BB Perform Structural and Water Intrusion Repairs at Lake Baldwin VA Clinic 675-24-814
ID: 36C24824R0147Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for structural and water intrusion repairs at the Lake Baldwin VA Clinic in Orlando, Florida, under Project Number 675-24-814. The project aims to address significant moisture and water damage affecting Building 500 and the Domiciliary, requiring comprehensive construction efforts including general repairs, minor demolition, and modernization of existing facilities. This initiative is crucial for maintaining the integrity and safety of healthcare environments for veterans, with an estimated construction magnitude between $1,000,000 and $5,000,000. Contractors must submit sealed bids by September 13, 2024, at 10:00 AM EST, and are encouraged to contact Aldwyn Singleton at aldwyn.singleton@va.gov for further information.

    Point(s) of Contact
    Aldwyn Singleton
    aldwyn.singleton@va.gov
    Files
    Title
    Posted
    The document outlines Amendment 0001 for Project Number 675-22-814, titled "B/B Perform Structural and Water Intrusion Repairs," administered by the Department of Veterans Affairs, Network Contracting Office 8. The amendment serves two main purposes: it provides responses to requests for information (RFIs) and includes additional attachments related to the project, and it extends the deadline for proposal submissions to September 13, 2024, at 10:00 AM. The document stresses the importance of acknowledging receipt of the amendment and specifies that no further questions will be accepted post-amendment. It emphasizes that all prior terms and conditions remain unchanged. Attachments related to architectural drawings, bid documents, RFI responses, and the revised statement of work (SOW) are also mentioned, indicating vital information for prospective bidders. The document aims to ensure clarity and compliance for contractors involved in the bidding process, aligning with federal procurement regulations.
    The solicitation document is a Request for Proposal (RFP) issued by the Department of Veterans Affairs for a construction project titled "Bid-Build Perform Structural and Water Intrusion Repairs at Lake Baldwin VA Medical Clinic." The project, identified as Project Number 675-24-814, involves repairs to address structural and water intrusion issues at specific locations within the facility. The estimated construction magnitude ranges from $1,000,000 to $5,000,000. Contractors are required to submit sealed bids by September 11, 2024, at 10:00 AM EST. The evaluation process will adhere to a Trade-Off basis, and all businesses are invited to participate regardless of size. Key stipulations include: mandated work commencement within a specified timeframe post-award, compliance with safety training regulations, and overall adherence to various construction standards. The document outlines essential project qualifications, including identification badge protocols for contractor personnel on-site, mandates for construction waste management, and requirements for an effective Quality Assurance/Quality Control (QA/QC) plan. Overall, this RFP reflects the VA's emphasis on maintaining facility standards and ensuring enhanced service quality for veterans through effective property management and upgrades.
    This document outlines wage determinations for building construction projects in Orange County, Florida, under the Davis-Bacon Act. It specifies minimum wage requirements that contractors must adhere to, particularly those issued under Executive Orders 14026 and 13658, affecting contracts entered or renewed after January 30, 2022. The minimum wage for 2024 is set at $17.20 for contracts covered by Executive Order 14026. Wage rates for various construction roles are provided, including classifications for workers such as carpenters, electricians, and cement masons, with detailed rates and fringe benefits. Additional provisions detail the appeals process for wage determination disputes, reminding contractors to submit conformance requests when necessary classifications are absent. The document emphasizes compliance with updated wage standards for workers, ensuring protections under federal mandates related to construction contracts. Overall, it serves to inform contractors and interested parties of their obligations and rights regarding labor standards in federal-funded building projects.
    This document is a Past Performance Questionnaire intended for clients to evaluate a contractor's performance in relation to a federal RFP. Clients are instructed to submit the completed questionnaire via email to the designated Contracting Specialist by a specified deadline. The questionnaire includes eight evaluation criteria assessing technical adherence, scheduling, submittal timeliness, change order management, project management effectiveness, contractor team performance, likelihood of rehire, and overall performance, using a rating scale from Outstanding to Unsatisfactory. Each section allows for additional comments to provide context for the ratings given. The document concludes with detailed definitions for the adjective ratings to guide the evaluator's assessments. Overall, it aims to collect structured feedback on a contractor's past performance to inform future contract awards in compliance with government procurement processes.
    The provided document outlines a detailed cost breakdown for a construction project, specifying labor and material costs across various divisions. Each division corresponds to different aspects of construction, such as General Requirements, Concrete, Plumbing, and HVAC, among others. The file includes sections for tracking expense categorization under labor and materials, along with overhead, profit margins, and bond costs. Although specific numerical values are absent, the structure is designed to sum up costs per division and provide a total project price, which remains flexible based on final calculations. This document serves as a critical tool for offerors responding to federal and local government Requests for Proposals (RFPs) and grants, ensuring transparency and accountability in funding allocation and project management. Its organized format aids officials in evaluating bids and enforcing budget controls effectively during the procurement process.
    The EMR Form is a Pre-Award Contractor Evaluation document essential for bidders to complete when submitting proposals for government projects. The form requires specific information concerning workplace safety metrics as per OSHA guidelines, including the number of man-hours worked, cases with work restrictions, the Days Away, Restricted, or Transferred (DART) Rate, and any OSHA violations over the past three years. Additionally, bidders must provide their six-digit NAICS Code, details on their company's Safety and Health Program administrator, and their Experience Modification Rate (EMR) from the past three years, indicating that a rate above 1.0 will result in disqualification. The document emphasizes the importance of maintaining safety standards and regulatory compliance in contractor evaluations, reflecting the government's focus on workplace safety and contractor reliability within federal and state/local procurement processes.
    The provided document is a Specialized Experience Form designed for contractors submitting proposals in response to government Requests for Proposals (RFPs). It mandates the submission of details regarding three relevant projects to demonstrate the contractor's experience. Each project entry must include contractor information, project title and location, role (e.g., Prime Contractor or Subcontractor), the percentage of work performed, and the awarded government agency's contact details. The form emphasizes a comprehensive description of the project's scope, challenges faced, resolutions, actual completion dates, and contractual pricing details. Contractors are required to report on project completion status and any contract terminations encountered. Ultimately, the document seeks to ensure that contractors provide sufficient information about their past performance to allow evaluators to assess their suitability for future government contracts effectively. This structured approach aligns with federal standards for evaluating contractor qualifications in the RFP process.
    The document outlines specifications for a construction project focused on structural and water intrusion repairs at the Alwyn C. Cashe State Veterans Nursing Home in Orlando, Florida. The project, designated as number 675-22-814, involves comprehensive architectural and structural plans aimed at enhancing the safety and integrity of the buildings. Detailed drawings illustrate the required demolition and construction processes, emphasizing the importance of maintaining fire-rated assemblies, environmental safety, and code compliance throughout the renovation. Key components include the removal and replacement of existing materials, installation of new construction elements, and specific instructions for modifications to HVAC and piping systems. The project mandates adherence to strict coordination among diverse trades to avoid jeopardizing existing conditions and to ensure effective restoration efforts. Safety measures are highlighted, particularly regarding the protection of on-site personnel and efficient management of construction-related disruptions. This design approach showcases the Veterans Affairs' commitment to facility modernization, with a focus on improving living conditions for veterans while adhering to regulatory standards and maintaining operational functionality during the renovation phase.
    The document outlines the specifications for structural and water intrusion repairs at the Lake Baldwin VA Clinic, part of the Orlando VA Medical Center in Florida. The project aims to identify and repair sources of water intrusion affecting Building 500 and the Domiciliary buildings, addressing significant moisture and water damage. The scope includes general construction, minor demolition, and modernization of existing facilities, particularly elevators. It mandates compliance with safety and security protocols, including site access, utility management, and waste disposal. The document specifies a rigorous project management approach, requiring the contractor to develop and maintain a Critical Path Method (CPM) project schedule to coordinate and monitor construction activities effectively. Adherence to environmental controls and preservation of existing structures is emphasized, alongside detailed requirements for material disposal, safety procedures, and post-construction warranty management. It reflects the government's commitment to ensuring high-quality, safe, and sustainable construction practices, aligning with federal standards for public facility enhancements. This detailed oversight ensures that the facility upgrade aligns with existing healthcare operations while minimizing disruptions during the construction phase.
    The document outlines the renovation specifications for the VA Lake Baldwin Mental Health facility in Orlando, FL, highlighting Life Safety and Code Data for the 3rd and 4th floors. The project encompasses a total net square footage of approximately 30,340 sq. ft., with renovations of 15,170 sq. ft. on each floor. Key elements include occupancy classifications, means of egress, fire resistance ratings, and structural requirements in compliance with the Florida Building Code and other applicable codes. Specific occupant loads and required plumbing facilities are identified for each floor, while a detailed analysis of fire alarms and sprinkler systems underscores the commitment to safety. The document provides a breakdown of various room uses and their respective occupant capacities, reinforcing the focus on creating a compliant and functional mental health environment. Overall, this RFP serves as a pivotal guide for contractors and stakeholders involved in the renovation process, ensuring adherence to safety and operational standards required for healthcare facilities.
    The project at the Lake Baldwin VA Clinic in Orlando, Florida, focuses on performing structural and water intrusion repairs for Building 500 and the Domiciliary. The scheme aims to identify and rectify water ingress through a phased approach, repairing the exterior walls, roof, and interior damages, particularly in the Mental Health offices. The current project budget has escalated from $700,000 to an estimated $1,171,829 due to extensive requirements outlined in the Moisture Intrusion Report. Major structural issues include inadequate drainage systems, leading to moisture buildup and significant damage. The project's timeline anticipates the final submittal and contracting processes by mid-2023, followed by construction lasting approximately nine months, aiming for completion in late 2024. Compliance with various building codes and standards is crucial to ensure safety and functionality. Overall, this initiative represents the VA's commitment to maintaining facility integrity and improving conditions in critical healthcare environments.
    The document outlines specifications for a project aimed at performing structural and water intrusion repairs at the DOM Building, located in Orlando, Florida. The project number is 675-22-814, and key locations and floor plans for the building are identified. Important notes detail contractor responsibilities, including verification of existing dimensions, maintenance of fire-rated assemblies, and compliance with VA policies. Enhancements include the removal and replacement of damaged materials, installation of new railings, and waterproofing treatments per the specifications. Detailed drawings illustrate various elevations, floor plans, and demolition scopes, with emphasis on protecting existing structures and ensuring safety during construction activities. This project underlines the U.S. Department of Veterans Affairs’ initiative to improve facility integrity while adhering to federal standards and enhancing patient care environments. The comprehensive nature of the provided specifications reflects a commitment to meticulous planning and the inclusion of safety measures, ensuring all work meets regulatory compliances without compromising service quality.
    The document pertains to the Phase II Request for Information (RFI) related to Project 675-22-814 BB, which focuses on structural and water intrusion repairs within a federal building, specifically the second and third floors. Key points include confirmation that work will be performed at night and on weekends, the breakdown of the project into four phases for concrete work, and the requirement for coordination with Grounds personnel for establishing a staging area. The document notes the need for clarification around additional tuck-pointing for mortar joint repair and mentions that certain specifications (03 64 00) are unavailable. Importantly, it confirms that the period of performance for the project has been set to 240 calendar days. Overall, this RFI document outlines logistical aspects and clarifications necessary for the successful execution of the repair project while adhering to federal guidelines.
    The Orlando VA Medical Center's project, referenced as Project No. 675-22-814, focuses on structural and water intrusion repairs at the Lake Baldwin campus. The scope includes addressing water damage in Building 500’s Mental Health offices and Domiciliary, with tasks such as wall repairs, installation of water-resistant coatings, and new drainage systems. The contractor must complete the work within 240 days of the Notice to Proceed, coordinating operations to minimize disruption to clinical functions. Compliance with safety standards is crucial, requiring all personnel to have OSHA training. The project necessitates submission of various documents, including a Quality Assurance/Quality Control plan and proof of insurance. The overarching aim is to enhance facility safety and functionality while adhering to federal guidelines and standards relevant to construction in VA environments. These requirements underscore the government’s commitment to maintaining high-quality healthcare facilities for veterans.
    Similar Opportunities
    C1DA--675-107 Create Emergency Management Space Minor Design - Lake Baldwin
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the creation of an Emergency Management Space at the Lake Baldwin VA Clinic in Orlando, Florida. The project involves developing complete construction documents, including working drawings and specifications, for a 25,000 square foot facility dedicated to managing emergency equipment, with a focus on compliance with federal standards and minimal disruption to existing operations. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an anticipated contract award by late January 2025 and a project budget estimated between $10 million and $20 million. Interested firms must submit their qualifications via the SF 330 form by 2:00 PM ET on October 8, 2024, and can direct inquiries to Contract Specialist Devin Russell at Devin.Russell@va.gov.
    Z1DA--PROJECT 546-24-119, Bid-Build (BB) Replace Roof in Building 7 at Miami VAHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for Project 546-24-119, which involves replacing the roof of Building 7 at the Miami VA Healthcare System. The project requires comprehensive construction services, including labor, materials, and supervision, with a focus on utilizing environmentally preferable products and ensuring compliance with the Buy American Act. This initiative is critical for maintaining the structural integrity and safety of the facility, with an estimated project cost between $1 million and $2 million and a target completion period of 240 calendar days after the notice to proceed is issued. Interested vendors must be registered in the System for Award Management (SAM) and are advised to await the official Request for Proposal (RFP), expected to be posted around September 26, 2024; for further inquiries, contact Aldwyn Singleton at Aldwyn.Singleton@va.gov or Michael Zorzi at michael.zorzi@va.gov.
    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 Memorial VA Hospital in Madison, Wisconsin, under project number VA-25-00007172. This project, with a budget ranging from $5 million to $10 million, aims to modernize hospital facilities while ensuring compliance with federal regulations and prioritizing participation from service-disabled veteran-owned small businesses (SDVOSB). The renovation will encompass comprehensive upgrades across various construction disciplines, including architectural, mechanical, and electrical systems, to enhance patient care environments. Interested bidders must submit their proposals electronically by 12:00 PM local time on October 11, 2024, and can direct inquiries to Contracting Officer John J Meyers at john.meyers2@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.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.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.
    Z2DA--506-21-705 EHRM Infrastructure Upgrades - Ann Arbor, MI - Construction (VA-25-00001864)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is planning a significant upgrade to the Electronic Health Record Modernization (EHRM) infrastructure at the Ann Arbor VA Medical Center. The VA aims to contract a single firm for this Firm-Fixed-Price construction project. The primary scope of work involves general contracting services for demolition, site preparation, and construction. This includes comprehensive services across architectural, fire protection, plumbing, mechanical, electrical, and telecommunication systems. The VA intends to issue an Invitation for Bid (IFB) for this service-disabled veteran-owned small business (SDVOSB) set-aside project in mid to late September 2024. The bid process will be conducted in accordance with FAR Part 14, with evaluations based on criteria that will be specified in the solicitation. It is estimated that the contract value will fall between $10 million and $20 million, and the project is expected to be completed within approximately 730 days from the issuance of the Notice to Proceed. Interested parties should prepare their bids according to the upcoming solicitation, which will outline key dates and evaluation processes. All questions should be directed to the issuing office via email, as telephone inquiries will not be accepted. The VA encourages potential bidders to carefully review the upcoming solicitation documents for all relevant details and instructions.
    Z2DA--Correct Fall Protection Deficiencies
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide construction services aimed at correcting fall protection deficiencies at the Clarksburg VA Medical Center in West Virginia. This project, identified as contract number 540-22-118, is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, with an estimated construction cost ranging from $500,000 to $1,000,000. The work will involve general construction and alterations to ensure compliance with safety standards, reflecting the VA's commitment to enhancing facility safety while supporting veteran-owned businesses. Interested contractors must be registered in the SBA Veteran Small Business Certification database and submit bids by November 6, 2024, with a pre-bid site visit scheduled for October 9, 2024, and a deadline for questions on October 16, 2024. For further inquiries, contact Adam Bradford, Contract Specialist, at Adam.Bradford1@va.gov or 304-255-2121 ext 4356.
    Y1DA--Project Number: 561A4-21-101 Replace RF Unit Site Prep - Rm. 48 Lyons VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of the RF Unit and associated site preparation in Room 48 at the Lyons VA Medical Center in New Jersey, under Project Number 561A4-21-101. The project entails comprehensive construction tasks, including demolition, installation of new mechanical systems, plumbing, electrical work, and fire protection, all while ensuring minimal disruption to the facility's 24/7 operations. This initiative is crucial for modernizing healthcare technology and enhancing operational efficiency within the medical center. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their bids by October 8, 2024, following a pre-bid site visit on September 10, 2024, with an anticipated contract value between $500,000 and $1,000,000. For further inquiries, contact Contracting Officer Phillip D. Kang at Phillip.Kang@va.gov.
    Z1DA-- 529-22-101 Replace Bldg. #7 Master Control Panel
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the construction project titled "Replace Bldg. 7 Master Control Panel" at the Butler VA Medical Center in Pennsylvania. The procurement involves a firm fixed-price contract for comprehensive construction services, including the replacement of the Master Control Panel and associated mechanical systems, with a performance period of 460 calendar days. This project is crucial for enhancing operational efficiency and safety within the facility, emphasizing compliance with applicable building codes and VA standards. Interested contractors must access solicitation documents via https://SAM.gov, with a pre-bid site visit scheduled for September 26, 2024, and all inquiries directed to Contract Specialist Amanda Murphy at Amanda.Murphy5@va.gov. The estimated construction cost ranges between $5 million and $10 million, and the solicitation is set to be issued around September 19, 2024.