Y1DA--Northport Mill and Fill Project. No. 632-25-001
ID: 36C24225B0009Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the "Northport Mill and Fill Project" at the Northport VA Medical Center, specifically under solicitation number 36C24225B0009. This project involves the rehabilitation of three parking lots (A, C, and Q), totaling approximately 145,000 square feet, which includes the removal and replacement of asphalt, installation of new sidewalks, ADA curb ramps, and road striping, all in compliance with federal safety and accessibility standards. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a funding magnitude between $500,000 and $1,000,000, and bids are due by 10:00 AM EST on March 17, 2025. Interested contractors should contact Contract Specialist Torell D Camp at Torell.Camp@va.gov for further details and must ensure compliance with all regulatory requirements, including the Buy American Act.

    Point(s) of Contact
    Torell D CampContract Specialist
    Torell.Camp@va.gov
    Files
    Title
    Posted
    The Northport Mill and Fill Project, presolicitation notice 36C24225B0009, outlines plans for construction at the Northport VA Medical Center in New York. This project, designated for Service-Disabled Veteran Owned Small Businesses (SDVOSB), involves milling, filling, and reworking asphalt in three parking lots (A, C, and Q) totaling approximately 145,000 square feet. The work includes removing the top 3 inches of asphalt, installation of new asphalt, road striping, and replacement of traffic signs. The estimated construction cost ranges from $500,000 to $1,000,000, requiring contractors to be registered and certified as SDVOSB with the SBA. A site visit will be conducted for those interested in bidding, with the solicitation expected to be released on or around January 27, 2025. Contractors must ensure compliance with licensing and abatement requirements following New York regulations. This presolicitation serves as a public notice, emphasizing that all questions and amendments will be addressed on the SAM.gov website. The primary objective is to enhance access and safety at the VA Medical Center premises while adhering to federal contracting regulations and supporting veteran-owned businesses.
    The Department of Veterans Affairs is soliciting bids for a construction project titled "Mill and Fill" at the Northport VA Medical Center, under solicitation number 36C24225B0009. This project requires the contractor to provide all necessary materials, labor, and supervision to complete work as per the specifications. The performance period is set for 15 calendar days after the notice to proceed. The project is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a magnitude between $500,000 and $1,000,000, with a NAICS code of 237310. Bidders must be registered in the System for Award Management (SAM) and certified in SBA VetCert. A mandatory pre-bid site visit is scheduled, and questions must be submitted by March 11, 2025. Bids are due by 10:00 AM EST on March 17, 2025, and must indicate compliance with various requirements, including safety records and environmental compliance. A bid bond is required, alongside detailed documentation to ensure regulatory compliance and a fair procurement process. The award will go to the lowest responsive and responsible bidder, emphasizing the government’s preference for domestic materials under the Buy American Act.
    The amendment to Solicitation 36C24225B0009 for Project Number 632-25-001, titled "Northport Mill and Fill," outlines essential updates for offerors involved in the bidding process. Key components of this amendment include the provision of a Bid Sheet, specifications, and drawings relevant to the project. The bid process emphasizes a single award based on Item No. I (Base Bid), contingent on available funding, requiring offerors to quote a price for each listed item. The Base Bid entails general construction tasks, mandating the contractor to supply necessary tools, labor, materials, equipment, permits, licenses, and supervision in accordance with specified drawings and the Statement of Work (SOW). The work must adhere to safety regulations outlined by the Federal and State Occupational Safety and Health Act (OSHA). The contractor is responsible for ensuring compliance with legal requirements and maintaining safe working conditions for their employees. This amendment reinforces the government’s objective to advance the project while ensuring industry standards and worker safety during construction, demonstrating a commitment to quality and compliance in federally funded projects.
    The document outlines Amendment #0002 related to solicitation 36C24225B0009 for the Department of Veterans Affairs' parking lot renovation project at the James J. Peters VA Medical Center. The amendment includes responses to industry Requests for Information (RFIs) and extends the deadline for bid submissions to March 25, 2025, at 10:00 AM EDT. Key clarifications address project operational hours, specifications for sidewalk and curb construction, and responsibilities for related tasks such as fire hydrant relocation. Additional details specify construction tolerances, dimensions, and quality requirements for materials used in the project. The amendment emphasizes the importance of aligning with established ADA guidelines for accessibility, specifying working hours for various phases of parking lot rehabilitation, and the necessity of including allowances for potential repairs. The contracting officer, Vladimir Stoyanov, has affirmed that previously communicated timelines can be adjusted based on contractor feedback. This amendment demonstrates an effort to ensure clarity and compliance with project expectations while fostering industry engagement to refine contractor proposals.
    This document presents technical specifications for the construction of concrete curbs and terminal sections. Key requirements include a minimum concrete compressive strength of 2,500 PSI and specific guidelines for joint placement, including a maximum spacing of 15 feet. Expansion joints must be installed at key transition points and intervals of no more than 60 feet. The finishing process requires a steel trowel followed by brushing, and all exposed edges should feature a quarter-inch radius finish unless specified otherwise. The document outlines the construction methods for single curbs, which may use forms or be slip-formed, and establishes design dimensions for various curb reveals. The file is part of a broader initiative likely related to federal or state infrastructure projects, emphasizing adherence to standards that ensure safety, durability, and quality in public works. The detailed standards serve to guide contractors and ensure uniformity in construction practices for curbing in roadways and other public areas. Overall, this document reflects the government's strategic focus on quality infrastructure development in compliance with construction regulations.
    The document outlines project specifications for the renovation of three parking lots (Parking Lot A, C, and Q) as part of various government RFPs. Each lot includes detailed descriptions of required materials and design elements, focusing on accessibility and improved infrastructure. Parking Lot A covers 38,130 square feet and includes new striping, two ADA curb ramps, and replacement of an existing sidewalk. It offers two alternative options for further improvements. Parking Lot C, larger at 62,160 square feet, specifies the addition of new sidewalks, ADA ramps, and a crosswalk, alongside converting some concrete to blacktop. It also includes several alternative enhancement options. Parking Lot Q details the work for 43,900 square feet, highlighting extensive sidewalk replacement and the installation of multiple ADA curb ramps, with optional improvements for existing curbs and sidewalks. The document serves as a technical framework for bidding contractors, ensuring compliance with federal standards for accessibility and public safety. It emphasizes the need for quality infrastructure that adheres to government regulations, aiming to improve public facilities and enhance accessibility for all users.
    The document outlines the Buy American Certificate provision, which is mandatory in federal procurement processes. It requires Offerors to certify that each end product is a domestic product, with exceptions outlined for foreign products. The Offeror must specify any domestic end products that contain a critical component and list foreign products, indicating their domestic content if applicable. Furthermore, definitions for relevant terms such as "COTS item," "critical component," and "domestic end product" are included as part of the regulatory framework. The government will evaluate the offers in accordance with the Federal Acquisition Regulation policies, focusing on ensuring compliance with domestic sourcing requirements. This certificate serves to reinforce the government's commitment to prioritizing American-made products in federal contracts, fostering U.S. economic growth through procurement policies.
    The document outlines specifications for three parking lot projects (A, C, and Q) as part of a government Request for Proposals (RFP). Each lot has distinct dimensions, types of work required, and pricing structures. Parking Lot A involves resurfacing with blacktop, replacing existing sidewalks, and constructing two ADA-compliant curb ramps. Key alternatives include sidewalk replacement and curb work. Parking Lot C is larger and includes additional features such as a crosswalk, demolishing existing concrete, and converting concrete to blacktop. The base price covers new striping and an ADA 6-foot ramp, with alternatives for new sidewalks and additional ramps. Parking Lot Q focuses on the installation of new concrete surfaces, replacement sidewalks, and several ADA curb ramps, with a base price highlighting blacktop work and a dumpster pad. Overall, the document serves as a detailed procurement guideline for contractors detailing project requirements, base pricing, and alternative options, aimed at ensuring compliance with accessibility standards and improving municipal infrastructure. The comprehensive breakdown facilitates straightforward evaluation and bidding by interested parties in alignment with state and federal regulations for public works projects.
    The document outlines the construction service contract for the Mill and Fill project at the Northport VA Medical Center in New York. The primary goal is to prepare the site for building operations, including the complete demolition and removal of existing structures, while ensuring compliance with safety and infection control standards. Key points include specific requirements for contractor operations, such as adhering to VA security measures, utilizing approved areas for work and storage, maintaining utility services, and minimizing disruptions to medical center operations. Additionally, the contractor must develop a warranty management plan detailing roles, responsibilities, and warranty information for equipment and construction jobs. Significant provisions emphasize ongoing safety training, adherence to OSHA standards, and the handling of construction-related disruptions, particularly during high-traffic burial activities at nearby cemeteries. The document serves not only to guide contractors through the construction process but also to ensure that all safety protocols are carefully followed to maintain the integrity and functionality of the medical center throughout the project duration.
    The project outlined in the Statement of Work for Mill and Fill at Northport VAMC involves the rehabilitation of parking lots "A," "C," and "Q," totaling approximately 145,000 square feet. This entails the removal of 3 inches of asphalt, installation of new asphalt, and the replacement of road striping and signage, all in compliance with applicable codes. Work is to be phased by parking lot, conducted from April 30 to May 15, 2025, requiring pre-approval for alterations in striping or signage from the Contracting Officer Representative (COR). Safety protocols must adhere to OSHA regulations, ensuring a secure working environment and preventing fire hazards. Daily construction reports and specific precautions regarding utility shutdowns and environmental controls are mandated. Additionally, contractors must utilize the Autodesk Build Construction platform for project management and are required to complete associated training. The contract emphasizes strict adherence to security, privacy, and records management protocols, ensuring all personnel access complies with VA privacy standards. Overall, this project represents a significant effort to maintain and enhance the Northport VA Medical Center's infrastructure while adhering to federal and state regulations.
    The Northport VA Medical Center has released a Construction Service Contract for the Mill and Fill Northport Parking Lots Phase 2 project. This document outlines comprehensive safety and operational requirements for contractors engaged in the project. The contractor must ensure site safety, manage utility interruptions, and adhere to specific operational protocols while maintaining the ongoing functioning of the Medical Center. Detailed specifications address vehicle access, material storage, and adherence to security protocols. Key requirements include developing a warranty management plan and conducting regular safety inspections. Safety measures emphasize infection control during construction activities to prevent airborne contamination, ensuring minimal disruption to hospital operations. Additionally, strict guidelines for protective equipment and procedures to manage construction debris and risk of infection are specified. The document emphasizes a collaborative approach between contractors and VA representatives to maintain safety and operational integrity throughout the project. Overall, this contract reflects the VA's commitment to enhancing facilities while prioritizing safety and compliance with federal regulations.
    The "VA Notice of Limitations on Subcontracting" outlines requirements for vendors seeking federal contracts, specifically for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It stipulates that contractors must adhere to subcontracting limitations: up to 50% for service contracts, 85% for general construction, and 75% for special trade construction, with specific provisions for cost exclusions. Failure to comply may lead to consequences, including debarment or legal prosecution. The document emphasizes that offerors must certifiably ensure compliance and may be required to submit supporting documentation for verification. This certification is critical for eligibility in bidding processes, underscoring the importance of adherence to federal procurement regulations aimed at supporting veteran-owned businesses in a competitive contracting environment.
    The VA Parking Design Manual and Demand Model, prepared by the U.S. Department of Veterans Affairs (VA), aims to address the escalating parking needs at Veterans Affairs Medical Centers (VAMCs). With changing patient care dynamics shifting towards increased outpatient services, the existing parking demand model, established in 1991, required updates to accurately reflect current trends and future demands. The study utilized pilot facilities to collect data about parking inventory, utilization, and demographic patterns, leading to revised parking demand ratios. This manual is structured into three parts: an overview of parking demand creation, instructions for utilizing the new demand model, and comprehensive design guidelines for parking facilities, emphasizing the importance of user-friendly accessibility and aesthetics. Key findings indicate a significant need for additional parking across various VAMC locations, accounting for specific needs such as those of spinal cord injury patients. This initiative represents a commitment to effectively managing resources while enhancing the VA’s infrastructure to cater to the needs of Veterans efficiently and safely.
    Similar Opportunities
    Z1DA--Replace Roofs and Repair Facades Phase 1 at Northport VA Medical Center 79 Middleville RD, Northport, NY 11768
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the replacement of roofs and repair of facades at the Northport VA Medical Center located in Northport, New York. This project, identified as Solicitation No. 36C24225B0015, requires contractors to provide all necessary labor, materials, and equipment while adhering to applicable safety and healthcare standards, with an estimated budget between $5,000,000 and $10,000,000. The initiative is particularly significant as it aims to enhance facilities for veterans, ensuring compliance with federal guidelines and improving the infrastructure of the medical center. Interested bidders must be registered on SAM.gov, comply with the submission of the annual Vets-100 Report, and direct all inquiries to Contract Specialist Yingjie Yeung at yingjie.yeung@va.gov or by phone at 347-949-1662, with the contract expected to be completed within 400 calendar days from the Notice to Proceed.
    Z1DA--36C24425B0002 Building 13 South Lot Paving 460-23-004
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Building 13 South Lot Paving project at the Wilmington VA Medical Center, designated as Solicitation Number 36C24425B0002. This project aims to enhance the facility's infrastructure through asphalt paving, stormwater management, and the installation of energy-efficient lighting, with a budget estimated between $500,000 and $1 million. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the VA's commitment to supporting veteran inclusivity in federal contracting. Interested contractors must submit their sealed bids by March 20, 2025, at 11:00 AM Eastern Time, and can direct inquiries to Contract Specialist Hanna Karmazyn at Hanna.Karmazyn@va.gov or by phone at 302-332-5107.
    Z2DA--Asphalt Maintenance and Repair | 442-23-001
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for a federal contract focused on asphalt maintenance and repair at the Cheyenne VA Medical Center in Wyoming. This project includes tasks such as aggregate base repair, concrete removal, asphalt replacement, and pavement striping, with an estimated budget ranging from $500,000 to $1,000,000. The solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of supporting veteran-owned enterprises in federal contracting. Proposals must be submitted electronically by April 4, 2025, and include past performance information, a bid bond, and adherence to safety and security protocols. A mandatory site visit is scheduled for February 24, 2025, to assist bidders in understanding the project scope, and inquiries can be directed to Contract Specialist Timothy Verburgt at Timothy.Verburgt@va.gov.
    Z1DA--556-23-105 Roadway and Sidewalk Improvements (VA-25-00021311)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Roadway and Sidewalk Improvements project at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This initiative aims to enhance accessibility and safety through significant infrastructural upgrades, including the installation of concrete sidewalks, curb inlets, pedestrian signals, and modifications to existing utilities. The project is particularly important for improving the facility's infrastructure to better serve veterans and the surrounding community while adhering to stringent safety and regulatory standards. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit sealed offers by March 20, 2025, at 11:00 AM CDT, with a project budget estimated between $2 million and $5 million. For further inquiries, bidders may contact Contract Specialist Hudell D Ballen at Hudell.Ballen@va.gov.
    Y1LZ--Parking Ramp Expansion (Minor) Construction Buffalo - Project 528-375
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Parking Ramp Expansion project at the Buffalo VA Medical Center, which involves constructing two additional levels atop an existing three-level parking structure. The project aims to enhance parking capacity and includes the installation of a new stair tower with elevators, reconfiguration of adjacent parking areas, and the provision of off-site parking for at least 400 vehicles during construction. This initiative is crucial for improving infrastructure to better serve veterans and ensure operational efficiency at the medical facility. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by April 1, 2025, with a project budget of $23.5 million and a performance timeline of 730 calendar days from the notice to proceed. For further inquiries, contact Contract Specialist Thomas Council at Thomas.Council@va.gov or Joseph Rossano at joseph.rossano@va.gov.
    Z1LB--596-25-2-5821-0005 - 596-25-104 - CLC - Road Repaving
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the CLC Road Repaving project at the Lexington VA Healthcare System, designated as Project 596-25-104. This procurement involves various construction activities, including road demolition, paving, site utilities, and the potential addition of a parking lot, with an estimated contract value between $250,000 and $500,000. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under 38 U.S.C §8127 (d), and interested contractors must be registered and verified with the SBA VetCert program. The solicitation is expected to be released on or by March 26, 2025, and all inquiries should be directed to Contract Specialist Robert Glenn Jr. at robert.glenn2@va.gov or (615) 225-3413.
    Z2DA--Renovate Halls, Walls, Ceilings
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the renovation of the halls, walls, and ceilings of Building 1 at the Durham VA Medical Center, with a focus on modernizing facilities and addressing hazardous materials. This project, designated as VA Project No. 558-18-260, includes extensive work such as selective demolition, construction modifications, and the installation of mechanical, electrical, and fire protection systems, with an estimated construction magnitude between $2 million and $5 million. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran-owned enterprises, and requires compliance with various safety and regulatory standards, including the management of asbestos and lead paint. Interested contractors must submit their bids by April 15, 2025, at 11:00 AM EDT, and are encouraged to contact Contract Specialist Alice V Custis at Alice.Custis@va.gov for further information.
    Z2LZ--36C24425B0005 Pit Re-Stripping
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a solicitation for construction services related to pit re-stripping at the Wilmington VA Medical Center in Delaware. This project, which falls under the Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside program, requires the contractor to provide all necessary materials, tools, labor, permits, and supervision to complete the work in compliance with applicable codes and VA standards. The anticipated period for project completion is 90 calendar days post-Notice to Proceed, with an estimated construction cost of under $25,000. Interested contractors must obtain solicitation documents via the SAM.gov website, attend a pre-bid meeting, and direct any questions in writing to the contract specialist, Hanna Karmazyn, at Hanna.Karmazyn@va.gov or by phone at 302-332-5107.
    Y1DA--Renovate Radiology Floors |658-25-103
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the Renovate Radiology Floors project at the Salem VA Medical Center in Virginia. This project involves providing all necessary labor, materials, and supervision for site preparation, including demolition and renovation of the radiology floors, as outlined in the accompanying specifications and drawings. The estimated construction cost is between $500,000 and $1,000,000, and the solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors can expect solicitation materials to be available around March 27, 2025, with bids due approximately 50 days after issuance. For inquiries, contact Contract Specialist Taneil Crump at taneil.crump@va.gov or 757-251-4073, and ensure registration with the System for Award Management (SAM) and the VA’s VetBiz registry to qualify for contract awards.
    Y1PZ-- 871CM3033: Design-Build RFP , Section K Drainage Improvements, Puerto Rico NC (VA-24-00091761)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract aimed at correcting deficiencies at the Mill Springs National Cemetery in Kentucky. The project involves comprehensive renovations and repairs, including updates to the Maintenance Building 3001, road resurfacing, and various site improvements, all in compliance with local, state, and federal regulations. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $1,000,000 and $5,000,000, and a performance period of 270 days from the notice to proceed. Interested bidders must submit sealed proposals by April 7, 2025, and can contact Clarelle Sylvain at clarelle.sylvain@va.gov for further information.