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
  1. 1
    Posted Mar 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 2:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for the renovation of the Lake Nona Building 1 Women's Health Clinic located at the Orlando Veterans Affairs Medical Center in Florida. This project involves the comprehensive renovation of approximately 8,272 square feet of existing administrative space to create a modern Women's Health Clinic, requiring expertise in architectural, structural, mechanical, plumbing, electrical, and low-voltage work. The selected contractor must ensure minimal disruption to ongoing medical services during construction and adhere to strict safety and quality control measures, with a performance period of 270 days post-award. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by April 30, 2025, and can contact Aldwyn Singleton at aldwyn.singleton@va.gov or Jean O. Pierre at Jean.Pierre1@va.gov for further information.

Point(s) of Contact
Aldwyn Singleton
aldwyn.singleton@va.gov
Jean O. Pierre
Jean.Pierre1@va.gov
Files
Title
Posted
Apr 22, 2025, 12:08 PM UTC
The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 8, concerning an unnamed project under Contract ID 36C248. The amendment primarily extends the deadline for the submission of offers to April 30, 2025, at 10:00 AM EDT. Moreover, it introduces several new attachments, including RFI responses, a site visit sign-in sheet, and an updated Statement of Work (SOW), all of which are pertinent to the solicitation process. Offers must be submitted via email to the designated personnel. This amendment signifies an administrative change aimed at providing potential contractors with more time and updated information necessary for their submissions, reflecting the government's ongoing commitment to transparency and accessibility in the procurement process. Overall, the amendment enhances the clarity of the solicitation by incorporating relevant updates that aid in the offerors' preparation.
Apr 22, 2025, 12:08 PM UTC
The document outlines a Request for Proposal (RFP) for the renovation of the Women’s Health facility at Lake Nona in Orlando, FL. It addresses various inquiries and requirements from potential contractors related to project management roles, safety certifications, cleaning responsibilities, design compliance, and construction logistics. Notably, it specifies that a contractor's superintendent cannot simultaneously serve multiple critical roles such as Site Safety Health Officer (SSHO) or Quality Assurance/Quality Control (QA/QC) manager. The document confirms that all construction work should minimally impact patient care and outlines scheduling protocols during normal business hours. Further, it addresses the contractors' obligations regarding equipment installation and temporary site management. The use of established VA guidelines for design and safety is emphasized throughout, ensuring compliance with operational and regulatory standards. The focus is on creating a streamlined, effective, and safe renovation process that complies with all necessary certifications and maintenance of patient care within the facility.
Apr 22, 2025, 12:08 PM UTC
Apr 22, 2025, 12:08 PM UTC
The Orlando VA Healthcare System is initiating a renovation project for the Lake Nona Building 1 Women's Health Clinic, requiring comprehensive construction services. The contractor will oversee the renovation of approximately 8,272 square feet of administrative space while adhering to existing patient care operations. Key project components include architectural, mechanical, plumbing, and electrical work, with special considerations to minimize disruption during clinic hours. The contractor is mandated to provide written safety plans, maintain daily cleanliness, and submit thorough reports, including a Critical Path Method schedule detailing project milestones. Additionally, the project falls under federal safety regulations, requiring all personnel to undergo OSHA training. Close coordination with the facility management will ensure compliance with environmental regulations and safety protocols. The overall construction phase is expected to be completed within 270 days from project initiation, emphasizing effective scheduling and risk management practices. This project reflects the VA's commitment to enhancing healthcare facilities for veterans while ensuring a safe and operationally sound environment throughout the renovation process.
Apr 22, 2025, 12:08 PM UTC
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.
Apr 22, 2025, 12:08 PM UTC
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.
Apr 22, 2025, 12:08 PM UTC
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.
Apr 22, 2025, 12:08 PM UTC
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.
Apr 22, 2025, 12:08 PM UTC
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.
Apr 22, 2025, 12:08 PM UTC
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.
Apr 22, 2025, 12:08 PM UTC
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.
Apr 22, 2025, 12:08 PM UTC
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.
Apr 22, 2025, 12:08 PM UTC
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
Solicitation
Similar Opportunities
Z2DZ--PROJECT 675-23-103, Bid-Build (BB) Update Lake Nona Canteen
Buyer not available
The Department of Veterans Affairs is soliciting bids for the "Update Lake Nona Canteen" project at the Orlando VA Healthcare System, which involves extensive renovations and repairs to enhance the facility's canteen services. The project includes replacing flooring, addressing water damage, and reconfiguring kitchen spaces, with an estimated construction cost ranging from $1 million to $5 million, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This initiative is crucial for improving the infrastructure of veteran healthcare facilities while ensuring compliance with safety and labor standards. Proposals are due by May 12, 2025, with a site visit scheduled for April 14, 2025; interested contractors should contact Contract Specialist Michael C. Zorzi at Michael.Zorzi@va.gov for further details.
Y1DZ--675-103 Create Cardiovascular Center Minor Construction - Lake Nona, FL VAMC
Buyer not available
The Department of Veterans Affairs (VA) is conducting a market survey for the Create Cardiovascular Center Minor Construction Project at the Orlando VA Medical Center in Florida. This project involves constructing two building additions totaling approximately 7,000 square feet, with a construction budget estimated between $10 million and $20 million. The procurement will follow a competitive, firm-fixed-price contract approach, and interested contractors are required to submit a capabilities statement detailing their qualifications and relevant past project experience by April 28, 2025, at 2:00 PM Eastern Time. For further inquiries, contractors can contact Contract Specialist Shawn Tavernia at shawn.tavernia@va.gov or 216-447-8300.
BB Correct Patient Privacy Deficiencies 2N/2S Lake City, FL Project # 573A4-18-603
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a construction project aimed at correcting patient privacy deficiencies at the Lake City Veterans Affairs Medical Center in Florida. The project, designated as 573A4-18-603, involves comprehensive renovations, including demolition, installation of new HVAC systems, and modifications to existing utility systems, all while maintaining hospital operations. This initiative is crucial for enhancing patient privacy and safety standards within the facility, reflecting the VA's commitment to improving healthcare environments for veterans. Interested contractors must submit their proposals by May 19, 2025, with a performance period of 693 calendar days post-award, contingent on funding availability. For further inquiries, contact Amber C. Milton at amber.milton@va.gov or 727-251-2899.
BB Correct Electrical Deficiencies Lake City, FL PROJECT # 573A4-21-710
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the "Correct Electrical Deficiencies" project at the Lake City VA Medical Center in Florida, identified as Project 573A4-21-710. The objective is to address and rectify electrical deficiencies by providing all necessary labor, materials, and supervision for the renovation, which includes site preparation, demolition, and installation of new electrical systems to enhance safety and compliance with VA standards. This project is particularly significant as it aims to modernize the electrical infrastructure critical for the ongoing operations of the medical facility, ensuring minimal disruption to services provided to veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit proposals by May 19, 2025, with a project performance period of 730 days from the Notice to Proceed, and can direct inquiries to Amber C. Milton at amber.milton@va.gov or 727-251-2899.
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.
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 restrooms at the W.J.B. Dorn VA Medical Center, aimed at improving patient safety and facility functionality. The project involves comprehensive upgrades, including modifications to plumbing fixtures, lighting, and finishes across multiple floors, with a focus on compliance with safety and accessibility standards. This renovation is critical for enhancing the overall patient experience and ensuring adherence to current health regulations. Interested contractors, particularly Service Disabled Veteran-Owned Small Businesses (SDVOSB), must submit sealed bids by May 2, 2025, at 12 PM EDT, and can direct inquiries to Contract Specialist Pamela R. Moffitt at pamela.moffitt@va.gov. The estimated contract value ranges between $1 million and $5 million.
Y1DA--FY25: NRM (PROJ: 516-23-117) BB - Refresh Hemodialysis
Buyer not available
The Department of Veterans Affairs is seeking proposals for the "Refresh Hemodialysis" project at the C.W. Young VA Medical Center in Bay Pines, Florida. This project involves comprehensive demolition, renovation, and construction of the hemodialysis suite, with an estimated budget between $1,000,000 and $2,000,000, and a performance period of 168 days from the Notice to Proceed. The initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with safety and operational standards while minimizing disruption to ongoing medical services. Proposals are due by May 7, 2025, and must be submitted by Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with all submissions evaluated based on cost, technical capabilities, and past performance. Interested contractors can contact Kenneth Caryer at Kenneth.Caryer@va.gov for further information.
Z1DA--528A5-20-508 RENOVATE BUILDING 36
Buyer not available
The Department of Veterans Affairs is soliciting bids for the renovation of Building 36 at the Canandaigua VA Medical Center, designated as Project 528A5-20-508. The project aims to transform the building into a temporary police station, involving comprehensive interior renovations, mechanical system upgrades, and the addition of parking facilities, all while ensuring minimal disruption to ongoing medical center operations. This initiative is particularly significant as it reflects the VA's commitment to enhancing support services for veterans and maintaining operational efficiency through modernized facilities. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by April 29, 2025, at 12:30 PM EST, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further details and clarification.
Y1DA--656-19-307 Remodel of Building 51-1, Eastside at the Saint Cloud VA, Saint Cloud, MN
Buyer not available
The Department of Veterans Affairs is soliciting bids for the remodeling of Building 51-1 Eastside at the St. Cloud VA Medical Center in Minnesota, under solicitation 36C26325B0007. The project aims to renovate the first floor of the Community Living Center, focusing on enhancing facilities for dementia patients while ensuring compliance with federal and state health regulations. This substantial renovation, covering approximately 5,820 square feet, includes demolition, infrastructure upgrades, and the installation of safety features, with a budget estimated between $2 million and $5 million. Interested contractors, particularly Service Disabled Veteran Owned Small Business (SDVOSB) firms, must submit proposals by the specified deadline and can contact Senior Contracting Officer Traci A Johannes at Traci.Johannes@va.gov for further details.
Z2DA--Construct New Hybrid Operating Room
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the construction of a new Hybrid Operating Room at the VA Caribbean Healthcare System in San Juan, Puerto Rico. This project involves the renovation of approximately 2,000 square feet, including upgrades to electrical, plumbing, and HVAC systems, while ensuring minimal disruption to hospital operations and compliance with stringent safety and health standards. The initiative underscores the VA's commitment to enhancing healthcare infrastructure for veterans, with a focus on modernizing facilities to better serve their needs. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals, demonstrating technical expertise and past performance, by the specified deadlines. For further inquiries, contact Ana G Alvarado at ana.alvarado@va.gov.