Z1AZ--Project #629-25-100 Temporary Shoring & Safety Measures for Parking Garages (DB)
ID: 36C25625R0084Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals for Project #629-25-100, which involves the design and construction of temporary shoring and safety measures for parking garages at the Southeast Louisiana Veterans Health Care System in New Orleans, Louisiana. The project aims to address structural deficiencies identified in a recent assessment, ensuring the safety and functionality of the parking facilities for both staff and visitors. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a construction cost estimated between $100,000 and $250,000. Interested contractors must submit their proposals by May 28, 2025, and can obtain further details and documents from the SAM.gov website. For inquiries, contact Contracting Officer JB Herbst at jennings.herbst@va.gov or call 318-466-4884.

    Point(s) of Contact
    Contracting OfficerJB Herbst
    (318) 466-4884
    jennings.herbst@va.gov
    Files
    Title
    Posted
    The document outlines the design and construction plans for the Veterans Affairs (VA) New Orleans Medical Center project. It provides a detailed architectural layout, highlighting various levels including the parking level and concourse, with a focus on critical areas such as equipment storage, security, and dispatch. Essential elements include the treatment of vertical surfaces with waterproofing, installation specifications for bollards, and parking garage lighting designs. The document emphasizes compliance with safety and building regulations, referencing specific structural and electrical drawing details. Revisions and addenda throughout the planning process illustrate changes and clarifications made to the original plans. Overall, this document serves as a comprehensive guide for contractors to adhere to VA standards during construction efforts aimed at enhancing medical facility infrastructure and operational efficiency.
    The document outlines plans for the construction and design related to the second level parking structure of the SLVHCS Replacement Medical Center Project in New Orleans, Louisiana, overseen by the Department of Veterans Affairs. It includes specifications for various infrastructure elements such as staircases, sanitary tanks, and waterproofing membranes. Important design considerations highlight the integration of lighting and safety features, like bollards and pipe guards to protect vehicular traffic. Additionally, there are references to architectural details, including partition types and ratings, and guidelines for medical equipment layout on the floors. Various engineering consultants are involved in the project, focusing on civil, structural, mechanical, and plumbing engineering, along with fire protection services. The document serves as a vital component of the project’s overall construction documents, ensuring compliance with federal standards and efficiency in facility operations. Ongoing revisions and notifications regarding project adjustments underscore the dynamic nature of the construction process. This comprehensive planning denotes a commitment to creating modern medical facilities that serve the needs of veterans.
    The document outlines the construction details for various parking levels in a medical facility located in New Orleans, Louisiana, as part of the Department of Veterans Affairs’ SLVHCS Replacement Medical Center Project. It specifies the elevations and connections of parking levels 3 through 6, detailing which levels connect to the concourse and the construction features such as stairs, ramps, and lighting. The general notes address partition types, rated walls, pipe guards, and lighting layout, indicating the overall design standards and requirements. Additionally, references to consultants involving civil, structural, mechanical, plumbing, fire protection, and electrical engineering underline the collaborative nature of the project. The document denotes specific aspects such as fire protection and safety measures essential for compliance with regulations. Overall, it emphasizes the project’s intent to create a modern, compliant, and functional facility for medical services while coordinating various engineering and construction disciplines.
    The document details architectural and engineering plans for the construction of the seventh parking level at a medical center in New Orleans, Louisiana, specifically for the Department of Veterans Affairs. It outlines the specifications for various structural elements, including stairs, partitions, and lighting layouts. The plan emphasizes safety features such as bollards and pipe guards to prevent vehicular hazards. Additionally, it references multiple drawings, notes on fire safety measures, and details for installation and mounting of lighting and other equipment. The breadth of consulting engineering disciplines involved—civil, structural, mechanical, electrical, plumbing, and fire protection—highlights the project's complexity and adherence to rigorous standards. It also includes various addenda and revisions, indicating an evolution of designs and requirements throughout the planning stages. Overall, this document encapsulates a comprehensive approach to developing a functional and safe parking infrastructure as part of the wider improvements being made to the medical center.
    The document outlines detailed construction plans for the Veterans Affairs (VA) Replacement Medical Center Project in New Orleans, Louisiana. It includes specifications for various infrastructure elements such as parking facilities, access ladders, drainage systems, and security features. The plans detail the architectural and engineering contributions from multiple consultants, emphasizing compliance with safety and construction codes. Notable features include covered parking areas, overhead metal doors, and the installation of bollards for traffic protection. Specific notes are provided regarding partition types, rated walls, and infrastructural specifications like pipe guards and lighting layouts. Additionally, the document references several revisions and addenda that address modifications made throughout the planning phase, ensuring accuracy and adaptation to evolving project requirements. This document is pivotal in guiding the construction process while adhering to federal guidelines for health and safety standards.
    The document outlines construction plans and specifications for the second level of Building 5 at the replacement medical center project for the Department of Veterans Affairs in New Orleans, Louisiana. It details the architectural and engineering elements necessary for the construction, including various structural components, such as partitions, lighting, and waterproofing measures. Key notes include the adherence to fire safety regulations, the integration of mechanical systems, and the specifications for pipe and conduit protection in vehicular traffic areas. The document contains references to detailed drawings (like the AI400 series) and notes on the dimensions, materials, and construction methods required. Additionally, it includes information on revisions and addendums that impact the construction timeline and project management, emphasizing compliance with federal standards and project specifications. In summary, this technical document serves a vital role in facilitating the efficient and compliant development of VA facilities, ensuring that safety and operational needs are met.
    The document pertains to the construction and design specifications for the SLVHCS Replacement Medical Center Project in New Orleans, Louisiana. It outlines the technical details and elevations for various levels of a parking structure, specifying heights from Level 3 (123'-4") to Level 6 (155'-4"). Additionally, it lists various architectural and engineering consultants involved in the project, including structural, plumbing, fire protection, and electrical engineering services. The document includes essential information about general partition types, rated walls, dimensions, and other construction notes. It emphasizes the importance of adhering to safety standards, such as pipe guards for exposed installations, and provides guidelines for lighting and bollard placements. Moreover, the document references a series of addenda, indicating ongoing revisions and updates post-bid, which highlight the project's dynamism and responsiveness to requirements. The construction plans are a crucial part of federal funding applications and local RFP processes, reflecting the government's commitment to enhancing infrastructure to support veteran healthcare services.
    The document outlines the construction plans for the Building 5 of the Replacement Medical Center Project in New Orleans, Louisiana, emphasizing the layout and specifications for various floors, particularly Level 7. It includes details about stairs, utility levels, general partition types, and lighting arrangements. The note also references multiple drawings and details essential for ensuring compliance with safety and structural integrity, including fire-rated walls and bollard placements. Various engineering firms are involved, including civil, mechanical, electrical, plumbing, and architectural specialists. The document signifies a comprehensive approach to the construction process, highlighting the coordination among various engineering fields to meet federal government standards and local regulations. Furthermore, it contains addenda and revisions that address changes made throughout the development, underscoring the project's evolving nature as it progresses toward completion while ensuring all necessary safety measures are implemented.
    The Presolicitation Notice outlines a forthcoming Request for Proposal (RFP) for Project #629-25-100, focusing on Temporary Shoring & Safety Measures for Parking Garages at the Southeast Louisiana Veterans Health Care System in New Orleans, LA. Scheduled for release around April 28, 2025, the RFP will be set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR guidelines. The Design/Build (DB) contract requires creating and approving architectural plans, with a construction cost estimated between $100,000 and $250,000. Proposals will be due by May 28, 2025, and a single site visit will be conducted in a second phase. Contractors must be verified SDVOSBs listed in the SBA VetCert database and registered in the System for Award Management (SAM). The contract performance period is set for 150 days post-Notice to Proceed. A detailed Scope of Work is attached, providing further specifics regarding the project's requirements and expectations.
    This document is an amendment to a government solicitation related to the Department of Veterans Affairs’ healthcare contracting. Specifically, it serves to provide an updated Request for Information (RFI) register and supplemental drawings concerning a project by the Alexandria VA Health Care System. The solicitation modification extends the submission deadline and emphasizes the requirement for vendors to acknowledge receipt of this amendment prior to the designated time. Key details include the amendment's effective date, project number, and the contact information for the contracting officer. The document lists various attachments relevant to the project, including structural and mechanical drawings, bolstering the primary solicitation with integral information necessary for potential contractors. Additionally, it reiterates that all other terms and conditions of the original solicitation remain unchanged. The overall purpose of this document is to clarify project specifications and deadlines, ensuring transparency and providing all necessary documentation for vendors involved in the bidding process. This amendment exemplifies standard practices in government request for proposals, emphasizing the importance of updates in professional communications within federal contracts.
    The SLVHCS New Orleans project focuses on the Emergency Temporary Shoring of Building 5 at the Veterans Affairs Medical Center. The contractor is tasked with preparing the site for construction, which includes demolition, installation of shoring, and repair of structural concerns identified in the parking garage. Key safety requirements involve adhering to the VA's security management protocols and ensuring all work complies with established health and safety regulations. The document outlines key construction items such as temporary barriers for traffic control, detailed phasing schedules to minimize disruption to facility operations, and specific requirements for handling existing utilities without interrupting services. It emphasizes the importance of protective measures for existing structures and vegetation, as well as maintaining cleanliness in occupied areas throughout the project. Overall, the project underscores the VA's commitment to safely and effectively upgrade facilities while ensuring continuous operation and patient care during the construction period.
    The SLVHCS New Orleans Emergency Temporary Shoring project outlines comprehensive safety requirements and regulations aimed at ensuring a safe work environment during construction. Key aspects include adherence to various safety publications such as ASSP and OSHA standards, with mandatory submission of safety plans, including an Accident Prevention Plan and Activity Hazard Analyses, to the Contracting Officer Representative. The document emphasizes the role of Competent Persons responsible for overseeing safety protocols in high-risk activities, detailed training requirements for workers, and the necessity for PPE. Regulatory compliance is paramount, with clear guidelines for mishap reporting, inspections, and pre-construction risk assessments specifically designed for healthcare environments. The involvement of qualified safety personnel, including Site Safety and Health Officers, is emphasized to enforce compliance and conduct safety inspections. The document guides the contractor's responsibilities in maintaining safety and health standards, ensuring the project aligns with VA regulations and protecting both workers and the public during operations. Overall, this structured safety framework is critical for risk management in the context of government construction projects, emphasizing both operational safety and regulatory adherence.
    The Southeast Louisiana Veterans Healthcare System seeks proposals for an emergency design/build project to address structural deficiencies in the staff and patient/visitor parking garages at the New Orleans VA Medical Center following significant deterioration identified during a December 2024 assessment. The contractor is required to provide comprehensive shoring and repair solutions, ensuring minimal disruption to operations while adhering to all applicable regulations and VA standards. Key tasks include designing and repairing cracked and spalling concrete, replacing deteriorated sealants, and addressing safety hazards, particularly on multiple levels within both garages. The work is to commence within ten days of contract award, with design completion expected in 60 days and construction within 90 days. Contractor submissions must feature detailed cost estimates and construction plans, with comprehensive documentation throughout the process. All operations must align with established safety, health, and regulatory standards to ensure compliance and protect individuals on site. This project underscores the VA's commitment to maintaining a safe and functional environment for veterans and healthcare staff, addressing urgent structural concerns while promoting safety and accessibility.
    The document outlines the requirements for submitting a performance relevancy survey as part of a solicitation for the Temporary Shoring and Safety Measures project for parking garages (Project No. 629-25-100; 36C25625R0084). Offerors must provide detailed contract references of up to five projects completed within the last five years, presenting their performance as prime or subcontractors. Key components include project details such as contract values, timelines, and relevance ratings—categorized as Very Relevant, Relevant, or Somewhat Relevant—based on the scope and complexity compared to the current solicitation. Additionally, offerors are required to share insights on liquidated damages, previous project challenges, and any past performance recognitions or awards. Information on unique skills or accomplishments and technical areas pertinent to the project are also requested. The document underscores the responsibility of potential offerors to ensure timely submission of completed questionnaires from their references, emphasizing adherence to regulatory standards. The focused purpose is to evaluate the offeror’s past performance to determine the suitability for the upcoming project, highlighting reliability, experience, and quality of work.
    The document outlines the requirements for contractors submitting proposals for a project titled "Temporary Shoring & Safety Measures for Parking Garages" under the Department of Veterans Affairs (DVA). It includes a Past and Present Performance Questionnaire designed to evaluate the contractor's previous work and overall performance. Contractors must fill out their information and provide references, who are then asked to assess the contractor's performance using a 1 to 6 scale on various criteria, such as management effectiveness, timely resolution of issues, and quality control adherence. The questionnaire seeks to gather detailed insights into the contractor's ability to meet contract requirements, manage personnel, solve problems, and maintain project schedules. Respondents are required to submit completed forms to the Contract Specialist by a specified deadline, ensuring a thorough evaluation process. This procurement strategy emphasizes the importance of past performance in determining contractor reliability for future contracts, thereby supporting the DVA’s objectives in securing competent service providers.
    The document outlines the consent form required from subcontractors and teaming partners participating in the federal RFP 36C25625R0084, related to Project No. 629-25-100 for Temporary Shoring and Safety Measures for Parking Garages. It emphasizes the necessity of obtaining permission to disclose subcontractors' past performance information to the prime contractor as part of the government's assessment process. The form collects essential details from the subcontractor, including contact information and past performance references, accelerating the evaluation of their capability and reliability. By signing the consent, subcontractors acknowledge the importance of past performance in the source selection, thus permitting communication of relevant information with the prime contractor during the procurement process. The document reflects the government's strategy to ensure quality and best value through enhanced scrutiny of subcontractor performance in federal projects.
    This document outlines the evaluation criteria for contractors bidding on the Temporary Shoring & Safety Measures for Parking Garages project (Project No. 629-25-100, 36C25625R0084). It includes a Contractor Evaluation Form focusing on construction safety. Contractors are required to provide their OSHA 300 Forms to report man hours, incidents involving days away or restricted work, and violation records. It also requests the Days Away, Restricted, or Transferred (DART) Rate calculation and requires documentation regarding any serious, willful, or repeat OSHA violations from the past three years. Additionally, bidders must specify who oversees their Safety and Health Programs and must submit their current Insurance Experience Modification Rate (EMR) as evidence of safety performance. If the EMR exceeds 1.0, a detailed written explanation is needed from the insurance carrier. This evaluation is part of the federal procurement process aimed at ensuring contractor safety compliance and risk management.
    This document is a Surety Form associated with the federal Request for Proposals (RFP) for Project No. 629-25-100, focusing on Temporary Shoring & Safety Measures for Parking Garages under RFP 36C25625R0084. The form is intended to be completed by the surety company and submitted by the contractor as part of their technical proposal package. Key components of the form include the contractor's details, surety company information, bonding history, and a series of yes/no questions assessing the contractor's financial reliability. These questions inquire about the surety’s longevity in providing bonding, the contractor's rating, bonding limits, past project completions, instances of denied liability insurance, and complaints about non-payment by subcontractors or suppliers. The purpose of the form is to establish the contractor's bonding capacity and reliability, crucial for evaluating their capability to fulfill contract obligations in a government procurement context. This aligns with standard practices in federal and state/local RFP processes, where financial security and the ability to manage subcontractor relationships are pivotal.
    The government document outlines a Request for Information (RFI) form related to Project No. 629-25-100, which focuses on Temporary Shoring and Safety Measures for Parking Garages under contract number 36C25625R0084. It specifies that all pre-proposal inquiries must be submitted via email on an editable version of the provided form, detailing the company name, contact person, phone number, date, and sequential proposal inquiries. Each inquiry is to be numbered and listed individually on the form. This structured approach facilitates organized communication and ensures clarity in the information gathering process, emphasizing the importance of accurately addressing potential concerns prior to proposal submission. Overall, the document is part of the federal procurement process aimed at acquiring safety and engineering services for parking renovations, reflecting standard procedures for federal and local solicitations.
    The government document relates to a Request for Proposal (RFP) issued by the Department of Veterans Affairs for a design-build project aimed at providing temporary shoring and safety measures for parking garages in New Orleans, Louisiana. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and all offers must comply with certification requirements. The procurement follows a two-phase process with Phase I focusing on qualifications and technical approach, while Phase II will select the highest-rated offerors for detailed proposal submission. Proposals are due via email and must meet stringent technical and price evaluation criteria to ensure feasibility, value, and adherence to regulations. Key elements include requirements for a certified SDVOSB status, submission of detailed proposals including resumes for key personnel, past performance examples, and a comprehensive breakdown of pricing. A site visit will be conducted for selected offerors, with various procedural stipulations for amendments, communications, and inquiries outlined. The estimated cost range for the project is between $100,000 and $250,000, demonstrating the government's commitment to fostering participation from veteran-owned businesses while ensuring effective project execution and compliance with all relevant laws and guidelines.
    The Structural Condition Assessment of the Southeast Louisiana Patient/Visitor Parking Garage aims to evaluate the structural integrity and waterproofing systems at the facility located at 2400 Canal Street, New Orleans, Louisiana. Conducted by Martin/Martin, Inc., the report, dated March 7, 2025, highlights that the garage is generally in good condition but requires various maintenance and repair actions to maintain its safety and extend its lifespan. Immediate repair needs include addressing large cracks and loose concrete, while high priority items involve fixing diagonal cracks and deteriorated traffic coatings. The report categorizes repair needs into four timeframes: immediate (urgent concerns), high priority (within 12 months), medium priority (12 to 36 months), and low priority (36 to 60 months), with estimated costs of $70,000, $1,090,000, $1,540,000, and $225,000 respectively. The assessment underlines the importance of timely repairs to prevent structural hazards and deterioration, thereby guiding the budget planning for future maintenance and ensuring compliance with safety regulations. Overall, this assessment is a critical step in the management of the facility, showcasing the government’s investment in maintaining the infrastructure for veterans' services.
    The Structural Condition Assessment of the Southeast Louisiana Staff Parking Garage, located at 2400 Canal Street, New Orleans, aims to evaluate the facility's structural integrity and outline necessary repairs. The report details high, medium, and low priority repairs based on observed conditions from December 2024. High priority repairs, required within 12 months, include addressing diagonal cracks in double-tee stems, spalling concrete, and issues with corrugated pipes. Medium priority repairs, slated for 12 to 36 months, focus on modifications to steel connections and horizontal surface repairs due to delaminations. Low priority repairs, due in 36 to 60 months, highlight necessary maintenance such as cleaning clogged drains and treating plastic shrinkage cracks. The assessment recognized that some conditions might not present immediate structural threats but could lead to deterioration over time, emphasizing the importance of timely intervention. This report serves as a planning tool for funding and managing repairs to ensure the continued safety and function of the parking structure, aligning with federal and state maintenance standards. The findings underscore the necessity for a proactive approach to infrastructure management within government facilities.
    The 629-25-100 Phase 1 RFI Register outlines responses to questions regarding a construction project involving shoring and repair work on parking garages, primarily for patient and worker safety. Key points include confirmation that additional access time after site visits is not permitted, but further RFI periods will be allowed for pricing. The scope of work (SOW) limits repairs to specified documents, with sealant types and required engineering stamps addressed. Night work is permitted to maintain traffic, and contractors will need to partner with an architect for drawing submissions. Notably, the presence of existing structural issues necessitates that the contractor is responsible for obtaining permits and adhering to ICRA requirements. The document highlights the importance of past project performance submissions, with clarifications on required documentation for each project phase. In summary, the RFI register serves as a guide for contractors during this competitive acquisition, ensuring clarity on project requirements and expectations related to safety, engineering standards, and compliance with federal regulations.
    The document outlines detailed architectural and engineering plans for the SLVHCS Replacement Medical Center project, specifically focusing on the construction of two parking garages: Building 4 (Staff Parking Garage) and Building 5 (Patient Parking Garage). It includes slab elevation plans, framing plans, striping plans, enlargement views, and various structural and plumbing details, delineating the layout of each parking level and relevant specifications for materials and construction techniques. Additionally, it provides general notes, security details, fire protection plans, as well as HVAC and electrical systems specifics. The mention of revisions and bulletins suggests that the document is part of a dynamic planning and construction process, requiring adherence to governmental standards and local codes. This emphasis on details reflects the importance of compliance, safety, and functional design in federal construction projects, ensuring the improved functionality and accessibility of facilities for Veterans' use. Overall, this document serves as a comprehensive guide for the construction management team, highlighting the technical requirements essential for effective execution and oversight of the project, consistent with objectives of government RFPs and grants.
    The document outlines technical specifications and general notes for the SLVHCS Replacement Medical Center Project in New Orleans, Louisiana, overseen by the Department of Veterans Affairs. The primary focus is on the lighting plans across various building levels, including first to fourth floors. Each level's electrical and lighting installation, accompanied by detailed control and management strategies, is meticulously outlined. Important details include occupancy sensor setups, emergency backup systems, circuit specifications, and compliance with safety regulations. The document emphasizes the critical need for proper installation of equipment in accordance with established guidelines, highlighting the requirement for all contractors to provide necessary modules and interconnections. Additionally, it insists on the separation of line voltage life safety wiring from other system wirings in junction boxes, reinforcing safety protocols for life safety systems. The insistence on thorough installation based on the referenced drawings indicates a structured approach to ensure compliance with federal standards for facility management. Overall, the document serves as a comprehensive guide to the lighting and electrical installation necessary for the proper functioning of the medical center, ultimately reflecting the VA's commitment to providing high-quality healthcare infrastructure.
    The document outlines the design criteria for fire protection systems, specifically focusing on standpipes and hose systems in a construction project at a medical center. It mandates that manual dry standpipes conform to NFPA 14 standards, with Class I standpipes being at least 4 inches in diameter and requiring 2-1/2 inch fire hose connections at stairwell landings. It specifies the need for expansion joints where piping passes through structural expansion points and emphasizes the installation of lockable isolation valves. The fire protection contractor is responsible for all materials, installation, and necessary approvals from the regulatory authority prior to any work, including the submission of detail plans for visibility and access compliance. Maintenance and coordination with the fire authority are stressed. Inspection tests are required before final acceptance. Proper labeling, painting, and drainage considerations for all fire protection piping systems are also detailed, alongside specifications for signage and system warranties. This comprehensive approach ensures that fire protection measures are both effective and compliant with federal and local regulations, supporting the overall safety of the facility.
    The document outlines technical specifications and requirements for telecommunications conduit installations as part of a construction project for the Department of Veterans Affairs in New Orleans. It provides detailed guidance on cable pathways, grounding, and conduit installation techniques, emphasizing compliance with national electrical codes. Key components include restrictions on conduit lengths, specific configurations for pull boxes, and the use of appropriate materials to ensure safety and functionality. Additionally, the document describes various outlet types and the necessary installation procedures for data and voice cabling systems. This comprehensive approach aims to facilitate the deployment of a robust telecommunications infrastructure, critical for the operational effectiveness of the facility, while adhering to related state and local regulations. The focus on clear installation guidelines underscores the importance of structured cabling systems within the broader context of government-funded construction projects.
    The document outlines HVAC and piping details for the SLVHCS Replacement Medical Center Project in New Orleans, Louisiana. It includes schematics and specifications for ductwork, piping layouts, and essential parameters required for effective HVAC system installation and operation across two buildings, BLDG 04 and BLDG 05. The plan is prepared under the supervision of various engineering consultants, emphasizing compliance with the Department of Veterans Affairs standards. Specific instructions addressing support structures, insulation, fire damper installations, and protective measures for exposed ductwork and piping are provided. The summary encompasses vital design specifications that ensure the project's adherence to safety, operational efficiency, and regulatory requirements. The overall objective is to enhance the medical center's mechanical systems and facilitate future operations aligning with federal guidelines for quality and safety in veteran healthcare facilities.
    This document outlines comprehensive plumbing specifications for the SLVHCS Replacement Medical Center Project in New Orleans, Louisiana, as part of the Department of Veterans Affairs' construction efforts. It includes a detailed list of plumbing abbreviations, legends, and general notes for plumbing work that must adhere to the International Building Code and national plumbing standards. Key requirements include coordinating all plumbing installations with other trades, ensuring no exposed piping in finished areas, and obtaining necessary permits. It specifies types of water, waste, and drainage systems to be installed, along with various plumbing fixtures and their configurations. Additionally, vital plumbing notes emphasize the necessity for shut-off valves, cleanouts, dielectric fittings for dissimilar metals, and the installation of emergency fixtures like eye wash stations and showers. The document serves as a crucial guideline for contractors to ensure compliance and safety standards throughout the construction process, specifically focusing on plumbing systems and their integration within the overall project framework.
    The document outlines the requirements and specifications for a Security Management System (SMS) related to the Department of Veterans Affairs (VA) construction project. It emphasizes the integration of a digital video surveillance system, card readers, and hierarchical control mechanisms to ensure secure access and control throughout the facility. Contractors are required to utilize factory-trained personnel for installation, verify compliance with all applicable codes, and ensure a coordinated effort with other trades. Key components include the installation of wiring and equipment that ensures all devices are properly labeled, installed, and protected against environmental factors, adhering to the latest industry standards. Additionally, protocols are established for emergency responses, ensuring fail-safe operations of electric locks during power outages. The document underscores the significance of systematic installation and testing, guiding the project towards operational readiness in compliance with federal and local regulations, reflecting the VA's commitment to safety and security in facility management.
    Similar Opportunities
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a 93,200-square-foot gravel parking lot with 320 spaces at the Dayton VA Medical Center, as part of a project aimed at expanding staff parking. The contractor will be responsible for all labor, materials, and equipment necessary for site preparation, grading, gravel installation, and the placement of parking blocks, adhering to federal, state, local, VA, and OSHA standards. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated contract value between $250,000 and $500,000. Proposals are due by January 22, 2026, at 10:00 AM local time, and interested bidders are encouraged to attend a site visit on December 18, 2025. For further inquiries, contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the expansion of the B330 Staff Parking Lot at the Dayton VA Medical Center, under project number 552-26-502. The project entails constructing an approximately 93,200 square foot gravel parking lot that will accommodate around 320 parking spaces, thereby enhancing the existing staff parking area. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated construction cost ranging from $250,000 to $500,000, and a projected period of performance of 90 calendar days. The solicitation is expected to be posted on SAM.gov around November 14, 2025, with proposals due approximately 30 days thereafter; interested parties should contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov for further inquiries.
    Y1DA--NRM-CONST 630A4-20-412 Repair Parking Lots and Roads SA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified construction firms to undertake the repair of parking lots and roads at the St. Albans VA Medical Center located in Queens, New York. The project involves comprehensive work including asphalt removal and replacement, resurfacing, striping, grading, curb and gutter repair, drainage improvements, and site restoration, all adhering to VA and manufacturer specifications. This initiative is crucial for maintaining safe and accessible facilities for veterans and staff, with an estimated construction cost ranging from $5,000,000 to $10,000,000. Interested contractors must be Service-Disabled Veteran-Owned Small Business Certified (SDVOSBC), registered with SAM.gov, and comply with all relevant VA regulations and safety standards. A site visit is strongly encouraged, and the solicitation is anticipated to be issued around December 19, 2025. For further inquiries, contact Torell Camp at Torell.Camp@va.gov or call 718-584-9000.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.
    Y1LZ--Project 620-23-102 Repave Parking Lot G at the Montrose VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for Project 620-23-102, which involves repaving Parking Lot G at the Montrose VA Medical Center in New York. This project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requiring contractors to provide all necessary materials, equipment, and personnel to complete the work, which includes general construction, demolition, grading, drainage, and the installation of pole-mounted lighting. The project has a construction magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days from the Notice to Proceed. Interested bidders must be registered in SAM.gov and verified as an SDVOSB, with the solicitation expected to be released around December 9, 2025. For further inquiries, contact Contracting Officer Daniel Barone at Daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.
    Y1PZ--603-26-103 - Repair Storm and Snow Damage
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to undertake the "Repair Storm and Snow Damage" project at the Robley Rex VA Medical Center in Louisville, KY. The project involves various repair tasks, including culvert repair, parking lot curb replacement, fence repair, tree and limb removal, and drainage improvements, with an estimated contract value between $25,000 and $100,000. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and emphasizes compliance with safety, regulatory, and environmental standards. Interested contractors must submit their bids by January 6, 2026, following a site visit on December 12, 2025, and are encouraged to direct inquiries to Contract Specialist Robert Glenn at Robert.Glenn2@va.gov.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    Z1DA--Repair Parking Garage Tendon 757-24-204 - Construction - VAACC Columbus
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the repair of parking garage tendons at the Chalmer Wylie VA Ambulatory Care Center in Columbus, Ohio, under project number 757-24-204. The project involves correcting damaged tendons to restore the garage's structural integrity, with a total contract value estimated below $1,000,000. This work is critical for maintaining the safety and functionality of the facility, which serves veterans and requires minimal disruption during construction. Interested contractors must be verified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), registered in SAM, and submit their bids by December 22, 2025, with a site visit scheduled for December 1, 2025. For further inquiries, contact Contracting Officer Stanley Burdine at stanley.burdine@va.gov or 614-388-7827.