Z1DA--36C26125R0024 | 36C261-25-AP-0208 | VASNHS Concrete Pad, Fisher House Storage, Bldg. 8 | PM | 593
ID: 36C26125R0024Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the construction of a concrete pad at the VA Southern Nevada Healthcare System (VASNHS) Fisher House, located in North Las Vegas, NV. The project involves providing, delivering, pouring, and finishing a concrete pad with a connecting driveway and walkway, specifically designed for the placement of a conditioned shipping container. This construction is vital for enhancing storage capabilities at the facility, which supports veterans and their families. Proposals must be submitted electronically by 1:00 PM PST on February 24, 2025, with a mandatory site visit scheduled for February 11, 2025. Interested contractors should contact Contract Specialist Nicole Renfrew at nicole.renfrew@va.gov for further details.

    Point(s) of Contact
    Nicole Y RenfrewContract Specialist
    nicole.renfrew@va.gov
    Files
    Title
    Posted
    The presolicitation notice outlines a Request for Proposal (RFP) for the construction of a concrete pad at the VA Southern Nevada Healthcare System's Fisher House, located in North Las Vegas, NV. The project, identified by solicitation number 36C26125R0024, aims to create a concrete pad connected to an existing driveway, accommodating a conditioned shipping container. Interested contractors must provide a comprehensive proposal, including all necessary labor, materials, and adherence to relevant certifications and licenses as per local, state, and federal regulations. The submission deadline is set for February 24, 2025, at 1:00 PM Pacific Time, with all proposals directed to the Contract Specialist, Nicole Renfrew. This RFP highlights the government's initiative to enhance infrastructure supporting veteran services while ensuring compliance and operational efficiency in the construction process.
    The Fair Opportunity Proposal Request for the construction of a concrete pad at the VA Southern Nevada Healthcare System (VASNHS) Fisher House aims to solicit proposals exclusively from contractors awarded the VISN 21 Multiple Award Construction Contracts (MACC), Group 2. The project, based in North Las Vegas, NV, requires contractors to deliver, pour, and finish a concrete pad and connecting driveway and walkways. The contractor will be responsible for all labor, materials, equipment, and planning, adhering strictly to the project's specifications and regulations. Proposals must be submitted electronically by February 24, 2025, along with required documentation like a price proposal and bid guarantee. A site visit is scheduled for February 11, 2025. The project emphasizes compliance with safety standards and includes provisions for performance and payment bonds, applicable wage determinations, and specific qualifications for service-disabled veteran-owned small businesses (SDVOSBs) as this solicitation is 100% set aside for them. Evaluation will be based on the lowest price deemed fair and reasonable, ensuring the government adheres to procurement integrity and fairness in the bidding process.
    The document outlines the construction plan for a storage pad for the Fisher House at the Southern Nevada Healthcare System located in North Las Vegas, NV. The main objective is to provide a reinforced concrete pad that supports a storage container and facilitates efficient storage solutions for healthcare facility operations. Key components include the installation of a 40-foot by 8-foot storage container, a new concrete walkway, and electrical infrastructure to ensure functionality, such as electrical panels and dedicated circuits for lighting and other equipment. The construction specifications detail material requirements like a minimum 4500 psi concrete with specific thickness for the slab and walkway, as well as protective measures for existing utilities and landscaping. Various construction notes indicate non-contract items highlighting work that will be completed by others, such as the installation of fences and irrigation modifications. This project demonstrates the government's commitment to enhancing facilities that support veterans and their families by improving storage capabilities, aligning with broader initiatives under federal RFPs and grants aimed at healthcare and infrastructural improvements. The document is structured across multiple sheets, detailing location plans, construction notes, and electrical layouts essential for the project's successful completion.
    The document outlines the requirements for contractors seeking eligibility for consideration and award in federal contracts under VHA Directive 7715. Contractors must have a clean safety and environmental record, specifically no more than three serious, one repeat, or one willful OSHA or EPA violations within the past three years. Additionally, they are required to have an Experience Modification Rate (EMR) of 1.0 or lower. Offerors must provide self-certification on company letterhead regarding their compliance with these requirements, including detailed disclosures of any violations. They are also required to submit EMR documentation from their insurance carrier, including written explanations if the EMR exceeds 1.0, detailing reasons for the high rate and expected timelines for reduction. The document emphasizes the importance of safety and environmental compliance in contractor selection processes, reflecting the federal government's commitment to maintaining high standards in public procurement and ensuring contractor accountability.
    The government document provides a Price Breakdown by Division for the project CLIN 0001, which involves constructing a concrete pad for the Fisher House Storage at Bldg. 8 under the Veterans Affairs North Texas Healthcare System (VASNHS). It outlines the requirement to provide a detailed pricing structure categorized into various divisions, beginning with Division 1 - General Requirements. Additionally, there is a provision for adding other divisions applicable to the project. The structure of the document includes sections for detailing descriptions, totals for each division, and relevant costs associated with bonds, insurance, overhead, and profit. The final outcome is the total project bid amount, ensuring transparency and clarity in financial submissions for the construction project. This format emphasizes the importance of meticulous financial documentation in federal contracting processes, serving as a fundamental aspect of government RFPs and grants management.
    The document pertains to a Request for Information (RFI) related to the VASNHS Concrete Pad project at the Fisher House Storage, Building 8. The RFI is associated with solicitation number 36C26125R0024 and seeks specific information from contractors regarding the project. Key components include contractor details, a clear description of information desired, and a tracking system for responses managed by the VA Project Manager. The form must be submitted to the designated Contract Specialist, indicating a structured approach to gather necessary clarifications and technical details. This process illustrates the VA's efforts to ensure effective communication and collaboration with contractors during the project planning phase, ultimately serving to enhance facility infrastructure for veterans. The document serves a crucial role in the larger context of government contracting and project management, ensuring that all parties are informed and aligned on project expectations.
    The document outlines the specifications and requirements for the construction of the Fisher House Storage Pad at the VA Southern Nevada Healthcare System. It emphasizes the contractor's responsibility to provide all necessary labor and materials while adhering to safety and security protocols, including VA police clearance and identification measures for personnel. Key sections cover general construction requirements, including site operation guidelines, disposal of materials, preservation of existing structures, and protection of the environment. Additionally, the contractor must ensure compliance with various applicable standards, manage potential hazards, and maintain clear access for medical personnel and patients during construction. The document specifies procedures for shop drawings, product data, safety requirements, and testing laboratory services. It also elaborates on regulatory standards, particularly emphasizing safety and quality control protocols via testing, inspections, and adherence to established construction practices. The document serves as a comprehensive guideline for contractors to follow, ensuring that construction meets federal requirements and maintains operational integrity within the VA facility.
    The document outlines the Hospital Campus Parking Plan for the VA Medical Center located in North Las Vegas, NV. It provides a detailed layout of various buildings, including the hospital, emergency department, specialty clinics, and a solar farm, all situated within the campus. It features several designated parking lots labeled A through J, ensuring adequate parking facilities for visitors and staff. The plan is intended to optimize space usage and enhance access to multiple medical services on the site. Approved by both the Chief of Engineering Service and the VA Medical Center Director, this plan is a crucial aspect of managing logistics for a significant healthcare facility. The effective organization of parking and infrastructure is vital for patient care and emergency management services, highlighting the VA's commitment to comprehensive healthcare delivery. The project is set to be implemented by September 13, 2024.
    This document outlines the general decision number NV20250038 related to wage determinations for building construction projects in Clark County, Nevada. It specifies the wage rates required under the Davis-Bacon Act and executive orders for various classifications of workers starting January 2025. Contracts awarded or extended on or after January 30, 2022, must pay at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay a minimum of $13.30 per hour. The document provides detailed wage rates for numerous skilled labor categories, including electricians, carpenters, and laborers, listing both base wages and fringe benefits. It emphasizes that the applicable wage rates will be adjusted annually, and outlines provisions for additional classifications, paid sick leave, and the appeals process for wage determinations. The intent of this wage determination is to ensure fair compensation for construction workers engaged in federal projects, fostering compliance with federal labor standards and supporting workers' rights. This summary serves stakeholders involved in federal grants and RFPs, indicating the required labor rates for contractors in eligible projects.
    Similar Opportunities
    E1PC--U.S. DEPARTMENT OF VETERANS AFFAIRS (VA) IS SEEKING EXPRESSIONS OF INTEREST (EOI) TO ACQUIRE LAND RENO/SPARKS NV, FOR A HOSPITAL/MEDICAL CENTER
    Buyer not available
    The U.S. Department of Veterans Affairs (VA) is seeking expressions of interest (EOI) for the acquisition of land in Reno/Sparks, Nevada, intended for the establishment of a new hospital or medical center. The VA aims to secure a parcel of land between 30 to 50 acres, ideally contiguous, located within 10 to 15 miles of the current VA facility, to enhance healthcare services for veterans. This initiative is part of the VA's broader strategy to improve healthcare infrastructure, ensuring that modern medical facilities are accessible to those who have served. Interested parties must submit their EOIs electronically by February 24, 2025, to Realty Specialist Marianne Marinucci at marianne.marinucci@va.gov, with additional inquiries directed to her phone at (202) 632-5468.
    Y1ND--531-24-108 | UPGRADE STORM SEWER SYSTEM
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals from small businesses for the Upgrade Storm Sewer System project at the Boise VA Medical Center, under Project Number 531-24-108. This project aims to enhance the existing stormwater infrastructure by providing necessary labor, materials, and supervision, with an estimated contract value between $250,000 and $500,000. The successful contractor will be responsible for various construction tasks, including the installation of manholes, catch basins, and sump pumps, while ensuring minimal disruption to medical operations and adhering to strict safety and compliance standards. Proposals are due by February 6, 2025, and interested parties should direct inquiries to Contract Specialist Alan C. Perez at alan.perez@va.gov.
    Z2JZ--Jefferson Barracks St Louis Completion Contract
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Jefferson Barracks St. Louis Completion Contract, focusing on construction projects at the Veterans Affairs Medical Center in St. Louis, Missouri. The primary objective is to engage a general contractor, specifically a Service Disabled Veteran Owned Small Business, to complete approximately 38 essential construction tasks across various areas of the facility. This project is significant as it aims to enhance the infrastructure supporting veteran services, with a revised NAICS code of 236220 and a size standard of $45 million. Proposals must be submitted electronically by February 10, 2025, and interested contractors can contact Contracting Officer Krystal Glasper at krystal.glasper@va.gov for further information.
    36C25725Q0036 Repair and Level Community Living Center Concrete Slab, PROJECT 671-21-147
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the repair and leveling of the concrete slab at the Community Living Center (CLC) located at the Audie L. Murphy VA Medical Center in San Antonio, Texas, under project number 671-21-147. The project aims to ensure safety and compliance with VA standards and the Americans with Disabilities Act (ADA), involving tasks such as foundation adjustments, sidewalk replacement, grading, and drainage improvements. This initiative is crucial for maintaining a safe and accessible environment for veterans, reflecting the VA's commitment to high-quality facility management. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by February 18, 2025, and can contact Andres J Garcia at 254-899-6066 or via email at Andres.Garcia1@va.gov for further details.
    Z2DA--570-22-219 Consolidate Sterile Supply Rooms
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the project titled "Z2DA--570-22-219 Consolidate Sterile Supply Rooms," aimed at consolidating and upgrading sterile supply environments at the VA Central California Healthcare System in Fresno, CA. The project involves significant construction activities, including the installation of new HVAC systems, compliance with health standards, and ensuring minimal disruption to ongoing healthcare operations during the renovation process. This initiative is crucial for enhancing operational efficiency and maintaining high standards of healthcare service delivery. Proposals are due by February 7, 2025, at 2:00 PM PST, and interested contractors should contact Kayla A. Haruguchi at kayla.haruguchi@va.gov for further details.
    S299--Window Cleaning Services for VA Southern Nevada Health Care System (VASNHCS)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide semiannual window cleaning services for the VA Southern Nevada Health Care System (VASNHCS). The procurement aims to ensure high-quality cleaning of various facilities, including the main medical center and multiple clinics, adhering to strict safety and quality standards as outlined in the attached draft Statement of Work (SOW). This service is crucial for maintaining a clean and safe environment for patients and staff, reflecting the VA's commitment to facility maintenance. Interested contractors must submit their responses, including company information and capabilities, to Contract Specialist Tim Smith via email by 2:00 P.M. PST on February 5, 2025, with the applicable NAICS code being 561720 and a small business size standard of $22 million.
    Y1DZ--NRM 640-25-101 -- Site prep Radiology | Rm F1-201 Retrofit
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the retrofit of the Radiology Room F1-201 at the Palo Alto Health Care System, aimed at accommodating new medical equipment and enhancing healthcare infrastructure. The project involves replacing flooring, repainting, implementing lead shielding design, and ensuring seismic anchoring, with all work to be completed within 60 days of receiving the Notice to Proceed. This initiative is critical for maintaining high standards of patient care and safety within the facility, and it prioritizes proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit their proposals to Contract Specialist Alex D Arter at alex.arter@va.gov by the extended deadline of February 18, 2025, following a mandatory site visit scheduled for January 28, 2025.
    Z1DZ--Project #502-17-102 Replace Roof & HVAC Building 9 (Con)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the roof and HVAC system at Building 9 of the Alexandria VA Health Care System in Pineville, Louisiana, under Project No. 502-17-102. This project, set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB), involves significant renovations including mold remediation, structural modifications, and upgrades to electrical and plumbing systems, with an estimated budget between $5 million and $10 million. The initiative is crucial for enhancing the facility's operational efficiency and safety, ensuring compliance with federal standards while providing improved care for veterans. Interested contractors must submit their proposals by January 24, 2025, and are encouraged to attend a mandatory site visit to better prepare their submissions; inquiries can be directed to Contract Specialist Jennings Herbst at Jennings.Herbst@va.gov.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Z1DA--595-25-108 Relocate Emergency Cache D/B SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a design-build project titled "Relocate Emergency Cache" at the Lebanon VA Medical Center, specifically aimed at converting a section of the former Bowling Alley into a secure Pharmacy Emergency Cache. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires comprehensive design and construction services, including demolition, environmental abatement, and installation of security systems, with an estimated budget between $1 million and $2 million and a completion timeframe of 330 calendar days. Interested contractors must submit their proposals by March 20, 2025, following a site visit on February 20, 2025, and should direct inquiries to Contracting Officer Jeffrey G. Pruett at jeffrey.pruett@va.gov.