Z1DA--550-25-M205 Pavement Resealing (CON)
ID: 36C25225B0022Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the 550-25-M205 Pavement Resealing project at the VA Illiana Health Care System in Danville, Illinois. This federal contract involves comprehensive pavement sealing and patching work, requiring contractors to provide labor, materials, and equipment while adhering to strict safety and regulatory guidelines. The project is crucial for maintaining and enhancing the infrastructure of facilities serving veterans, ensuring minimal disruption to ongoing medical operations. Interested contractors, particularly 100% service-disabled veteran-owned small businesses, must submit their bids by August 12, 2025, at 1:00 PM Central Time, and can direct inquiries to Contract Specialist Melanie J. Fortune at melanie.fortune@va.gov.

    Point(s) of Contact
    Melanie J FortuneContract Specialist
    melanie.fortune@va.gov
    Files
    Title
    Posted
    The solicitation document, numbered 36C25225B0022, outlines a project for pavement sealing at the VA Illiana Healthcare System in Danville, IL. The U.S. Department of Veterans Affairs is seeking bids from contractors, specifically targeting 100% service-disabled veteran-owned small businesses (SDVOSB). The project involves providing labor, materials, and equipment to repair and paint asphalt surfaces, with all work expected to be completed within 365 calendar days from the notice to proceed. A pre-bid conference is scheduled, along with a site visit, to encourage participation and ensure bidders fully understand the requirements. Offers must be submitted in person by July 29, 2025, with strict guidance on pricing, performance bonds, and compliance with various federal regulations including the Buy American Act. Key provisions, such as the requirement of a bid guarantee and adherence to construction wage rate standards, are emphasized to ensure responsible awarding of the contract. Lastly, the document stipulates that all inquiries must be directed to the designated contracting officer, Melanie Fortune. This solicitation highlights the federal government's commitment to supporting veteran-owned businesses while ensuring high standards of work and regulatory compliance.
    The presolicitation notice outlines an upcoming contract opportunity for the replacement of asphalt and the maintenance of campus roads and parking lots at the VA Illiana Healthcare System in Danville, Illinois. The project (Solicitation Number: 36C25225B0022) involves replacing approximately 70 square yards of asphalt, filling cracks, applying sealant, painting stripes, and ensuring proper compaction. The scope includes all necessary labor, management, materials, and equipment for successful execution, with three distinct phases (CLINs) requiring separate pricing. The period of performance is set for 365 days following the Notice to Proceed, expected approximately two weeks post-award. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) as mandated by Public Law 109-461. Interested bidders must verify their eligibility and certification as SDVOSBs. The anticipated issuance date for the solicitation is June 24, 2025, with a response deadline of July 29, 2025. The project budget is estimated between $25,000 and $100,000, classified under NAICS code 237310, which pertains to highway, street, and bridge construction. It emphasizes the necessity for bidders to track amendments through SAM.gov and participate in a pre-bid conference to discuss project details.
    This document is an amendment to solicitation number 36C25225B0022 for the Danville VAMC project involving pavement resealing (Project 550-25-M205). Issued by the Department of Veterans Affairs, it specifies that the deadline for bids has been extended to August 5, 2025, at 13:00 CDT. The amendment responds to several Requests for Information (RFI) as of July 8, 2025, clarifying aspects such as site visits, the dual roles of superintendents, tax considerations, and prevailing wage conditions. Specific attachments (G101 and G102) provide further detail on project requirements and site locations for patches. Notably, certified flaggers are required for traffic direction, and qualifications must be provided for individuals covering dual roles in safety and quality control. These modifications aim to ensure clarity and compliance in the bidding process for contractors interested in this federal project.
    The document is an amendment to solicitation number 36C25225B0022, issued by the Department of Veterans Affairs for the project 550-25-M205 concerning pavement resealing. The primary purpose of this amendment is to extend the deadline for bid submissions from August 5, 2025, to August 12, 2025, at 1:00 PM Central Time. It outlines the procedures for contractors to acknowledge receipt of the amendment and clarifies that all existing terms of the contract remain unchanged, except for the new bid submission date. The document stresses the importance of timely acknowledgment to prevent rejection of offers and reaffirms the authority under which this change is made, referencing FAR 43.103(b) for administrative modifications. The amendment is signed by Roniece Ambrose, Branch Chief, on behalf of the contracting officer Juan C. Gaytan, confirming the validity and administrative changes issued.
    The bid document outlines requirements for the Pavement Sealing Project #550-25-M205 at the VA Illiana Health Care System in Danville, IL. Contractors must prepare the site, including the demolition of existing surfaces, and comply with strict safety and security protocols as per the Department of Veterans Affairs guidelines. Safety involves assigning OSHA-certified personnel and ensuring all employees undergo necessary training, such as the 10-hour OSHA certification. The contractor is responsible for developing a Master Production Schedule via Critical Path Method (CPM) submitted within ten days of the Notice to Proceed. Job progress meetings will occur weekly to address construction status, procurement, safety, and potential delays. Additionally, environmental protection measures are mandated to prevent hazardous waste disposal on-site, and rigorous housekeeping standards are enforced to safeguard patient and staff wellbeing within the medical center. The document emphasizes adherence to government regulations throughout the project, ensuring minimal disruption to ongoing medical operations while enhancing facility maintenance and safety standards. This comprehensive approach showcases the VA's commitment to quality and safety in public service projects.
    The VA Illiana Health Care System has issued a solicitation for facility management services to include resealing and restriping of roads and pedestrian crossings within its premises. The selected contractor will be responsible for all aspects of construction, including labor, materials, equipment, supervision, and traffic direction during the project. Key tasks include filling cracks and defects in approximately 24,500 square yards of road surfaces, applying new road markings and striping, and patching 70 square yards of asphalt with strict adherence to safety and regulatory guidelines. The contract will last for a year upon the issuance of a Notice to Proceed. Furthermore, the contractor must comply with federal records management laws and regulations, safeguarding all records created and maintaining confidentiality of non-public information. Subcontractors engaged by the contractor must also adhere to these requirements. The document highlights the importance of managing sensitive information and the legal ownership of data generated under the contract, ensuring that all deliverables are the property of the U.S. Government. This solicitation underscores the VA's commitment to maintaining operational safety and compliance within its facilities.
    The document outlines the General Decision Number IL20250015 pertaining to wage determinations for construction projects in various counties of Illinois, primarily related to heavy and highway construction. It presents wage rates and fringe benefits applicable for different construction roles, including cement masons, carpenters, electricians, and truck drivers, organized by county. Importantly, these contracts are subject to the Davis-Bacon Act, which stipulates minimum wage rates based on federal guidelines, specifically reference to Executive Orders 14026 and 13658 concerning minimum pay for covered contracts. The document details prevailing wage rates for each classification and specifies which executive orders apply based on contract award dates. It mandates the proper payment of workers, provisions for sick leave, and the need for contractors to request additional classifications if required. The structure includes sections for various labor classifications, their corresponding wage scales, and an appeals process for wage determinations. This information is crucial for compliance with federal contracting regulations and for safeguarding worker rights in public works projects.
    The document outlines a Pre-Bid Request for Information (RFI) from the Office of Construction and Facilities Management at the U.S. Department of Veterans Affairs, specifically regarding pavement sealing and patching projects located in Danville, IL. The provided details include project numbers, drawings, and various stages of the project documentation process. It includes contact information for architect/engineer firms, along with their respective responsibilities in the project, such as supervising paving work adjacent to various buildings and structures at the site. The RFI emphasizes compliance with federal standards and indicates that revisions and specific scales for construction drawings have been included, ensuring clarity and precision in the project execution. The content aligns with the framework of federal RFPs and grants, focusing on enhancing facility infrastructure as part of ongoing maintenance and improvement initiatives by the VA.
    The document is a pre-bid Request for Information (RFI) related to a project managed by the Office of Construction and Facilities Management of the U.S. Department of Veterans Affairs. It outlines a pavement sealing project located in Danville, Illinois, with a focus on defining patch locations and dimensions for repair. It includes administrative details such as the project number, issue date, and information regarding the architect/engineer of record and their consultants, although some specifics appear to be placeholders or unfilled sections. The document highlights the collaborative role of architects, engineers, and consultants in ensuring compliance with project standards and specifications. The overall objective is to prepare for upcoming construction work, ensuring that all parties are informed and ready to proceed while adhering to established guidelines and requirements. The emphasis is on clarity in project details and preparation for the bidding process, signaling the government's commitment to maintaining and enhancing facilities for veterans.
    The document addresses the management and organization of temporary storage buildings utilized by federal and local government services. It details operational protocols for the storage facilities, emphasizing efficiency and compliance with safety regulations. The file outlines necessary infrastructure provisions, including maintenance practices and monitoring systems to ensure optimal working conditions. Coordination among various departments is highlighted as a key aspect in managing these storage facilities. Emphasis is placed on adherence to federal guidelines and standards, aiming to optimize storage functionalities while addressing the potential risks associated with hazardous materials. The primary purpose of the document is to facilitate effective management practices within temporary storage buildings, enhancing overall functionality and safety across governmental operations. This concise directive speaks to government officials and entities involved in logistics and facility management, ensuring clarity on procedures and requirements necessary for maintaining these essential storage sites.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1DA--528A6-25-614 Replace Sidewalks Station Wide
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Sidewalks Station Wide" project at the Bath VA Medical Center in Bath, NY, under Project Number 528A6-25-614. This procurement involves the demolition of existing sidewalks and the installation of approximately 22,000 square feet of new concrete sidewalks, including ADA-compliant tactile warning surfaces, along with the installation of new metal handrails and restoration of disturbed lawn areas. The project is critical for ensuring safe access for veterans and visitors, with a total estimated cost between $250,000 and $500,000, and a completion timeline not exceeding 120 days from the Notice to Proceed. Interested contractors must submit their bids by December 10, 2025, at 12:30 PM EST, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further inquiries.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Repair FTD Building Envelope 539-25-509
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Y1LZ--Project 620-23-102 Repave Parking Lot G at the Montrose VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking bids for Project 620-23-102, which involves repaving Parking Lot G at the Montrose VA Medical Center in New York. This project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requiring contractors to provide all necessary materials, equipment, and personnel to complete the work, which includes general construction, demolition, grading, drainage, and the installation of pole-mounted lighting. The project has a construction magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days from the Notice to Proceed. Interested bidders must be registered in SAM.gov and verified as an SDVOSB, with the solicitation expected to be released around December 9, 2025. For further inquiries, contact Contracting Officer Daniel Barone at Daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    Y1PZ--603-26-103 - Repair Storm and Snow Damage
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to undertake the "Repair Storm and Snow Damage" project at the Robley Rex VA Medical Center in Louisville, KY. The project involves various repair tasks, including culvert repair, parking lot curb replacement, fence repair, tree and limb removal, and drainage improvements, with an estimated contract value between $25,000 and $100,000. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and emphasizes compliance with safety, regulatory, and environmental standards. Interested contractors must submit their bids by January 6, 2026, following a site visit on December 12, 2025, and are encouraged to direct inquiries to Contract Specialist Robert Glenn at Robert.Glenn2@va.gov.
    Z1DA--Replace Parking Garage Sprinkler System 583-24-525
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of the parking garage sprinkler system at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. This project, designated as 36C25026B0017, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the demolition and replacement of overhead dry fire sprinkler piping and associated components within the underground patient parking garage. The work is critical for ensuring compliance with current fire safety standards and minimizing disruption to the medical center's operations, with construction scheduled to occur outside normal business hours. Interested contractors must submit their bids via email by January 6, 2026, at 10:00 AM EST, and can direct inquiries to Contract Specialist Stacie I. Hill at Stacie.Hill@va.gov or Brian Rosciszewski at brian.rosciszewski@va.gov.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. The project entails the removal and replacement of an old trench cap, requiring contractors to provide all necessary labor, materials, equipment, and supervision while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the medical center, ensuring minimal disruption during construction activities. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, interested parties may contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732.