BB Renovate Lake Nona Building 1 Women's Health
ID: 36C24825R0058Type: 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

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 seeking proposals from qualified contractors for the renovation of the Lake Nona Building 1 Women's Health Clinic at the Orlando Veterans Affairs Medical Center. This project involves the comprehensive renovation of approximately 8,272 square feet of existing administrative space, requiring expertise in architectural, structural, mechanical, plumbing, electrical, and low-voltage work, all while ensuring minimal disruption to ongoing medical services. The estimated construction cost ranges from $1,000,000 to $5,000,000, with a performance period of 270 calendar days post-award, and the solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit their proposals by April 22, 2025, and are encouraged to contact Aldwyn Singleton or Ana R Vazquez for further details.

    Point(s) of Contact
    Aldwyn Singleton
    aldwyn.singleton@va.gov
    Ana R Vazquez Contract Specialist
    (786) 971-9084
    ana.vazquez2@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for the construction project titled "Renovate Lake Nona Building 1 Women's Health." The project, classified under NAICS code 236220, targets renovations within the Orlando VA Medical Center, specifically focusing on converting existing administrative space into a Women’s Health Clinic. The estimated construction cost ranges from $1,000,000 to $5,000,000, with a performance period of 270 calendar days post-award. The solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Key requirements include compliance with construction regulations, safety protocols, and an emphasis on maintaining patient care during renovations. The contractor is tasked with ensuring rigorous construction practices aligned with the provided design documents, alongside adhering to stringent quality control measures. Submissions must be made by April 22, 2025, with mandatory site visits scheduled prior to proposals. The document also stipulates the necessity for contractors to provide proof of OSHA training and adhere to various federal regulations, emphasizing transparency, compliance, and risk management throughout the construction process. This RFP underscores the government's commitment to facilitating veteran healthcare improvements while ensuring adherence to equity and safety standards in construction practices.
    The Florida Department of Veterans Affairs has issued an RFP for the renovation of the Lake Nona Building 1, specifically focusing on the Women's Health Clinic at the Orlando VA Medical Center. The project encompasses the complete renovation of approximately 8,272 square feet of existing administrative space and includes architectural, structural, mechanical, plumbing, electrical, and low-voltage work. The contractor is required to prepare the site for operations, including demolition, should adhere to strict safety and security requirements, and ensure minimal disruption to ongoing medical services. Key components of the project include a detailed construction schedule, quality control measures, and careful management of sensitive information. The project will be executed in phases to accommodate the continuous operation of the Medical Center while maintaining compliance with health and safety standards. Various alternates are outlined for budget flexibility, including options for contractor-provided fixtures versus those provided by VA. This effort represents a significant investment in improving facilities for veterans' healthcare.
    The document details the renovation of Lake Nona Building 1 at the Florida VA Health Care System, focusing on creating a Women's Health Clinic. The scope involves extensive remodeling of approximately 8,000 square feet, including procedure rooms, exam rooms, and office spaces while adhering to architectural, structural, mechanical, plumbing, and electrical codes. Strict infection control measures during construction are mandated to safeguard health, alongside comprehensive code compliance with the latest IBC and NFPA standards. The renovation emphasizes minimizing disruptions to ongoing hospital operations, utilizing a phased approach, and ensuring the work aligns with VA safety directives. Notable factors include comprehensive project coordination, meticulous detailing in the submission of RFIs, and conducting work during regular hours unless otherwise permitted. Additionally, alternatives for cost management are outlined, enhancing the project's adaptability to budget constraints. This project exemplifies the VA's commitment to improving healthcare facilities, ensuring high standards of patient care and safety while navigating complex construction environments.
    The document appears to contain corrupted or encoded content that does not convey coherent information about government RFPs (Requests for Proposals), grants, or state and local solicitations. Due to the corruption of data, it is not possible to extract a clear main topic or supporting details. However, typical government RFPs and grants typically include objectives for funding, eligibility requirements, submission guidelines, and evaluation criteria intended to bridge the gap between federal initiatives and local needs. These documents help streamline governmental processes to achieve specific policy goals and enhance service delivery to the public. The importance and contextual relevance of this information within government operations are vital for transparency and accountability in public spending and project execution. Without clear content, a proper summary cannot be provided, reflecting the inherent challenges in document retrieval and data integrity.
    The CONTRACT PROGRESS SCHEDULE outlines the procedures for contractors regarding the management and reporting of project timelines under federal contracts. It begins with essential details such as contract numbers, project titles, and contractor information, which must be submitted timely as per the specified contract conditions. The document details the need for contractors to list major work elements and their corresponding percentages, ensuring a total of 100%. Additionally, columns are designated for planned periodic progress over the contract's duration, illustrating intended completion of various work elements on a weekly basis. It also specifies that any modifications to the contract—whether adding or deleting work—necessitate a revised progress schedule to be submitted for approval. Furthermore, periodic progress reports must be provided to the Procurement Officer to track completion percentages, which are critical for contract administration and potential partial payments. The emphasis is on the importance of timely and accurate reporting to avoid delays and ensure compliance with contract stipulations. This document serves as a framework to maintain accountability and transparency within government contracting processes, facilitating effective project management and oversight.
    The EMR Form is designed for bidders or offerors to provide essential data required for contractor evaluation in federal and state/local RFP submissions. It seeks comprehensive details regarding workplace safety statistics from the OSHA 300 Forms covering the years 2021 through 2024. Key information requested includes the number of man-hours worked, cases of work-related incidents, the Days Away, Restricted, or Transferred (DART) rate, and any serious or repeat OSHA violations in the past three years, with specific disqualifying thresholds outlined. Additionally, companies must provide their six-digit NAICS code, designate a person who administers their Safety and Health Program, and disclose their previous three years' Experience Modification Rate (EMR), specifying that an EMR above 1.0 will lead to disqualification. The document emphasizes the importance of maintaining a strong safety record and compliance with OSHA standards to secure contracting opportunities.
    The Experience Information Sheet is a structured document utilized in government contracts, specifically for submissions in response to Requests for Proposals (RFPs). It collects detailed information from contractors about their past project experience. Key sections include contractor details (name, address, DUNS number), contract specifics (task order number, award date), and project descriptions. Contractors must specify their role (prime, subcontractor, etc.), the percentage of work completed, and provide information about the awarding agency and points of contact. Furthermore, the sheet requires narratives on project scope, relevancy to the current procurement, challenges faced, and resolutions. It also asks for completion dates, details on contract price variations, and whether projects are over 50% complete. Highlighted sections address termination reasons and project difficulties, ensuring that submitted experience reflects true capability and performance. This document serves as a critical component in assessing contractor qualifications and aligning past performance with current government needs.
    The document details the VAAR 852.219-75, outlining the limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) in federal contracts. It mandates that if awarded a contract, the contractor must comply with specific limitations: for service contracts, subcontracting cannot exceed 50% of the total amount paid by the government; for general construction, it is 85%; and for special trade construction, 75%. The document emphasizes the need for adherence to these limitations, which includes providing relevant documentation for compliance verification. Failure to meet these requirements may lead to penalties under federal law, indicating the importance of good faith and honesty in the contracting process. The offeror must complete and submit a formal certification as part of their proposal to ensure eligibility and compliance. The overarching goal is to promote fair contracting opportunities for SDVOSBs and VOSBs while maintaining accountability within government contracting practices.
    The Contractor’s Past Performance Questionnaire is designed for contractors bidding on a Department of Veterans Affairs (VA) contract. It serves to gather evaluations from previous clients regarding the contractor’s performance, focusing on their capability to deliver quality services effectively and efficiently. Contractors must complete their information and send the questionnaire to their references, who assess various performance aspects on a scale from 1 (Unsatisfactory) to 5 (Exceptional). Key evaluation categories include management effectiveness, quality control adherence, regulatory compliance, problem resolution, scheduling, and warranty response. The form also prompts clients to provide detailed remarks for lower ratings and to indicate whether they would award further contracts to the contractor. This assessment is crucial for the VA to ensure that contractors meet high standards in previously awarded projects, thereby facilitating informed decision-making in the contract selection process. Overall, this questionnaire emphasizes the importance of past performance in evaluating potential contractors for federal contracts, particularly in the context of providing services to veterans.
    The document outlines a Base Offer Cost Breakdown for a government project, detailing various divisions of work and their associated costs. Each division, ranging from General Requirements to HVAC, includes sections for Labor Cost, Material Cost, and Total Cost, although specific values are left blank. The purpose of this document is to provide a structured cost analysis for a government Request for Proposal (RFP), ensuring a comprehensive breakdown of expenses rather than a lump sum approach. It also outlines calculations for overhead, profit, and bonding percentages, though they currently reflect zero values. This detailed pricing framework is intended for the government to assess offers transparently and effectively, facilitating informed decision-making regarding contractors for public projects. By specifying the need for a detailed offer breakdown, the document emphasizes the government's aim for clarity and accountability in budgeting for federal and state projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1DZ--PROJECT 675-23-100, Bid-Build (BB) Renovate Lake Nona Building 2 for Emergency Department and Observation Unit
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the Emergency Department and Observation Unit at the Lake Nona facility in Orlando, Florida, under Project 675-23-100. This procurement specifically seeks construction services valued between $5 million and $10 million, with a focus on certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project aims to enhance healthcare delivery by expanding treatment areas and upgrading HVAC systems while ensuring uninterrupted patient care during renovations. Proposals are due by March 17, 2025, and interested contractors must be registered in the System for Award Management and the U.S. Small Business Administration databases. For further inquiries, contact Contract Specialist Elizabeth Romero at Elizabeth.Romero@va.gov.
    Z2DZ--PROJECT 675-23-103, Bid-Build (BB) Update Lake Nona Canteen
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of the Lake Nona Canteen at the Orlando VA Healthcare System, identified as project 675-23-103. This project involves updating approximately 22,777 square feet of space, including the renovation of kitchen areas, flooring, and office spaces, while ensuring compliance with safety and accessibility standards. The initiative is crucial for enhancing facility infrastructure to better serve veterans, with a construction budget estimated between $1,000,000 and $5,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must register in the System for Award Management (SAM) and submit proposals by the deadline of March 19, 2025, with project completion expected within 540 days post-issuance of the Notice to Proceed. For further inquiries, contact Contract Specialist Michael Zorzi at Michael.Zorzi@va.gov.
    Y1DZ--PROJECT 675-23-100, Bid-Build (BB) Renovate Lake Nona Building 2 for Emergency Department and Observation Unit
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the Lake Nona Building 2, specifically to enhance the Emergency Department and Observation Unit in Orlando, Florida. This project, designated as Y1DZ--PROJECT 675-23-100, aims to modernize healthcare facilities for veterans, ensuring compliance with federal regulations and safety standards while improving operational efficiency. The renovation includes comprehensive plumbing, ductwork, and electrical systems, reflecting the government's commitment to providing high-quality healthcare infrastructure. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit proposals by March 17, 2025, with inquiries directed to Contracting Officer Elizabeth Romero at elizabeth.romero@va.gov or (407) 399-7526.
    Renovate Interior Corridors of Building 1, Floors 2 & 3
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to renovate the interior corridors of Building 1, Floors 2 and 3 at the Miami VA Medical Center. The project, estimated to cost between $5 million and $10 million, involves comprehensive renovations including the replacement of walls, floors, and ceilings, as well as updates to lighting and utility systems, with necessary asbestos abatement. This initiative is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), highlighting the VA's commitment to supporting veteran-owned enterprises while ensuring compliance with federal regulations. Interested contractors must submit their bids by the end of March 2025 and are encouraged to contact Jean O. Pierre at Jean.Pierre1@va.gov for further details.
    Renovate PM Shop and Replace Aluminum Canopy Roof Section
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the Preventive Maintenance (PM) shop and the replacement of the aluminum canopy roof at the Miami VA Healthcare System. This project, designated as Project Number 546-22-106, involves significant construction activities, including the demolition of existing structures, installation of a new hurricane-rated canopy, and upgrades to equipment and site infrastructure. The initiative underscores the government's commitment to enhancing facilities for veterans while supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSB), as the contract is specifically set aside for these entities. Interested contractors should note that the estimated project cost ranges from $1 million to $5 million, with a performance period capped at 200 calendar days post-Notice to Proceed. Proposals must be submitted in accordance with the outlined guidelines, and inquiries can be directed to Ana R. Vazquez at ana.vazquez2@va.gov or Aldwyn Singleton at aldwyn.singleton@va.gov.
    Upgrade Existing OR Suite for Fire Code
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the upgrade of the existing Operating Room (OR) Suite at the Miami VA Medical Center to ensure compliance with fire codes. This project, designated as Project No. 546-22-143, involves significant construction activities, including demolition, installation of new structural elements, and upgrades to fire protection systems, plumbing, HVAC, and electrical systems, all while minimizing disruption to hospital operations. The initiative underscores the VA's commitment to enhancing healthcare facilities and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with bids due by March 28, 2025, and a performance period of 180 days following the Notice to Proceed. Interested contractors can reach out to Aldwyn Singleton at aldwyn.singleton@va.gov or Ana R Vazquez at ana.vazquez@va.gov for further details.
    Y1DA--675-22-706B EHRM Infrastructure Upgrades Construction Lakemont – Orlando, FL
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the construction of infrastructure upgrades related to the Electronic Health Record Modernization (EHRM) project at Lakemont in Orlando, Florida. This procurement aims to enhance the facilities that support veteran healthcare services, ensuring they meet modern standards and requirements. The project falls under the NAICS code 236220, which pertains to commercial and institutional building construction, and is classified under the Product Service Code Y1DA, specifically for the construction of hospitals and infirmaries. Interested parties should note that the solicitation number for this opportunity is 36C77625B0002, with a response deadline set for 99 days after the notice date. For inquiries, potential bidders can contact Contract Specialist Shawn Tavernia at shawn.tavernia@va.gov.
    Y1AZ--Renovate Bldg. 15, 2nd Floor
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of the second floor of Building 15 at the Asheville VA Medical Center in North Carolina, under Project No. 637-20-103. This project, with an estimated budget between $2,000,000 and $5,000,000, involves comprehensive construction activities including interior demolition, installation of new mechanical, electrical, and plumbing systems, and modernization of office spaces while ensuring minimal disruption to ongoing medical services. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran-owned enterprises. Interested contractors must submit their bids by March 27, 2025, and can direct inquiries to Contract Specialist Shirley L. Gregory at Shirley.Gregory@va.gov.
    Z2DA--675-22-706A EHRM Infrastructure Upgrades Construction Viera VA Clinic
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the EHRM Infrastructure Upgrades Construction project at the Viera VA Clinic in Florida, with an estimated contract value between $2 million and $5 million. This project aims to modernize the clinic's infrastructure to comply with Electronic Health Records Modernization requirements, requiring contractors to provide all necessary tools, labor, and materials while adhering to strict safety and environmental regulations. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of compliance with federal contracting regulations and sustainability standards. Interested bidders must submit their offers by March 26, 2025, and can direct inquiries to Contract Specialist Sharese H McKinney at sharese.mckinney@va.gov.
    Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of public bathrooms at the Augusta VA Medical Center, aimed at improving patient safety. This project involves comprehensive construction and alterations across seven floors, including upgrades to plumbing fixtures, lighting, and finishes, while adhering to stringent safety and security protocols due to the facility's continuous operation. The estimated contract value ranges from $1 million to $5 million, and the opportunity is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit sealed bids by March 28, 2025, with a mandatory site visit scheduled for March 4, 2025. For further inquiries, potential bidders can contact Contract Specialist Pamela R Moffitt at pamela.moffitt@va.gov.