Z1DA--657A4-24-108, VCS Coffee Shop l PB
ID: 36C25524R0118Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for the site preparation of a Coffee Shop at the John J. Pershing Veterans Affairs Medical Center in Poplar Bluff, Missouri. This project, designated as 657A4-24-108, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated budget between $25,000 and $100,000, with a performance period of 60 days following the notice to proceed. The work involves adhering to strict safety protocols and compliance with VA security measures to ensure minimal disruption to ongoing medical operations during construction. Interested contractors must submit their proposals by September 12, 2024, and are encouraged to attend a mandatory pre-proposal site visit on August 12, 2024. For further inquiries, Cedric Graham, the Contract Specialist, can be contacted at Cedric.Graham@va.gov or by phone at 913-946-1141.

    Point(s) of Contact
    Cedric GrahamContract Specialist
    (913) 946-1141
    Cedric.Graham@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs issues a presolicitation notice for the 657A4-24-108 project, seeking a contractor to prepare the site for a coffee shop within the John J. Pershing VAMC in Poplar Bluff, Missouri. The primary objective is electrical work, involving the removal of existing electrical services and the installation of new ones to cater to the coffee shop's requirements. This includes accommodating a 50-amp in-line water heater and coordinating with VA staff for potential after-hours work. The contractor must also verify the absence of Asbestos Containing Material (ACM) and provide abatement if required, prior to commencing work. The scope entails all necessary materials and labor for this project, with a mandated coordination with the VA CO and on-site COR. The period of performance is 60 calendar days, and the estimated cost is between $25,000 and $100,000. Interested SDVOSBs should download the solicitation package by September 12, 2024, and attend the organized site visit for further clarification.
    The document outlines details for a pre-bid walkthrough related to the "Site Prep for VCS Coffee Shop" project at the JJP Veterans Affairs Medical Center. Scheduled for August 12, 2024, at 9:30 AM CDT, the walkthrough aims to inform potential bidders about the project scope and requirements. Attendance includes representatives from Ozark/JML, Jerry Lewis and Leo Acevedo, as well as Clay Havill from 4 OEN Contracting, indicating key companies interested in the bidding process. The attendance roster provides contact information for these individuals, reflecting the project's collaborative atmosphere. This meeting is a critical step in the government RFP (Request for Proposals) process, allowing contractors to gather essential information that will aid in their proposal submissions. The event emphasizes transparency and accessibility in government contracting, ensuring contractors fully understand the project before crafting their bids. Overall, the document aligns with the federal government's commitment to engaging qualified vendors in the procurement process for veteran services projects.
    The Department of Veterans Affairs, through Network Contracting Office 15, is soliciting proposals for the construction project titled "VCS Site Prep for Coffee Shop" at the John J. Pershing VAMC in Poplar Bluff, MO. This project is set aside for service-disabled veteran-owned small businesses, with an estimated construction magnitude between $25,000 and $100,000. Proposals will be evaluated using the Lowest Price Technically Acceptable (LPTA) method outlined in Federal Acquisition Regulation. Contractors must complete site preparation tasks within a 60-day performance period starting from the notice to proceed. Key elements include a mandatory pre-proposal site visit scheduled for August 12, 2024, and proposals due by September 12, 2024. Submission requirements include a signed Standard Form 1442, bid guarantee, and technical qualifications of key personnel. Documentation on past performance, construction experience, and a safety plan are also necessary to facilitate the technical evaluation process. Additional requirements entail adherence to affirmative action goals and compliance with wage determinations relevant to the project's locality, aiming to ensure equitable inclusion and safety standards in construction processes.
    The document outlines the amendment and pre-proposal conference details for Project 657A4-24-108, focusing on the site preparation for a coffee shop at Poplar Bluff. Administered by the Department of Veterans Affairs, the project has a budget between $25,000 and $100,000, and the performance period is set at 60 days following the notice to proceed. Notably, the project is exclusively available for Service-Disabled Veteran-Owned Small Businesses, necessitating the prime contractor to perform at least 15% of the labor. Key points discussed include submission requirements, bidding protocols, and compliance with the Buy American Act and Davis-Bacon Act. Proposals must include a detailed breakdown of costs, a contractor safety plan, and must meet specific safety credentials to avoid technical rejection. A bid bond of 20% is required during the bidding phase, with performance and payment bonds due upon contract award. Questions will be addressed during the conference, which is intended to clarify both contractual and technical issues regarding the project. The conference will conclude with a site visit to ensure thorough understanding and compliance with the requirements outlined in the solicitation.
    This document serves as an amendment to Solicitation Number 36C25524R0118 regarding Project 657A4-24-108, which pertains to site preparation for a Coffee Shop by the Department of Veterans Affairs' Network Contracting Office 15. It outlines important modifications that all offerors must consider, particularly regarding the inclusion of state and local sales or use taxes in their bid proposals. The amendment specifies that it is the offeror's responsibility to account for all applicable taxes as the government cannot utilize tax exemptions for this acquisition. It emphasizes the finality of bid prices, stating that requests for price changes related to tax inclusion post-award will not be permitted. The document assures that all other terms and conditions remain unchanged. The contracting officer, Cedric Graham, has endorsed the amendment to communicate these critical updates to potential bidders.
    The document outlines specifications for a food service equipment installation at the Poplar Bluff Medical Center, Montana, under government contracts. Key elements include details on the types of equipment required, such as espresso machines, refrigerators, ice makers, and food display cases, alongside their respective dimensions, electrical and plumbing needs, and installation instructions. The primary focus is on ensuring compliance with health and safety standards while supporting an operational food service area. The document specifies various utilities, like cold and hot water connections, gas requirements, and electrical specifications, detailing connections, amperage, and voltage needed for each unit. Additionally, it emphasizes the importance of modular fabrication for certain counter pieces to facilitate delivery and installation. Overall, the file serves as a comprehensive guide for contractors to effectively execute the installation process in line with federal and local regulations.
    The document presents technical specifications for various models of the Tempra® series, manufactured by Stiebel Eltron, a producer of electric tankless water heaters. Each model is categorized by item number, voltage options, wattage, amperage draw, and recommended circuit breaker and wire sizes. Key performance metrics include maximum temperature rise at different flow rates (from 1.50 GPM to 4.50 GPM), minimum water flow required to activate the unit, weight, nominal water volume, and pressure specifications. The specifications also note the copper wire requirements and recommendations for main service ampacity based on the model. Furthermore, it includes compliance certifications regarding lead content and electrical safety standards. The detailed performance data is particularly relevant for federal, state, and local RFPs related to energy efficiency and building infrastructure improvements. This summary underscores the significance of adhering to local codes and the relevance of the specifications for government procurement processes.
    The document discusses existing conditions related to electrical infrastructure, specifically the lobby breaker panels located in Electrical Closets Room 1A-068A and Room 2A-000B. This brief reference is likely part of a larger assessment or project focused on upgrading or maintaining electrical systems in a government facility. The identification of these specific rooms suggests that further work may be planned to evaluate the effectiveness and safety of the existing electrical panels. Overall, the document serves as a preliminary outline of electrical considerations that may be addressed under forthcoming government contracts or grants, particularly in response to federal or state RFP processes that emphasize infrastructure integrity and safety compliance.
    The document outlines the Department of Veterans Affairs (VA) VHA Master Specifications, detailing requirements for construction projects, specifically focusing on site preparation for the VCS Coffee Shop. It encompasses general requirements, safety protocols, demolition, existing conditions, and the management of construction waste. Notable sections include submission of shop drawings, product data, safety requirements, quality control, and the handling of sensitive information. Emphasis is placed on compliance with VA security protocols, safety management, and operational continuity of the Medical Center throughout construction. The contractor is held accountable for ensuring adherence to security measures, preventing unauthorized access, and protecting patients and staff during ongoing medical operations. Furthermore, a systematic approach to construction logistics, including scheduling, utility services management, and waste disposal, is mandated, reflecting a commitment to both operational efficiency and regulatory compliance throughout the project duration. The overarching aim is to ensure a safe and effective construction process while minimizing disruptions to critical healthcare functions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1DA--36C77624R0109 Minor Construction - Day Treatment Center Topeka, KS
    Active
    Veterans Affairs, Department Of
    Presolicitation VETERANS AFFAIRS, DEPARTMENT OF is seeking a Service-Disabled Veteran-Owned Small Business (SDVOSB) to construct a Day Treatment Center at the Colmery-O'Neil VA Medical Center in Topeka, KS. The project includes the construction of approximately 4,016 SF of Day Treatment Center space and Parking spaces. The contractor will be responsible for general construction, abatement, necessary removal of existing structures, concrete, steel, plumbing, HVAC, electrical, millwork, interior finishes, pavement, sidewalks, and other items. The project has a period of performance of 270 days and is expected to have a magnitude of construction between $5,000,000.00 and $10,000,000.00. Offers from SDVOSB concerns will be considered. The solicitation will be issued around mid to late November 2024. For more information, contact Mary S Sisson at mary.sisson@va.gov or 216-447-8300.
    Topeka VAMC JOC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract (JOC) specifically for the Colmery-O'Neil VA Medical Center located in Topeka, Kansas. This contract is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aimed at providing expedited procurement capabilities for non-complex general construction services, including maintenance, alterations, and repairs of buildings and structures. The total contract value is capped at $20 million over a maximum duration of five years, with a minimum task order amount of $2,000 and a maximum of $500,000. Interested contractors must submit their proposals electronically by the due date, ensuring compliance with all specified requirements, including past performance evaluations and safety protocols. For further inquiries, potential bidders can contact Gislaine Dorvil at Gislaine.Dorvil@va.gov or Arnold Payne at arnold.payne@va.gov, with a proposal submission deadline set for October 6, 2024.
    Y1LZ--Expand Medical Center Site Saginaw Minor Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Firm-Fixed-Price contract to undertake minor construction aimed at expanding the Saginaw VA Medical Center in Michigan. The project encompasses comprehensive site preparation across approximately 25 acres, which includes demolition of existing structures, utility rerouting, and the installation of new infrastructure, all in compliance with local and national codes. This initiative is part of the VA's commitment to enhancing facilities that serve the veteran community and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The anticipated award date is between late September and early October 2024, with a construction magnitude estimated between $5 million and $10 million, and a projected completion timeline of approximately 551 days from the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Dawn Schydzik via email at Dawn.Schydzik@va.gov.
    655-20-202 Atrium Renovation Bldg 22
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a comprehensive renovation of the atrium in Building 22 at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan. The primary goal is to enhance the atrium's functionality, aesthetics, and safety while ensuring the medical center remains fully operational during the construction process. Opportunity Overview This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, seeks to procure construction services for interior and exterior upgrades. The VA aims to award a firm-fixed-price contract with an estimated value of $45 million. Scope of Work The scope of work is divided into two phases and encompasses general construction, architectural adjustments, mechanical and electrical work, and finishes. Phase 1 includes: Installing exterior construction barriers and a gate Constructing temporary walls Selective demolition of existing interior elements Building an exterior canopy, sidewalk, and repairing pavement Constructing new interior walls and architectural elements Phase 2 requires: Demolishing the temporary construction wall Removing and replacing all flooring finishes The project has strict deadlines, mandating completion within 120 days of the notice to proceed. Contractors must adhere to detailed plans and specifications outlined in drawings and documents. Key Requirements Contractors must comply with OSHA and EPA regulations, attend a mandatory site visit, and meet small business size standards. They are responsible for providing a detailed project schedule, adhering to phasing plans, and ensuring compliance with strict safety and security protocols. Additionally, the installation of a HILTI firestop system is a critical requirement to maintain the Joint Commission accreditation. Eligibility Criteria Applicants for this SDVOSB set-aside must be verified in the VetCert registry. The VA will prioritize contractors with strong safety records, past performance, and experience in construction projects. Funding and Contract Details The estimated funding available for this project is $45 million. The contract type is a firm-fixed-price contract, and the solicitation document is Solicitation No. 36C25024B0058. Submission Process Interested parties should submit their applications by the deadline on July 31, 2024, at 11:30 a.m. EDT. The submission process includes a mandatory bid guarantee and performance bonds. The VA encourages contractors to ask questions prior to the deadline, with responses provided via amendments. Evaluation Criteria The VA will evaluate applications based on several factors. The primary evaluators are the contractor's safety records, past performance, and price. Technical aspects, including the technical approach, experience, and cost effectiveness, will also be considered. Contact Information For further clarification or questions, interested parties can contact Christina Shockey at Christina.Shockey@va.gov. Important Dates Key dates include a site visit scheduled for July 9, 2024, and the submission deadline on July 31, 2024.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    Y1DZ--VHA Minor Construction - Project 650-318 - New Otis CBOC for Providence VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a Replacement Outpatient Clinic at the US Coast Guard Air Station in Cape Cod, Massachusetts, under project number 650-318. This project aims to enhance healthcare services for veterans by providing a fully equipped facility that adheres to modern healthcare standards and safety regulations. The estimated budget for the project ranges from $10 million to $20 million, with a current funding cap of $16.5 million, and it is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit their proposals electronically by September 25, 2024, and are encouraged to contact Contracting Officer William D. Henkel at william.henkel@va.gov for further details.
    Z1DA-- Construction Renovate Outpatient Pharmacy and HVAC, Mather 612A4-19-016
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of the outpatient pharmacy and HVAC systems at the VA Northern California Healthcare System in Mather, California. This project aims to upgrade the existing pharmacy space to enhance operational efficiency and workflow, addressing critical deficiencies in plumbing and mechanical systems while providing a state-of-the-art facility for patient care. The anticipated contract value is between $5 million and $10 million, with a performance period of approximately 426 calendar days from the notice to proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must be registered in the System for Award Management (SAM) and verified by the SBA's VetCert program, with proposals due following the solicitation release on or about August 29, 2024. For further inquiries, contact Rosario Chaidez at Rosario.chaidez1@va.gov or call 916-923-4548.
    Z2DA--Replace Canteen Dishwashing Utilities | 666-24-129
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for plumbing construction services to replace and upgrade the canteen dishwashing utilities at the Sheridan VA Medical Center in Wyoming. The project aims to address existing plumbing deficiencies, ensuring compliance with plumbing codes and enhancing operational efficiency through various upgrades, including the installation of heat recirculation lines and improved drainage systems. This initiative is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a budget ranging from $100,000 to $250,000, and requires proposals to be submitted by October 7, 2024. Interested contractors must attend a mandatory site visit on September 23, 2024, and direct any questions to Contract Specialist Timothy R. Verburgt at Timothy.Verburgt@va.gov.
    Y1DZ--FY25: NRM (PROJ: 548-CSI-144) DB Replace Fisher House - Site Prep
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for a Design-Build project titled "Replace Fisher House – Site Prep" at the West Palm Beach VA Medical Clinic. The project involves site preparation for approximately 0.5 acres, which includes obtaining necessary permits, conducting a topographic survey, and designing utility connections such as power, water, and IT systems. This initiative is crucial for enhancing facilities that support military families, with an estimated construction cost between $1 million and $5 million. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by September 20, 2024, and inquiries directed to Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or (813) 940-2788.
    Y1DZ--586-22-105 Pharmacy Physical Security Upgrade
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to participate in a procurement opportunity for the Pharmacy Physical Security Upgrade at the G.V. Sonny Montgomery VA Medical Center in Jackson, Mississippi. The project involves a comprehensive upgrade of the pharmacy's physical security systems, requiring contractors to provide all necessary management, labor, materials, and equipment in accordance with the specified scope of work. This initiative is part of the Veterans First Contracting Program aimed at enhancing opportunities for veteran-owned businesses, with a contract value estimated between $2 million and $5 million. Interested firms must submit their statements of interest and capability statements to Contract Specialist Robert (Dustan) Arabie at robert.arabie@va.gov by the specified deadline, ensuring to include their small business category and relevant project experience.