This Presolicitation Notice, 36C25925R0114, announces a Request for Proposal for interior renovation services at the Ft. Harrison VA Medical Center, specifically for Room 210 Epoxy Cover Wall and Floor. The project, valued between $25,000 and $100,000, is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220. Bidders must be verified and visible in the SBA certification database at the time of offer submission and contract award. The notice details the requirements for SDVOSBs, including ownership, control, size standards, and verification through the VA's Vendor Information Pages (VIP) database. It also outlines limitations on subcontracting for services, supplies, and construction, emphasizing compliance with VAAR subpart 819.70 and SBA regulations.
The document addresses questions and answers for Amendment 36C25925R0114 0003, focusing on a renovation project in Room 210 and adjacent corridors. Key points include the designation of a limited staging area (154-2M) and the requirement to replace damaged wall tiles for a smooth surface, with tile color not being a factor. Detailed dimensions and substrate conditions for Room 210 are referenced in the original solicitation, with no mass tile removal anticipated. Specifications for epoxy flooring and wall systems are directed to sections 09 96 59 and 09 67 23.20, along with previously approved products. Work will occur in a fully vacated Room 210 and corridor 154-2M, with corridor 154-2N also vacated, though facilities staff may need roof access. The contractor is responsible for replacing only damaged or necessary tiles, matching surrounding areas. HVAC shutdown will be provided, but temporary ventilation and sealing of diffusers are the contractor's responsibility, adhering to infection control guidelines. Past Performance Questionnaires are required if CPARS cannot be provided for projects listed in Factor 1 of the solicitation.
The Department of Veterans Affairs, Network Contracting Office 19, issued Amendment 0004 to Solicitation 36C25925R0114. This amendment, dated November 20, 2025, primarily extends the deadline for proposal submissions. Offers are now due by December 5, 2025, at 3:30 PM MST. All other terms and conditions of the original solicitation remain unchanged. The amendment emphasizes that offerors must acknowledge receipt of this change by either completing and returning copies of the amendment, acknowledging it on their submitted offer, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the new deadline may result in the rejection of the offer.
This document is an amendment to Solicitation 36C25925R0114, issued by the Department of Veterans Affairs, Network Contracting Office NCO 19. The amendment, dated November 5th, 2025, serves two primary purposes: to post the Site Visit sign-in sheet and the Site Visit Meeting Document, and to extend the solicitation's due date to November 13th, 2025, at 3:30 PM MT. All other terms and conditions of the original solicitation remain unchanged. The amendment also includes standard federal contract modification clauses, requiring offerors to acknowledge receipt by returning copies of the amendment, acknowledging it on their offer, or submitting a separate letter or electronic communication.
This amendment to Solicitation 36C25925R0114, issued by the Department of Veterans Affairs, Network Contracting Office 19, extends the deadline for offers to December 9th, 2025, at 3:30 PM MST. The purpose of this amendment is to provide answers to submitted questions and post relevant pictures. Key clarifications include that the government will handle furniture and equipment moving, no demolition is required beyond specified electrical equipment, walls require a smooth monoclinic finish (level 5 equivalent), minor ceiling patching is needed for cracks around fixtures, and both walls and ceilings require antimicrobial, chemical, and UV-resistant epoxy paint. Additionally, the SSHO can dual-hat as Superintendent and QC manager for this project only, provided they do not have responsibilities from other active projects.
The VHA Infection Control Risk Assessment (ICRA) template, VHA-ICRA-2023-1.0, establishes minimum requirements for infection prevention during construction, renovation, and maintenance activities within VHA facilities. It outlines a four-step process: categorizing the activity (A, B, C, or D), identifying affected areas, determining the overall patient risk category (Low, Medium, High, or Highest), and matching these to define the level of infection prevention and control precautions needed (I, II, III, or IV). The document details specific control measures for each precaution level, escalating from basic dust control in Level I to hard barriers, anterooms, and negative pressurization in Level IV. It also includes post-activity cleaning and HVAC system verification. A permit form is provided for Level III and IV activities, which require continuous posting at the project site, ensuring adherence to safety and infection control protocols throughout the project lifecycle.
The VHA Pre-Construction Risk Assessment (PCRA) template outlines minimum requirements for assessing and mitigating safety risks in construction, renovation, and maintenance activities within VHA facilities. It categorizes activities into Inspection/Upkeep, Small-Scale, and Large-Scale, each with progressively stringent control measures to prevent harm to patients, employees, and contractors. The document emphasizes using the activity statement of work and drawings for assessment, integrating communication and coordination plans with affected areas. It also requires an Infection Control Risk Assessment (ICRA) if infection risks are present. The PCRA includes a fillable permit form for posting at activity sites, detailing the activity type, control measures, and necessary hazard analyses. This ensures a standardized approach to safety and risk management for VHA projects, prioritizing compliance and protection.
The document outlines a proposed work area design, focusing on infection control and access management. Key elements include the installation of a proposed duct exhaust system leading to the outside air, proposed hard-wall infection control barriers, and a proposed anteroom. The design also addresses separate access points for patients (to room 212) and contractors, indicating a clear strategy for managing traffic and maintaining sterile or controlled environments. This setup suggests a project prioritizing health and safety, likely within a healthcare or research facility, aligning with requirements often found in government RFPs for infrastructure upgrades or renovations.
The document outlines the general requirements for a Department of Veterans Affairs (VA) project involving the renovation of surgical suite room 210, focusing on epoxy wall and floor cover, demolition, and various associated tasks. It details extensive security procedures, including personnel identification, site access restrictions, photography prohibitions, and strict handling of sensitive information and documents. The contractor is responsible for site operations, material storage, maintaining utility services without interruption, and coordinating with the VA. Key aspects include site surveys, protection of existing structures, proper disposal of materials, and restoration of disturbed areas. The document also mandates a comprehensive Critical Path Method (CPM) project schedule, cost loading of activities, and adherence to specific reporting and update requirements. Additionally, it covers submittal procedures for shop drawings, product data, and samples, emphasizing completeness and compliance. Detailed warranty management plans, temporary use of elevators, and provision of utility services and operating manuals are also stipulated.
This government file outlines comprehensive requirements for Construction Quality Control (CQC), Sustainable Construction, and Joint Sealants within federal projects. The CQC section details staffing, responsibilities, and a three-phase control process (Preparatory, Initial, Follow-Up) for ensuring contract compliance. It also covers testing procedures and completion inspections. The Sustainable Construction section mandates waste diversion, use of low pollutant-emitting materials, and adherence to various environmental standards (e.g., ENERGY STAR, WaterSense). It requires a Sustainability Action Plan and an Indoor Air Quality Management Plan. The Joint Sealants section specifies quality assurance, installer qualifications, product testing, and application guidelines, emphasizing VOC content limits for interior sealants. Overall, the file sets stringent standards for quality, environmental responsibility, and material specifications in government construction projects.
The document details specifications and application guidelines for two-part polyurethane cementitious coatings, specifically "Nova-Coat" and "Nova-Crete." These coatings are designed for resurfacing concrete in various commercial and industrial settings, including freezers, food manufacturing, commercial kitchens, aircraft hangars, and car washes. The file provides detailed instructions for surface preparation, mixing, and application for different scenarios such as cove base, floor coatings, and broadcast flake systems. Key considerations include maintaining specific ambient and substrate temperatures, proper ventilation, and thorough mixing of components. The document also outlines limitations for application, such as not applying over existing coatings that haven't been properly abraded or cleaned, and not over new slabs less than 28 days old. The coatings offer benefits like chemical resistance, self-leveling properties, and quick curing, making them suitable for heavy-duty industrial floor repairs and resurfacing.
The Past Performance Questionnaire is a critical document used in government solicitations (RFPs, grants) to evaluate a contractor's historical performance. It is divided into two main sections: Contractor Information and Client Information. The contractor provides details such as firm name, CAGE code, DUNS number, contract type, award and completion dates, and a description of the project's relevance and complexity. The client, who served as the point of contact for the project, completes a detailed performance evaluation across various categories. These categories include quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, safety/security, and general performance. Each category uses a rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Available) with narrative explanations required for unsatisfactory or marginal ratings. The questionnaire also asks for an overall rating and encourages detailed remarks on strengths, weaknesses, and deficiencies to assist in evaluating performance risk.
This government document, an amendment to solicitation number 36C25925R0114, extends the deadline for offers. Issued by the Department of Veterans Affairs, Network Contracting Office 19, the amendment changes the receipt of offers due date to November 20, 2025, at 3:30 PM MST. This extension is pending answers to Requests for Information (RFIs). All other terms and conditions of the original solicitation remain unchanged. The document emphasizes that offerors must acknowledge receipt of this amendment through specified methods, such as completing and returning copies of the amendment, acknowledging it on their offer, or sending a separate communication, to avoid rejection of their offer.
Amendment 0003 to Solicitation 36C25925R0114, issued by the Department of Veterans Affairs, Network Contracting Office 19, on November 18, 2025, extends the deadline for offer submissions to November 25, 2025, at 3:30 PM MST. This amendment incorporates responses to questions, includes pictures related to the solicitation, and provides several attached documents: "Questions and Answers for Amendment 36C25925R0114 0003," "S02_436-26-102 Room 210 Epoxy Cover Wall and Floor_ICRA Draft," "S02_436-26-102 Room 210 Epoxy Cover Wall and Floor_PCRA Draft," and "S02_Epoxy Flooring Previously Used." All inquiries and fee proposals must be submitted via email to Blake Rowland at Blake.Rowland@va.gov. All other terms and conditions of the original solicitation remain unchanged.
This Request for Quote (RFQ) from the Department of Veterans Affairs (VA) seeks a qualified contractor for interior renovations at the Fort Harrison Campus of the Montana VA Health Care System. The project, valued between $25,000 and $100,000, involves comprehensive improvements to Building 154, 2nd Floor, Room 210, including floor and wall tile work, epoxy application, ceiling repair, and removal of old equipment. Performance is expected within 14 calendar days of the Notice to Proceed. The solicitation emphasizes strict adherence to the Buy American Act, SBA certification for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and registration in the System for Award Management (SAM). Proposals will be evaluated on Past Performance and Price, with specific requirements for safety plans, daily reports, and electronic submission via email by November 13, 2025.
A pre-proposal site visit for the Epoxy Cover Wall and Floor project is scheduled for October 28, 2025, under Veterans Affairs. The document lists participants from various organizations, including contact details for personnel from Engineering, Contracting, and Construction, among others. Notably, individuals from NCO 19 Contracting, Engineering teams, and multiple construction firms are confirmed attendees.
This document outlines the pre-bid meeting and requirements for the 436-26-102 - Room 210 Epoxy Cover Wall and Floor project at the Fort Harrison VA Medical Center. The project involves interior renovation services, including epoxy cover for walls and floors, with an estimated construction range of $25,000 to $100,000. Contractors must comply with OSHA, EPA, and environmental regulations, and are responsible for waste disposal. Key dates include a non-mandatory pre-bid meeting/site walk, with questions due via email to Blake.Rowland@va.gov, and offers due by November 13, 2025, 3:30 P.M. (MT) to the same email. Site visit guidelines prohibit direct contact with VA employees and unauthorized site visits. Compliance with VAAR clause 852.219-75 Limitation on Subcontracting, Construction Rate Wages, and the Buy American Act is mandatory. Performance must begin within 10 days of the Notice to Proceed and be completed within 14 days.
This document outlines the Department of Veterans Affairs (VA) Notice of Limitations on Subcontracting, a mandatory certification for offerors seeking federal contracts. It ensures compliance with subcontracting limits based on the predominant NAICS code for services or construction. For general construction, contractors cannot pay more than 85% of the government-paid amount to non-VIP-listed SDVOSBs or VOSBs, excluding material costs. Similarly, special trade contractors have a 75% limit, and service contracts have a 50% limit, with specific exclusions for direct costs. The certification is subject to federal law, and false statements can lead to severe penalties, including fines and prosecution. Contractors must provide documentation to the VA upon request to demonstrate compliance, and failure to do so may result in remedial action. The certification must be completed, signed, and submitted with the offer; otherwise, the offer will be deemed ineligible for evaluation and award. The document includes a certification form for the offeror to complete and sign.