VISN 5 Emergency Restoration and Disaster Remediation - VA Maryland Health Care System
ID: 36C24525Q0451Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Remediation Services (562910)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

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 for Emergency Restoration and Disaster Remediation Services for its VISN 5 facilities, which include medical centers and outpatient clinics located in Washington, D.C., Maryland, and West Virginia. The procurement aims to ensure a safe working environment for patients and staff by providing essential services such as water leak mitigation, mold remediation, and clean-up of hazardous areas following emergencies. This five-year Indefinite Delivery Requirements Contract (IDRC) emphasizes the importance of compliance with solicitation requirements, with evaluations based on technical quality, past performance, veterans status, and price. Interested offerors must submit their quotes by June 13, 2025, and can direct inquiries to Robert O'Keefe Jr. at robert.okeefejr@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for emergency restoration services under the Veterans Health Administration (VHA). It identifies various critical services required following emergencies, including water leak mitigation, mold prevention, and clean-up of hazardous areas like crime scenes and fire damage. The listing categorizes these services into several line items, specifying tasks such as job estimation, and the provision of six-month extensions for necessary services. Each service is designated a code and quantity as per contract requirements, underlining the importance of compliance with the Veterans Affairs standards. Furthermore, the appropriate North American Industry Classification System (NAICS) and product/service codes are provided, supporting procurement processes. The contract's timeline includes base periods and potential options for extensions, indicating dynamic capacity needs. This RFQ exemplifies the government's structured approach to securing emergency restoration services, ensuring readiness for urgent situations that affect veterans' facilities and safeguard their health.
    The document outlines coverage areas for the VA Maryland Health Care System and its affiliated medical centers and outpatient clinics across Maryland, Washington, D.C., and West Virginia. It lists various facilities, including both central medical centers like the Baltimore VA Medical Center and community-based outpatient clinics scattered throughout the region. Key locations encompassed in the coverage include Beckley, Clarksburg, and Martinsburg in West Virginia, as well as multiple clinics in Maryland and Virginia. The extensive network aims to provide accessible healthcare services to veterans, responding to specific community needs. The emphasis on community-based outpatient clinics reflects a strategic approach to enhance care delivery for veterans in a more localized context. Overall, the document serves as a comprehensive guide to the VA's healthcare service infrastructure in the specified areas, indicative of a commitment to improving healthcare access for veterans in the region.
    The provided document outlines a government Request for Proposals (RFP) or grant submission format, detailing essential data points required for submission evaluation. It includes sections for item numbers, descriptions, quantity, unit of measure, unit price, principal NAICS code, and product/service codes. This structured framework is crucial for standardizing submissions across federal, state, and local procurement processes, ensuring that all bids or grant requests meet the same criteria for clarity and comparison. By organizing information in this manner, the document facilitates efficient assessment and decision-making for governmental entities. The RFP format is designed to promote transparency and fairness in the awarding of contracts and grants while ensuring compliance with regulatory standards.
    The document outlines the Contractor Certification required for entities providing services to the Department of Veterans Affairs. It mandates compliance with the Immigration and Nationality Act and related regulations enforced by the Department of Homeland Security and the Department of Labor concerning the employment of foreign nationals. The contractor is prohibited from working with any illegal aliens or foreign nationals who violate their immigration status and must adhere to “E-Verify” requirements as per Executive Order 12989. Failure to comply may result in prohibiting such individuals from working for the contractor and could lead to the termination of the contract. The contractor is also obliged to secure similar certifications from subcontractors. Furthermore, the document includes an indemnity clause holding the contractor liable for any property damage or injury resulting from their actions or the actions of their team. This certification emphasizes legal compliance and accountability, safeguarding the integrity of services provided to veterans.
    The document outlines the requirements for an Offeror's Quality Control Plan as part of a federal Request for Proposal (RFP). Its purpose is to ensure the contractor has robust management and quality processes in place. The plan is structured around five key criteria: 1. **Management**: Establish roles and responsibilities for personnel managing the contract. 2. **Personnel**: Implement hiring, training, and qualification processes for employees, including ensuring valid driver’s licenses and safe driving practices. 3. **Management/Quality Improvement**: Develop methods to identify and correct performance issues that do not meet contract standards. 4. **Performance/Work Processes**: Define procedures and specific tasks to be completed in compliance with contract requirements, including training and organization of work. 5. **Assessment**: Create processes for conducting internal assessments and recommend methods for government oversight through a Quality Assurance Surveillance Plan (QASP), which may involve techniques like sampling and examinations. The document emphasizes the significance of quality assurance in federal contracts, outlining expectations for how contractors should ensure compliance and enhance performance to align with government objectives. The guidance provided aligns with FAR 37.604, specifying how QASPs should be formed and utilized.
    This document outlines the supplemental instructions for offerors responding to a federal solicitation for a five-year Indefinite Delivery Requirements Contract (IDRC) focused on Emergency Restoration and Disaster Remediation Services for healthcare facilities. Offerors must submit timely quotes by May 22, 2025, and can raise questions until May 8, 2025. Evaluations will prioritize technical capability, past performance, veterans status, and price in that order. A comprehensive Performance Work Statement (PWS) is required alongside a Quality Control Plan (QCP) detailing the technical approach, management plans, and employee qualifications. Offerors must also demonstrate past relevant experience, provide valid contact references, and verify Service-Disabled Veteran-Owned Business (SDVOSB) status through VetCert registration. The pricing structure must accommodate potential extensions based on FAR 52.217-8. The document emphasizes clarity, precision, and completeness in submissions, warning that vague statements could lead to disqualification. Offerors must adhere strictly to completion requirements on the SF 1449 form and provide detailed subcontracting arrangements if applicable. This RFP exemplifies the government's focus on obtaining high-quality service through a competitive evaluation process.
    The document serves as an amendment to Solicitation No. 36C24525Q0451 issued by the Department of Veterans Affairs for procurement related to emergency task clean-up services. Key updates include an extension for bid submissions to June 13, 2025, and the introduction of a revised Price/Cost Schedule. Offerors are required to provide a fully burdened rate for their services based on square footage, detailing factors such as mobilization, labor, and materials. Additionally, a second round of questions must be submitted by May 29, 2025. The amendment also mandates the removal of specific provisions and clauses from new solicitations, which are to be replaced with current revisions effective as of May 15, 2025. Overall, this document underscores the government's emphasis on clear, responsive procurement processes, ensuring that vendors are informed of the necessary requirements and deadlines while aligning with regulatory standards.
    The document represents a Request for Quote (RFQ) from the Department of Veterans Affairs (VA) for Emergency Restoration and Disaster Remediation Services for its VISN 05 Medical Centers. The contract, intended for a single contractor, spans five years with five pricing periods starting from May 16, 2025, to May 14, 2030. It aims to provide essential services such as water leak cleanups, mold remediation, fire damage recovery, and other emergency-related cleanups at various VA facilities in Maryland, West Virginia, and D.C. The awarded contractor must adhere to labor standards and maintain a comprehensive quality control program throughout the contract duration. The document outlines administrative details, contractor obligations, and service specifications, including the need for contractors to furnish their own materials and tools while ensuring employee professionalism. It incorporates relevant federal regulations and clauses affecting contract performance and compliance, including provisions for payment and subcontracting limitations. The emphasis on maintaining a healthy environment aligns with the VA's mission to ensure patient and worker safety. Overall, this solicitation highlights the VA's commitment to effective emergency management and quality service delivery across its healthcare facilities.
    The document is a Combined Synopsis/Solicitation Notice issued by the VA Maryland Health Care System for VISN 5, seeking proposals for Emergency Restoration and Disaster Remediation Services across its facilities in Washington, D.C., Maryland, and West Virginia. The solicitation number is 36C24525Q0451, and responses are due by May 22, 2025. The contract will be a five-year Indefinite Delivery Requirements Contract (IDRC) with individual pricing periods, emphasizing the importance of compliance with solicitation requirements to ensure evaluation eligibility. Key evaluation factors include technical quality, past performance, Veterans status, and price, in that order of importance. The government will conduct comparative evaluations to determine which quotation offers the best overall benefit, as outlined by FAR guidelines. Potential offerors are directed to consult various attached documents that provide additional context and specifications relevant to the proposal submission. This solicitation underscores the VA's commitment to maintaining a safe environment for patients and staff by sourcing capable contractors for essential emergency and disaster restoration services, ultimately enhancing the operational integrity of healthcare facilities within the network.
    Similar Opportunities
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    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.
    Plant and Holiday Decor Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Plant and Holiday Decor Services for the Washington DC VA Medical Center and its associated Community Based Outpatient Clinics. The procurement involves a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with an estimated performance period from January 19, 2026, to January 18, 2031, and a maximum contract value of $500,000.00. Key requirements include weekly plant maintenance, annual plant audits, pest control, and the installation and removal of holiday decorations, emphasizing the importance of maintaining a welcoming environment for veterans and staff. Interested parties must submit their quotes and any questions by January 5, 2026, with site visits scheduled for December 18-19, 2025; inquiries should be directed to Jameel Gordon at jameel.gordon@va.gov.
    S205--VISN 5 Municipal Solid Waste & Recycling Single Award BPA Washington DC and Maryland VAMCs Only (4 VAMCs & 13 CBOCs) Set aside as Tiered Evaluation including SDVOSB, VOSB and SB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Blanket Purchase Agreement (BPA) for municipal solid waste disposal and recycling services across its VISN 5 facilities in Maryland and Washington D.C. The procurement aims to establish a single-award, firm-fixed-unit-price BPA that emphasizes a value-engineered approach to maximize recycling and minimize landfill use, with a tiered evaluation process prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), and Small Businesses. This contract is crucial for maintaining effective waste management and recycling programs at various VA Medical Centers and Community-Based Outpatient Clinics, ensuring compliance with federal, state, and local regulations. Interested contractors must submit their quotes by January 20, 2026, and direct any questions to Darren G. Morris at darren.morris2@va.gov.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov for further information.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    S205--VISN 5 Municipal Solid Waste & Recycling Single Award BPA West Virginia VAMCs Only (4 VAMCs & 17 CBOCs) Set aside as Tiered Evaluation including SDVOSB, VOSB and SB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Blanket Purchase Agreement (BPA) for Municipal Solid Waste and Recycling Services specifically for VISN 5 facilities in West Virginia, which includes four VA Medical Centers (VAMCs) and seventeen Community-Based Outpatient Clinics (CBOCs). The procurement aims to establish a single-award, firm-fixed-unit-price BPA that will cover the collection, transportation, and disposal of municipal solid waste, industrial waste, and construction debris, alongside a comprehensive recycling program that emphasizes education and outreach. This initiative is crucial for maintaining environmental standards and efficient waste management within the VA facilities. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their quotes by January 22, 2026, with questions due by January 8, 2026. For further inquiries, contact Darren G. Morris at darren.morris2@va.gov.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    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.
    Z1DA--578-23-013 Abatement Task Order D
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the 578-23-013 Abatement Task Order D at the Edward Hines Jr. VA Hospital in Hines, Illinois. This federal contract involves selective interior demolition, removal of finishes, and abatement of hazardous materials, including lead paint and asbestos, with a project magnitude estimated between $500,000 and $1,000,000. The work is critical for maintaining a safe and compliant healthcare environment, ensuring that the facility can continue to operate effectively while addressing health and safety concerns. Interested contractors must submit their bids by January 7, 2026, at 10:00 AM CST, and are required to acknowledge receipt of all amendments to the solicitation, with a bid guarantee of 20% of the bid price or $1,000,000, whichever is less. For further inquiries, potential bidders can contact Contract Specialist Shalottina Cook at Shalottina.Cook@va.gov.