus is on interior design and construction, aiming to enhance the facility's functionality and aesthetics. Multiple interior finish options are detailed, including ceramic tiling, resilient base materials, and wall protection systems. Manufacturers and their respective products are specified, such as Crossville's ceramic tiling and Construction Specialties' Acrovyn wall coverings. The scope involves installing new flooring, coordinating stainless steel wall panels, and ensuring infection control measures. Key dates include a November 29, 2022 document issue and a projected June 14, 2024 completion date. Contract details are not explicitly mentioned, but the project is estimated at a significant value, given the comprehensive interior renovations involved. The evaluation of proposals will likely consider factors like price, technical merit, and past performance.
    The state of Illinois issues a general decision regarding wage rates for various skilled workers across multiple counties. This decision aims to establish fair wage practices for contractors and workers in the construction and residential sectors. It provides an extensive list of job classifications and their respective prevailing wage rates, effective dates, and county applicability. The rates are determined by collective bargaining agreements, surveys, or state regulations. This information ensures transparency and fairness in the hiring process for building and residential projects, covering roles from carpenters and electricians to laborer groups and truck drivers. These wage rates, effective as of different specified dates, are intended to apply to contracts subject to the Davis-Bacon Act, with provisions for paid sick leave and minimum wage requirements as mandated by Executive Orders. The decision also outlines a hierarchical appeals process for challenges, beginning with the Branch of Construction Wage Determinations and culminating with the Administrative Review Board.
    The procurement objective is focused on ensuring compliance with subcontracting limitations for services and construction projects. The government seeks to award a contract to a firm that commits to adhering to specified limits on subcontracting out the work. According to the file, for general construction contracts, the successful contractor must ensure that no more than 85% of the government's payment is passed to non-SDVOSB or non-VOSB firms. This file is part of a larger procurement process, and applicants must provide the required certification along with their proposals. The government will prioritize offers that include this certification, which can be further investigated during the evaluation process. Key dates and other administrative details are not provided in the current file extract.
    The procurement seeks to exempt contractors from paying Illinois Retailer's Occupation Tax or Use Tax on purchases of materials incorporated into real estate owned by the U.S. Department of Veterans Affairs (VA). This tax exemption, mandated by state law, aims to lower costs for contractors working on VA projects. Responding to the solicitation, contractors will be expected to factor this tax exemption into their bids, thereby reducing the potential financial burden associated with materials purchases for VA construction projects.
    The document submitted appears to be a Contractor's Exempt Purchase Statement, which is relevant to a construction contract awarded by the U.S. Department of Veterans Affairs (VA). The VA has engaged a contractor for a project at 12401 West Main Street in Marion, Illinois. This statement certifies that the contractor is exempt from paying taxes on purchases of materials and supplies that will be incorporated into the project. The exemption is granted under the provisions of Illinois Administrative Code 130.2075(d). This certification is essential for the contractor to obtain tax-exempt status for eligible purchases related to the VA construction project.
    The U.S. Department of Veterans Affairs seeks to expand its sterile processing services (SPS) at the Captain James A. Lovell Federal Healthcare Center in North Chicago, Illinois. The main procurement objective is to obtain professional design and construction services for this expansion, which will add new spaces and renovate existing areas. The project involves creating a detailed construction plan for a multi-phase SPS facility, incorporating demolition, renovation, and new construction. Key requirements include adhering to strict phasing and construction timelines while minimizing disruption to the existing healthcare operations. The scope entails designing and constructing various SPS areas, such as decontamination, scope processing, and sterilization zones, along with staff and administrative spaces. Multiple disciplines are required, ranging from architecture and engineering to technology and life safety expertise. The contract is valued at an estimated $24 million and will be awarded based on a best-value determination, with evaluation criteria focusing on technical merit, past performance, and price. Critical dates include the issue date of 11/29/2022 and a planned project duration of approximately 67 weeks.
    The Department of Veterans Affairs seeks to procure construction services for a comprehensive renovation and improvement project. This initiative encompasses various divisions and systems within the construction realm. The agency requires contractors to provide labor and materials for divisions including concrete, masonry, metals, finishes, and electrical work, among others. The focus is on renovating existing conditions, with divisions dedicated to fire suppression, plumbing, HVAC, and electronic safety also included. The project is divided into multiple sheets, each detailing specific divisions and their associated labor and material estimates. Contractors will be responsible for providing preliminary and final design services. The VA Form 6238 is mentioned as a required document, indicating that the project involves cost estimates and budgeting. The agency emphasizes the importance of adhering to specified unit prices and quantities, as well as meeting stringent design requirements. Key dates and evaluation criteria are not explicitly mentioned within the provided information.
    The government seeks to expand sterile processing services, likely within a healthcare context, through minor construction projects. The primary objective is to enhance these services, possibly involving the addition or upgrade of medical equipment and facilities. This is evidenced by references to a site visit sign-in sheet, indicating physical locations that require attention. The construction scope appears focused on improving infrastructure to support enhanced sterile processing capabilities. Key dates are mentioned, notably a site visit scheduled for July 15th, 2024, at 10:00AM CT, suggesting that bidders will need to conduct on-site assessments. The document also indicates that the project involves multiple parties, with several sign-in sheets containing names, company titles, email addresses, and phone numbers for various participants. It appears that the government aims to gather detailed proposals, as there's mention of a comprehensive set of evaluation criteria, although these criteria are not explicitly stated within the provided file contents.
    The procurement objectives of this construction project focus on expanding sterile processing services (SPS) at the Lovell FHCC. The project involves various construction tasks, including additions, alterations, and improvements. The main goods and services being procured include steel fabrication and erection, millwork, fire protection systems, civil works, electrical systems, telecommunications, and photographic documentation. Steel fabrication and erection services are required, with the steel fabricator needing to be AISC certified. The project involves providing two air compressors and associated equipment, along with millwork and cabinetry. Fire protection measures, including a new fire pump and extending the existing lightning protection system, are part of the scope. Civil works encompass dealing with contaminated soils, providing landscape features, and addressing foundation requirements. The electrical work entails installing electrical systems, raceways, and boxes, with specific requirements for cabling and flexible metal conduit. Telecommunications requirements involve installing video surveillance systems and ensuring network outages are coordinated. Photographic documentation, including during construction progress, is an important aspect, with online hosting and security measures needed. The project has a strong emphasis on infection control, requiring ICRA procedures and barriers. Additionally, the procurement seeks bids from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a range of construction-related tasks. Key dates are not explicitly mentioned, and the contract details are focused on the requirements that vendors must be SDVOSBs. The evaluation criteria center around the technical merit of proposals, including experience with similar projects, qualifications, and compliance with numerous requirements outlined in the solicitation.
    The government agency seeks to procure specific circuit breakers and panel boards as part of a larger electrical system upgrade. The primary objective is to obtain high-ampacity circuit protection devices rated for 600VAC, including two- and three-pole variants. The circuit breakers must adhere to interrupting ratings and technical specifications detailed in the file, with specific reference to standards such as UL 157-1 and IEC 157-1. The agency requires these circuit breakers to be installed in panels, specifying lug data and wire ranges. This equipment is intended for use in a demanding environment, as evidenced by the tropicalization (TROP) and high interruption capacity (IC) ratings. Vendors would need to supply the listed circuit breakers and panel boards, ensuring compliance with the provided catalog numbers and technical data. The work scope involves the delivery and installation of these electrical components, with torque settings and interruption ratings precisely calibrated. The contract is likely to be a firm-fixed-price arrangement, with key dates for submission and installation outlined in the file. Evaluation of proposals will prioritize factors such as technical merit, cost-effectiveness, and compliance with the detailed specifications.
    This RFP pertains to the expansion of the Sterile Processing Service (SPS) at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The focus of the procurement is on sanitary and vent piping systems, including associated equipment and accessories. The work involves installing and integrating these systems into the facility's plumbing infrastructure. The scope of work encompasses various aspects of sanitary waste, drain, and vent piping installation. This includes cast iron, copper, and galvanized steel piping, as well as specialized fittings and accessories. The contractor will be responsible for supplying and installing piping that complies with specified standards and regulations, such as the International Plumbing Code (IPC). They will also need to provide detailed submittals, including manufacturer's literature, shop drawings, and operating manuals. The RFP specifies the materials and standards for the piping systems, including cast iron, copper, and galvanized steel pipe and fittings. Cleanouts, floor drains, traps, primer valves, and penetration sleeves are also covered, with specific requirements for each. The contractor will need to follow precise installation and joint construction procedures, ensuring compliance with relevant codes and standards. The execution of the work involves pipe installation, joint construction, and the use of specialty pipe fittings. The contractor must adhere to strict guidelines for pipe hangers, supports, and accessories, ensuring proper spacing and loading requirements. Seismic restraint, fire stopping, and waterproofing are also addressed. The installed systems will undergo testing, including water tests, air tests, and final tests using smoke or peppermint. The RFP emphasizes the importance of commissioning, with the contractor providing documentation and training to ensure proper operation and maintenance of the installed systems. The contract details, key dates, and evaluation criteria are not explicitly mentioned in this section but may be outlined in other sections of the RFP document.
    The Abstract of Offers - Construction is a certification of receipt for construction-related offers or bids. It summarizes key aspects of the offers received in response to a solicitation issued by the Department of Veterans Affairs for expanding the SPS Minor Construction project at the Lovell FHCC - North Chicago facility. The abstract provides a concise record, listing the offered items, their quantities, unit prices, and estimated amounts, certifying the accuracy of the recorded information. It also notes the bid securities and acknowledges any amendments. This abstract specifically pertains to five line items, including the base bid and four deduct alternates, with estimated amounts ranging from approximately $19.5 million to $20.9 million. Two offers were received from The Povolny Group and Blue Yonder Inc., both secured with a bond of 20%, up to a maximum of $3 million.
    The Abstract of Offers - Construction Continuation Sheet details four offers received for construction projects. The offers vary in price despite similar estimated amounts. The projects involve significant work, with the highest estimated amount reaching over $22 million and the lowest around $19 million. The pricing per unit reveals a maximum difference of over $2 million. Among the offerors are Reed Construction, Troop Contracting, Diverse Solutions Group, and Richard Group LLC. The bid securities range from bond amounts of 20% to a maximum value of $3 million. Ample details are provided on the contract items, quantities, unit prices, and estimated amounts to ensure a comprehensive evaluation of the offers.
    The U.S. Department of Veterans Affairs seeks to expand sterile processing services (SPS) at the Captain James A. Lovell Federal Healthcare Center in North Chicago, Illinois. The project, aimed at enhancing healthcare facilities, requires detailed construction documents. This includes architectural, structural, mechanical, electrical, and technology drawings, along with specifications for materials and work procedures. Key areas of focus are demolition, plumbing, ventilation, and electrical systems. The agency seeks a licensed architect/engineer to provide these detailed construction documents, essential for the expansion's success. Critical dates include the issue date of 11/29/2022 and a revision date of 06/14/2024.
    The U.S. Department of Veterans Affairs seeks to expand the Sterile Processing Service (SPS) at the Captain James A. Lovell Federal Healthcare Center in North Chicago, Illinois. The project involves extensive renovation and construction documented in detailed architectural, engineering, and technical drawings. This procurement primarily aims to acquire professional services for project execution, including architectural design, engineering, technology integration, and construction management. Key project phases include demolition, renovation, and construction. Demolition plans focus on removing partitions, ceilings, and floor finishes to make way for new construction. The renovation entails enhancing corridors, telecommunications rooms, and various clinical spaces such as SPS clean and decontamination rooms, while also improving fire safety and mechanical systems. Construction work involves expanding the facility with a new addition, requiring site preparation and utility adjustments. Numerous technical specifications are outlined, covering a wide range of disciplines. For instance, fire-rated construction, fire caulking, and fireproofing are specified for fire safety. The use of specific materials, such as mold-resistant gypsum board and lead paint guidelines, is mandated. Additionally, detailed requirements are presented for mechanical systems, electrical systems, plumbing, and technology integration. Contractors are expected to coordinate closely with multiple disciplines, including architecture, engineering, and specialized services like fire safety and technology integration. The procurement's scope entails managing site logistics, protecting existing structures during construction, and adhering to strict requirements for hazardous material handling, including asbestos and lead-based paint abatement. Critical dates are outlined in the documents, indicating a comprehensive project timeline. The procurement process seems to be in an advanced stage, with some documents dated November 2022 and others indicating revisions up to June 2024. Evaluation criteria were not explicitly mentioned in the provided files.
    The U.S. Department of Veterans Affairs seeks to expand its sterile processing services (SPS) at the Captain James A. Lovell Federal Healthcare Center in North Chicago, Illinois. The main procurement objective involves constructing and equipping the new SPS facility, requiring architectural, engineering, and construction services. This includes providing detailed construction documents and phasing plans for the project. The scope entails expanding the SPS area, adding mechanical penthouses, and constructing new ventilation and plumbing systems. Multiple disciplines are involved, ranging from architectural design and interior finishes to mechanical, electrical, and plumbing work. The project has an estimated value of $23 million and is expected to be completed in several phases over two years. Key dates include the issue date of November 29, 2022, and a planned completion date of June 14, 2024. Companies specializing in construction, architecture, and engineering are invited to submit proposals, with evaluations based on price, technical merit, and past performance.
    The U.S. Department of Veterans Affairs seeks to expand the Sterile Processing Service (SPS) at the Captain James A. Lovell Federal Healthcare Center in North Chicago, Illinois, through two separate but concurrent procurements. The first focuses on architectural, electrical, and technology aspects, seeking design and construction solutions for SPS expansion. This includes creating detailed plans for phasing, demolition, and renovation to guide the transformation of the existing facility into a functional SPS unit. The key criteria for selecting bidders appear to be based on their ability to deliver solutions that meet federal and local regulations, adhere to the specified phasing and demolition sequence, and ensure the continuity of existing systems during the expansion. The second procurement relates to mechanical and plumbing work required for the SPS expansion. It involves providing design and construction documentation, with a particular emphasis on coordinating the intricate mechanical and plumbing systems required for a functional SPS facility. Bidders are expected to demonstrate their capacity to navigate the complex existing conditions and integrate new systems seamlessly. Both procurements prioritize minimizing downtime and ensuring the continuity of essential services during the expansion process.
    The U.S. Department of Veterans Affairs seeks to expand the Sterile Processing Service (SPS) at the Captain James A. Lovell Federal Healthcare Center in North Chicago, Illinois. The procurement's primary objective is to obtain professional design and construction services for this expansion, encompassing various architectural, engineering, and technological aspects. Multiple firms are listed as potential contacts, likely indicating a multi-disciplinary approach, with each firm specializing in different areas. The scope of work involves phasing plans, demolition, and construction details for the basement and multiple floors, including mechanical, electrical, and plumbing systems. This is evident in the comprehensive drawings and plans covering architecture, structure, life safety, equipment, and technology. Key dates and evaluation criteria are not explicitly mentioned, but the documents indicate a nuanced project expected to require careful coordination and phased work. The focus on detailed drawings and plans suggests a complex procurement process, likely involving a substantial budget and a multi-year contract.
    The U.S. Department of Veterans Affairs seeks to expand its sterile processing services (SPS) at the Captain James A. Lovell Federal Healthcare Center in North Chicago, Illinois. The procurement's primary objective is to obtain professional architectural and engineering services for the project, titled "Expand Sterile Processing Service (SPS) 100% Construction Documents." Several firms are listed as potential contacts, including Alesia Architecture P.C., Shaffer Stevens & Schaap P.C., Incandescence Life Safety, IMEG Corp., Calibre Engineering, and Force Protect Security Cons., each with their respective roles and responsibilities. The project involves detailed electrical plans for the basement demolition and construction, specifying the removal of existing electrical devices, lighting, and controls, and the installation of new ones. It also entails coordinating with other contractors and adhering to strict guidelines, including ADA compliance and fire safety regulations. Key dates include the issue date of the documents—11/29/2022—and a revision date of 06/14/2024. Firms interested in responding to this procurement must carefully review the extensive technical requirements and submit their proposals by the specified deadlines.
    The procurement objective of this project is to expand the Sterile Processing Service (SPS) at the Captain James A. Lovell Federal Healthcare Center in North Chicago, Illinois. The main focus is on constructing and renovating spaces for enhanced medical device processing and patient care. The center aims to procure construction-related services that include architectural, engineering, and technology enhancements. The work involves phasing plans, technology room enlargements, equipment plans, and technological infrastructure upgrades. Numerous technical specifications are outlined, such as specific sheet names (e.g., Technology Sheet Index, Overall Plans), sheet scales (e.g., 1/8" = 1'-0"), and technology-related abbreviations. The requirements include detailed drawings, demolition and construction phases, technology integration, and compliance with ADA guidelines. Contractors are expected to study existing conditions and collaborate with multiple disciplines, ensuring seamless integration of technology systems and adherence to design specifications. The contract is valued at $36,776,220.00 and seems to be a firm-fixed-price arrangement. Key dates include the issue date of November 29, 2022, and a revision date of June 14, 2024. The project's timeline appears to be divided into phases, with technology renovation being a significant focus. Evaluation criteria were not explicitly mentioned in the files. However, it can be inferred that the main criteria would likely relate to the contractor's ability to deliver the expanded SPS facility, adhering to the specified design requirements, timelines, and budget constraints.
    The Department of Veterans Affairs seeks bids from Service-Disabled Veteran-Owned Small Businesses for a Firm-Fixed-Price contract. Offerors are required to provide construction services to expand the Sterile Processing Service (SPS) at the Captain James A. Lovell FHCC in North Chicago, Illinois. The primary work involves general construction, selective demolition, and renovations according to provided specifications and drawings. The project has a mandatory performance period of 730 days. Key features include office spaces, work stations, case cart storage, and toilet and locker rooms. Offerors are instructed to submit priced bids for five deduct line items, which outline progressively reduced scopes of work. The VA will evaluate bids based on price, with awards made for the most advantageous deduct line items. Bids must be submitted electronically, and a mandatory site visit is scheduled. Critical dates include a site visit on July 15, 2024, and a bid submission deadline of 1:00 PM EDT on August 8, 2024. Prospective contractors must attend to technical specifications and submit the required representations and certifications, insurance, and bonds. The VA emphasizes compliance with Section 508 accessibility standards for ICT supplies and encourages the use of alternative dispute resolution for protests. Evaluation criteria focus on the responsiveness of bids and the determination of responsibility, with successful bidders required to meet equal opportunity and affirmative action goals.
    The Department of Veterans Affairs issues an amendment to a solicitation for a contract related to a project titled "36C77624B0018." The objective is to obtain construction services for a specific site visit sign-in sheet labeled as "SPS North Chicago_15JUL24." Offerors must acknowledge the receipt of this amendment, which extends the hour and date for offer submissions. The amendment incorporates a new attachment into the solicitation, specifically Attachment 21, detailing the requirements for the site visit. This amendment does not alter other aspects of the original solicitation. Offerors should carefully review the updated information and submit their offers accordingly.
    The Department of Veterans Affairs issues an amendment extending the bid due date for solicitation 36C77624B0018 to August 13, 2024, at 1:00 PM EST. Offerors must acknowledge receipt of this amendment and follow the specified instructions. The focus of this procurement is on altering the deadline for submitting bids, and two technical documents—Attachment 22 and Attachment 23—are integrated into the solicitation. These attachments contain technical questions and responses related to the project, providing clarification for potential bidders.
    Procurement Objective: The Department of Veterans Affairs, through the Program Contracting Activity Central, is seeking offers for an upcoming bid opening related to a construction project. Specifications and Requirements: The amendment includes an attachment with technical specifications for facility sanitary and vent piping, indicating that the project involves work on the plumbing system. Scope of Work: While not explicitly stated, the inclusion of plumbing specifications suggests that the scope of work involves the installation, modification, or repair of sanitary and vent piping in a facility. Contract Details: Not provided in this excerpt. Key Dates: The bid opening is scheduled for August 13, 2024, at 1:00 PM EST, with specific instructions provided for joining the meeting. Evaluation Criteria: Not explicitly stated, but the inclusion of technical specifications in the amendment suggests that offers will be evaluated based on their ability to meet the provided plumbing system requirements. Summary: The Department of Veterans Affairs is seeking offers for a construction project involving work on a facility's sanitary and vent piping system. The bid opening is scheduled for August 13, 2024, and interested parties are required to acknowledge receipt of this amendment and submit their offers by the specified deadline. The amendment includes technical specifications that offerors must consider in their proposals, suggesting that the evaluation of offers will focus on the ability to meet these plumbing system requirements.
    The government agency has issued an amendment to a current solicitation for contractors. The amendment extends the hour and date specified for receipt of offers, and all offerors are required to acknowledge receipt of this amendment. It also modifies the administrative aspects of the contract, but the core terms and conditions remain unchanged. This amendment includes new attachments detailing the bid abstracts, and offerors should refer to these when submitting their applications.
    Similar Opportunities
    Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the construction of an expansion line of chilled water piping at the Captain James A. Lovell FHCC in North Chicago, Illinois. The project, identified as 556-23-104, involves extending chilled water supply and return lines from Building 188 to several other buildings, adhering to specified designs and regulatory guidelines. This procurement is crucial for maintaining efficient climate control within the facility, which serves veterans' healthcare needs. The project budget is estimated between $1,000,000 and $2,000,000, with a completion timeframe of 330 calendar days following the issuance of the Notice to Proceed. This solicitation is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, and interested bidders must be verified SDVOSB entities under the applicable NAICS code 238220. The formal solicitation is expected to be posted on or about October 25, 2024, with a bid opening scheduled for November 26, 2024. For further inquiries, interested parties may contact Contract Specialist Rebecca Picchi at rebecca.picchi@va.gov or by phone at 414-384-2000 x42026.
    Z2DA--537-17-115: SPS Construction Phase 2, 3 &4
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "SPS Construction Phase 2, 3 & 4" project at the Jesse Brown VA Medical Center in Chicago, Illinois. The project involves comprehensive renovations in the SPS Department, including air handling unit replacements, demolition, air system installations, duct modifications, and electrical revisions, with an estimated completion time of 371 calendar days following the issuance of a Notice to Proceed. This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran-owned enterprises in federal contracting. Interested parties must register with the System for Award Management (SAM) and submit their letters of interest by September 9, 2024, with the solicitation details expected to be posted on September 30, 2024, and the bid opening scheduled for November 22, 2024. For further inquiries, contact Joshua K. Jackson, Contract Specialist, at Joshua.Jackson4@va.gov or call 414-844-4800.
    Z2DA--589-22-885 Expand Sterile Processing Service Space to Meet Requirements
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the project titled "Expand Sterile Processing Service Space to Meet Requirements" at the Kansas City VA Medical Center. This initiative aims to renovate approximately 18,000 square feet of space to enhance the Sterile Processing Services, which is critical for maintaining infection control and supporting surgical operations within the facility. The project involves comprehensive construction activities, including demolition, installation of new systems, and upgrades to existing infrastructure, all while adhering to strict safety and health regulations due to the active medical environment. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by October 22, 2024, and can direct inquiries to Contract Specialist David S. Sterrett at david.sterrett@va.gov. The estimated contract value ranges between $10 million and $20 million.
    Q502--VASCULAR-THORACIC SURGICAL SERVICES FEDERAL HEALTH CARE CENTER (FHCC)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Vascular-Thoracic Surgical Services at the Captain James A. Lovell Federal Health Care Center (FHCC) in North Chicago, IL. The contract, valued at approximately $16 million, encompasses a one-year base period with four optional one-year extensions, requiring the contractor to deliver comprehensive surgical services, including clinics, surgical procedures, on-call support, and a tumor board, all while adhering to high clinical standards and regulatory compliance. This procurement is vital for enhancing healthcare quality for veteran beneficiaries, ensuring that services meet the standards of civilian medical facilities. Interested contractors should contact Becky Cincotta at becky.cincotta@va.gov for further details and to discuss compliance with the Immigration and Nationality Act and the Small Business Subcontracting Plan requirements.
    S222--New: 5-Year Ordering Period Contract: 11/01/2024-10/31/2029) Hazardous Waste Collection and Removal Services. Captain James A Lovell FHCC in North Chicago, IL.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a five-year contract for hazardous waste collection and removal services at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This procurement aims to ensure compliance with environmental regulations while safeguarding public health through the professional management of various hazardous waste types, including flammable, corrosive, and toxic materials. The total contract value is estimated at $47 million, and it is set aside exclusively for small businesses, with responses due by 9:00 AM Central Time on October 28, 2024. Interested parties should direct inquiries to Contract Specialist Scott D. Sands at Scott.Sands2@va.gov, and a mandatory site visit is scheduled for October 17, 2024.
    Z1DZ--PROJECT 675-23-802, Design-Build (DB) Expand SPS Maintenance Area
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for Project 675-23-802, which involves the design and construction of an expanded Sterile Processing Service (SPS) maintenance area at the Orlando VA Medical Center. The project aims to enhance service efficiency and safety by providing comprehensive design-build services, including labor, materials, and supervision, while ensuring compliance with applicable safety and environmental regulations. This initiative is critical for improving healthcare facility operations, with an estimated construction budget between $250,000 and $500,000 and a target completion period of 239 calendar days following the issuance of the Notice to Proceed. Interested firms must register in the System for Award Management (SAM) and are encouraged to contact Contract Specialist Michael Zorzi at michael.zorzi@va.gov or Contracting Officer Elizabeth Romero at elizabeth.romero@va.gov for further details, with the formal Request for Proposal (RFP) expected to be posted around October 31, 2024.
    Z1DA--Project 550-24-103 (CON) Replace Air Handler Units B98
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of Air Handler Units B98 at the Veterans Affairs Illiana Healthcare System in Illinois, under Project Number 550-24-103. This construction project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to provide all necessary labor, materials, and supervision while adhering to applicable safety and regulatory standards. The project, with a budget estimated between $1,000,000 and $2,000,000, must be completed within 365 days from the Notice to Proceed, with the solicitation expected to be issued around October 21, 2024, and bids due by November 21, 2024. Interested bidders should contact Contracting Officer Thomas Stevens at thomas.stevens2@va.gov or 224-610-3647, and must be registered in SAM.gov to be eligible for contract award.
    Z1DA--607-22-101 Renovate Inpatient Ward 7B (VA-25-00007172)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of Inpatient Ward 7B at the William S. Middleton VA Hospital in Madison, Wisconsin. This project, classified as VA Project 607-22-101, aims to modernize hospital facilities with a budget ranging from $5 million to $10 million, prioritizing participation from service-disabled veteran-owned small businesses (SDVOSB). The renovation will encompass comprehensive upgrades across various construction disciplines, ensuring compliance with federal regulations and VA standards to enhance patient care environments. Bids are due via email by 12:00 PM local time on October 11, 2024, with a virtual bid opening scheduled for 1:00 PM on the same day. Interested contractors should contact Contracting Officer John J Meyers at john.meyers2@va.gov for further details.
    Z1DZ--523A5-24-010 Expansion Joint Corrections
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "523A5-24-010 Expansion Joint Corrections" project at the VA Medical Center in Brockton, MA. This project involves the replacement of existing expansion joints and the installation of new flooring, with an estimated contract value between $500,000 and $1,000,000, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The work must adhere to strict safety and operational protocols due to the presence of patients, and contractors are required to submit bids electronically by 2:00 PM EST on November 12, 2024, following a pre-bid site visit on October 22, 2024. For further inquiries, interested parties can contact Contracting Officer Heather M Libiszewski-Gallien at heather.libiszewski-gallien@va.gov.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO5 - MATOC II project, which involves construction services under solicitation number 36C24524R0024. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and focuses on maintenance, repair, and construction projects within the Veterans Integrated Service Network (VISN) across Maryland, Washington D.C., and West Virginia. The selected contractors will be responsible for various construction activities, including upgrades to healthcare facilities, with a performance period of five years and a maximum limit of $1,000,000 per task order. Interested parties must submit their proposals by October 28, 2024, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or (304) 263-0811 ext 7617.