Y1DZ--Repair and Replace Blower Motor and Steam Coil
ID: 36C24225R0003Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER HOSPITAL BUILDINGS (Y1DZ)

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 repair and replacement of a blower motor and steam coil at the James J. Peters VA Medical Center in Bronx, New York. This project, with an estimated construction cost between $25,000 and $100,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to support veteran enterprises. The work is critical for enhancing the operational efficiency of the medical center's systems, and interested bidders must submit their proposals by 10:00 AM Eastern Time on October 28, 2024, following a mandatory site visit on October 21, 2024. For further inquiries, bidders can contact Contract Specialist Akkil Kurian at akkik.kurian@va.gov or by phone at 718-584-9000.

    Point(s) of Contact
    Akkil KurianContract Specialist
    (718) 584-9000
    akkil.kurian@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a solicitation for the repair and replacement of a blower motor and steam coil at the James J. Peters VA Medical Center in Bronx, NY (Solicitation Number: 36C24225R0003). Interested parties are required to submit their responses by 10:00 AM Eastern Time on October 28, 2024. This project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Supporting documents for the solicitation include specifications related to the repairs, wage rates, a Buy American Certificate, and a Limitation on Subcontracting form. The contracting office, located at 130 West Kingsbridge Road, provides contact information for Contract Specialist Akkil Kurian and Contracting Officer Patricia Cordero for any inquiries. The solicitation aims to enhance the operational efficiency of the medical center's systems while adhering to federal guidelines.
    This government document details wage determinations for construction projects in New York, specifically addressing building, heavy, highway, and residential construction across various counties. It outlines minimum wage rates required under the Davis-Bacon Act and mentions applicable Executive Orders (14026 and 13658), which mandate minimum pay for covered workers based on contract dates. The wage rates for different classifications of workers such as asbestos workers, electricians, and laborers are meticulously listed, along with fringe benefits. The document emphasizes that these rates are subject to change and must be adhered to by contractors. Additionally, there are provisions for paid sick leave under Executive Order 13706, reinforcing worker protections. The content is structured to emphasize wage compliance for federal contracts, illustrating the government's intent to ensure fair labor standards in public construction projects. Thus, the document serves as a critical resource for contractors and workers in understanding wage obligations within federal and state-funded construction initiatives.
    The document outlines the "Buy American Certificate," a requirement for offerors in federal procurement processes, emphasizing certification of domestic end products and their critical components. Offerors must declare that their products are domestic, listing any foreign end products and detailing the extent of their domestic content. Specific provisions include identifying foreign products manufactured in the U.S. that do not qualify as domestic and evaluating those based on their content percentages. The definitions of key terms related to the certificate, such as "domestic end product" and "COTS item," are provided for clarity. The government will assess offers according to the Federal Acquisition Regulation guidelines, ensuring compliance with domestic sourcing policies. The document serves to enforce U.S. manufacturing standards in federal contracts while promoting the use of American-made products.
    The VA Notice of Limitations on Subcontracting outlines the compliance requirements for contractors regarding subcontracting limitations when awarded contracts for services and construction. It emphasizes that contractors, if awarded, must adhere to specific percentage restrictions on the amount they pay to non-VIP-listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For general construction, this is capped at 85%, while for special trade construction, it is set at 75%. The document also holds contractors accountable, stating that failure to act in good faith may lead to serious repercussions, including referral to the VA Suspension and Debarment Committee or even criminal prosecution. Additionally, contractors must provide documentation to verify compliance, failing which they may face remedial actions. The certification must be completed and submitted alongside offers to be considered for contract awards. This clause serves to promote fair opportunities for veteran-owned businesses in federal contracting, reinforcing the VA’s commitment to support these entities in alignment with federal regulations.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for repairs at the James J. Peters VA Medical Center in Bronx, New York. The project focuses on the repair and replacement of components in AHU-36, including the steam coil and blower motor, with an estimated construction cost between $25,000 and $100,000. The completion timeline is set for 60 calendar days from the notice to proceed. This procurement is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses, indicating a commitment to support veteran enterprises. Interested bidders must register in SAM and submit proposals by October 28, 2024. A mandatory site visit is scheduled for October 21, 2024. Proposals must include a detailed cost breakdown and a maximum five-page capability statement demonstrating technical qualifications and experience. The evaluation of offers will focus on price, technical capability, and past performance, with the government reserving the right to award without discussions. Safety and compliance with applicable regulations, including OSHA, are emphasized throughout the project requirements, with specific provisions for protective measures during construction.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z1DA--578-17-012 Replace AHU Air Handling Units in Building 45 (VA-25-00004335)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of Air Handling Units (AHUs) in Building 45 at the Edward Hines Jr. VA Hospital, identified by Project Number 578-17-012. This project requires contractors to provide labor, materials, and equipment for the HVAC system replacement and associated renovations, with a performance period of 420 calendar days following the Notice to Proceed. The initiative is crucial for enhancing the hospital's infrastructure, ensuring improved air quality and operational efficiency for veteran healthcare services. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors must attend a mandatory site visit on October 8, 2024, with bids due by October 29, 2024; the estimated contract value ranges from $2 million to $5 million. For further inquiries, contractors can contact Amber Jendrzejek, the Contract Specialist, at Amber.Jendrzejek@va.gov.
    Y1AZ--Site Support for True Beam for Linear Accelerator
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide site support for the installation of a True Beam Linear Accelerator at the James J. Peters VA Medical Center in Bronx, New York. The project involves renovating approximately 700 square feet of existing space to accommodate the new Linear Accelerator, requiring comprehensive construction services including architectural, mechanical, electrical, plumbing, and fire protection modifications to meet VA Design Criteria. This procurement is critical for enhancing patient care environments and ensuring compliance with safety standards, with an estimated project cost between $500,000 and $1,000,000. Interested contractors must submit their capability statements by October 21, 2024, and can direct inquiries to Contract Specialist Patricia Cordero at Patricia.Cordero@va.gov.
    J039--Elevator Maintenance and Repair v2
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking information from qualified contractors for Elevator Maintenance and Repair services at the James J. Peters VA Medical Center in Bronx, NY. This Sources Sought Notice aims to gather market research data to inform the procurement strategy for a contract set to commence on January 1, 2025, following the expiration of the current contract. The services are critical for ensuring the operational efficiency and safety of the medical center's facilities, which directly support veteran care. Interested contractors, particularly those in specific socio-economic categories, are encouraged to submit their capability statements and relevant documentation to Contract Specialist Charles Collins at Charles.Collins@va.gov by the specified deadline.
    Z2AZ--Project Name: Variable Air Volume (VAV) Box Replacements; Project Number: 317VB3261/28; Station Location: St. Petersburg, Florida, VARO; Project Location: Building 46
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the Variable Air Volume (VAV) Box Replacements project at the St. Petersburg Veterans Affairs Regional Office, specifically in Building 46. This project involves the replacement of approximately 117 terminal units to effectively manage the building's temperature, ensuring compatibility with the existing Johnson Controls Metasys system. The contract will be a firm-fixed-price agreement, with an estimated value between $1 million and $2 million, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Bids will be accepted starting on October 28, 2024, with a submission deadline of December 3, 2024. Interested parties must verify their SDVOSB status and register with the System for Award Management (SAM) to participate in the bidding process. For further inquiries, contact Dirk Kelley at Dirk.Kelley@va.gov.
    Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a firm-fixed-price contract to replace the existing steam boilers and chillers at the Fort Thomas Domiciliary in Kentucky. The project involves comprehensive construction services, including the installation of new hot water systems, associated piping, controls, and electrical work, while ensuring minimal disruption to ongoing operations within the facility. This procurement is critical for maintaining efficient heating and cooling systems in a healthcare environment, with a project timeline of up to 913 calendar days for completion. Interested contractors must submit their offers by the extended deadline of November 1, 2024, at 10:00 A.M. EST, and can direct inquiries to Contract Specialist Luke Turner at luke.turner@va.gov. The estimated contract value ranges between $10 million and $20 million, with specific requirements for safety compliance and subcontracting limitations.
    Z1DA--Project 550-24-103 (CON) Replace Air Handler Units B98
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of Air Handler Units B98 at the Veterans Affairs Illiana Healthcare System in Illinois, under Project Number 550-24-103. This construction project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to provide all necessary labor, materials, and supervision while adhering to applicable safety and regulatory standards. The project, with a budget estimated between $1,000,000 and $2,000,000, must be completed within 365 days from the Notice to Proceed, with the solicitation expected to be issued around October 21, 2024, and bids due by November 21, 2024. Interested bidders should contact Contracting Officer Thomas Stevens at thomas.stevens2@va.gov or 224-610-3647, and must be registered in SAM.gov to be eligible for contract award.
    Z1DZ--509 Window Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of 25 window panels at Building 509 of the Richmond VA Medical Center, specifically within the 3D Print Lab. The project requires contractors to manage all aspects of construction, ensuring compliance with VA standards, quality assurance, safety protocols, and infection control measures, all while minimizing disruption to healthcare services. This initiative underscores the VA's commitment to providing a safe and effective care environment for Veterans, with an estimated project cost between $25,000 and $100,000 and a completion timeline of 45 calendar days post-award. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers electronically by October 31, 2024, and can direct inquiries to Contract Specialist Donteana R Gibbs at Donteana.Gibbs@va.gov.
    Z1DZ--523A5-24-010 Expansion Joint Corrections
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "523A5-24-010 Expansion Joint Corrections" project at the VA Medical Center in Brockton, MA. This project involves the replacement of existing expansion joints and the installation of new flooring, with an estimated contract value between $500,000 and $1,000,000, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The work must adhere to strict safety and operational protocols due to the presence of patients, and contractors are required to submit bids electronically by 2:00 PM EST on November 12, 2024, following a pre-bid site visit on October 22, 2024. For further inquiries, interested parties can contact Contracting Officer Heather M Libiszewski-Gallien at heather.libiszewski-gallien@va.gov.
    Z1DA--NRM | 503-19-112 Replace Steam System Project (VA-24-00009779)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Replace Steam System Project at the Altoona Veterans Administration Medical Center in Pennsylvania, identified by solicitation number 36C24424R0001. The project aims to secure a single, firm fixed-price contract for comprehensive construction services necessary to replace the steam system, with a performance period of 720 calendar days from the Notice to Proceed. This initiative is critical for maintaining operational efficiency and safety within the facility, emphasizing compliance with applicable codes and VA standards. Interested contractors must submit proposals by November 1, 2024, following a pre-bid conference on October 15, 2024, and are encouraged to contact Contract Specialist Elijah J. McIntosh at elijah.mcintosh@va.gov for further inquiries.
    Z2DA--537-17-115: SPS Construction Phase 2, 3 &4
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "SPS Construction Phase 2, 3 & 4" project at the Jesse Brown VA Medical Center in Chicago, Illinois. The project involves comprehensive renovations in the SPS Department, including air handling unit replacements, demolition, air system installations, duct modifications, and electrical revisions, with an estimated completion time of 371 calendar days following the issuance of a Notice to Proceed. This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran-owned enterprises in federal contracting. Interested parties must register with the System for Award Management (SAM) and submit their letters of interest by September 9, 2024, with the solicitation details expected to be posted on September 30, 2024, and the bid opening scheduled for November 22, 2024. For further inquiries, contact Joshua K. Jackson, Contract Specialist, at Joshua.Jackson4@va.gov or call 414-844-4800.