Z1DA--OTHER-CONST VAWNYHS DEMOLITION AND ABATEMENT IDIQ
ID: 36C24225Q0506Type: Presolicitation
AwardedJul 29, 2025
$2.5M$2,500,000
AwardeePATRIOT SONS USA LLC NORTH SYRACUSE 13212
Award #:36C24225D0081
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on demolition and abatement services at the Veterans Affairs Western New York Healthcare System (VAWNYHS). The procurement involves the removal of various structures and fixtures, including flooring, drywall, and plumbing, with specific attention to hazardous materials such as asbestos and lead-based paint, ensuring compliance with safety protocols and environmental regulations. This contract is crucial for maintaining safe and functional healthcare facilities, with a strong emphasis on participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties should submit their quotations to Contracting Officer Michael A. Spivack at MICHAEL.SPIVACK@va.gov, adhering to the specified deadlines and requirements outlined in the solicitation documents.

    Point(s) of Contact
    Michael SpivackContract Specialist
    (716) 862-8890
    Michael.Spivack@va.gov
    Files
    Title
    Posted
    The government document outlines a Request for Proposal (RFP) for demolition and abatement activities at a specified facility, likely a healthcare setting. The tasks specified include the removal of various structures and fixtures, such as walls, ceilings, flooring, plumbing, and electrical installations, and mandates adherence to safety protocols, including Infection Control Risk Assessment (ICRA) Level 4 and compliance with NYCRR part 56 regulations for asbestos removal. Offerors are instructed to provide unit pricing for each item and specific rates for mobilization, demobilization, and off-hours work. The document emphasizes thorough clean-up and disposal of Hazardous materials, including asbestos and lead-based paint, indicating health and environmental considerations crucial for the project's execution. The overall goal is to ensure a safe environment during construction activities while maintaining regulatory compliance, reflecting the government's commitment to maintaining public safety and environmental standards. This RFP serves as a framework for contractors to submit their bids while detailing expectations and requirements for hazardous material management.
    The presolicitation notice from the Department of Veterans Affairs announces an upcoming solicitation (36C24225Q0506) for a five-year Indefinite Delivery Contract (IDC) focused on demolition and asbestos abatement services at the Buffalo and Batavia NY VA Medical Centers. Slated for release on or around May 9, 2025, this contract aims to provide essential maintenance support using qualified small businesses due to its 100% set-aside status under Public Law 109-461. The contract will range from a minimum value of $10,000 to a maximum cap of $1,500,000 across all task orders. Interested vendors can obtain the solicitation materials in electronic format via the SAM website, and must ensure they acknowledge any amendments through the same platform. Bids will be submitted solely through email to the designated Contracting Officer, Michael Spivack. This procurement reflects the government’s ongoing commitment to utilizing small businesses for critical facility maintenance tasks, ensuring adherence to safety and quality standards.
    The document outlines a Request for Quotations (RFQ) from the Department of Veterans Affairs for an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract focused on demolition and abatement services at the Veterans Affairs Western New York Healthcare System (VAWNYHS) medical centers. The contract aims to facilitate various demolition activities necessary for construction and repair over a five-year duration. The RFQ includes detailed service requirements, such as the removal of flooring, drywall, and plumbing fixtures, as well as specialized abatement tasks related to asbestos-containing materials. Interested parties are instructed to submit their quotations to the designated contact by a specific deadline, with an emphasis on participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The document includes provisions focused on compliance with federal regulations, as well as safety and health requirements surrounding construction work. The careful delineation of expected deliverables underscores the federal focus on ensuring quality and safety within healthcare facilities while also aiming to support and involve small businesses in governmental contracts.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically under Network Contracting Office (NCO) 2. The amendment modifies the terms related to a previously published solicitation numbered 36C24225Q0506. Key changes include the addition of a requirement for a completed and signed copy of the VAAR clause 852.219-75, which pertains to limitations on subcontracting compliance for services and construction, within evaluation factors. Additionally, the document specifies a renaming of "Section X" to "Section A.2" in reference to evaluation factors. Remaining terms and conditions of the original solicitation are stated to remain unchanged. The amendment underscores the importance of adherence to contracting requirements and compliance measures in procurement processes involving federal grants and RFPs.
    This document outlines the wage determination for construction projects in Erie County, New York, as per the Davis-Bacon Act. It specifies minimum wage rates and labor classifications necessary for various construction trades, emphasizing compliance with Executive Orders 14026 and 13658. For contracts awarded on or after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour unless otherwise stated. The document includes detailed wage rates and fringe benefits for multiple trade classifications, such as electricians, plumbers, carpenters, and laborers, reflecting both union and non-union rates. Additionally, it outlines the process for addressing disputes over wage determinations and classification requests, ensuring contractor compliance with federal wage standards. The document serves as guidance for contractors bidding on federal and state-funded construction projects, reinforcing the importance of adhering to labor regulations.
    The document outlines wage determinations for construction projects in Genesee County, New York, governed by the Davis-Bacon Act. Specifically, it covers wage rates and fringe benefits for various construction trades as of 2025. Contractors must comply with Executive Orders requiring minimum wage standards: $17.75 per hour for new contracts and higher rates based on specific classifications listed. Additionally, covered contractors must provide paid sick leave as stipulated under Executive Order 13706. The wage determination specifies classifications and minimum wage rates for roles including tile setters, cement masons, electricians, ironworkers, and several others. Each classification is assigned a union or survey identifier, reflecting whether rates are union-negotiated or derived from surveys, along with the effective dates of the rates. The document also details the appeals process for disputes regarding wage determinations, guiding interested parties on how to request reconsiderations or appeals through the Department of Labor. Overall, it serves as a comprehensive guide to ensuring compliance with federal wage standards in public construction projects, reinforcing worker protections and facilitating oversight of contracting processes in government-funded projects.
    Similar Opportunities
    J056--ACC Pharmacy Preparation and Demolition Project # 459-26-003
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Pacific Islands Health Care System, is seeking qualified contractors for the "ACC Pharmacy Preparation and Demolition Project 459-26-003." This project entails the demolition of existing structures, replacement of flooring, and the relocation and installation of utilities in the prescription preparation area to accommodate new equipment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated value between $250,000 and $500,000. Interested contractors must be registered in the System for Award Management (SAM) and verified as SDVOSB to be eligible for award. The solicitation is expected to be released around mid-late December 2025, and inquiries can be directed to Contract Specialist Christopher Aguon at christopher.aguon@va.gov.
    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.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    Z1DA--630A4-26-102 GI RENOVATION PHASE III
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the GI Renovation Phase III project at the VA New York Harbor Healthcare System, Brooklyn Campus. This project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires turnkey services for design and construction, including all labor, materials, tools, supervision, and equipment, with a performance period of 365 calendar days. The scope encompasses finalizing construction in Area B (4th Floor) with minor remaining work and extensive interior construction in Area A (4th Floor), which is currently in a rough-in condition, as well as replacing the AC-5 unit in the 5th-floor Mechanical Room and installing new high-pressure steam lines. Interested contractors must coordinate with Premier Engineering Group, Inc. for the Design-Build Package, adhere to strict safety regulations, and utilize the VISN 2 Autodesk Build Construction management platform for all project correspondence. For further inquiries, contact Contracting Officer Vladimir Stoyanov at Vladimir.Stoyanov@va.gov or by phone at 718-836-6600 ext 8889.
    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.
    Y1DA--Replace Kitchen Exhaust Fans Building 200 at Northport VA Medical Center 79 Middleville RD, Northport, NY 11768
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of kitchen exhaust fans in Building 200 at the Northport VA Medical Center in New York. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), involves the removal of two existing kitchen exhaust fans and the installation of new units that will integrate with the building's control system, adhering to various safety and construction standards. The estimated contract value ranges from $250,000 to $500,000, with a mandatory completion period of 250 calendar days from the notice to proceed. Interested bidders must attend a mandatory site visit on December 19, 2025, and submit their electronic bids by January 20, 2026, while ensuring compliance with subcontracting limitations and the Buy American Act. For further inquiries, contact Contract Specialist Yingjie Yeung at Yingjie.Yeung@va.gov.
    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 repair of water and mold damage at the Bonham Veterans Affairs Medical Center (VAMC), specifically targeting Building 1's 5th floor and Building 29. The contractor will be responsible for providing all necessary labor, equipment, materials, and supervision to remediate damage caused by a water line break, following the guidelines set forth in the Statement of Work and adhering to the Veterans Health Administration's Moisture and Mold Management Program. This project is critical for maintaining a safe environment for patients and staff, emphasizing the importance of compliance with health and safety standards during the remediation process. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or call 915-282-1732 for further details, with the solicitation set to close on the specified deadline.
    Z1DA-- 630A4-26-500 Replace ER AHU Brooklyn Campus
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the replacement of the Emergency Room Air Handling Unit (AHU) at the Brooklyn Campus, under Project No. 630A4-26-500. This federal contract requires contractors to provide all necessary labor, materials, and supervision to replace and refurbish HVAC equipment, including the packaged AHU, exhaust fans, reheat system, heat exchanger, pumps, and constant volume boxes, while ensuring minimal disruption to the medical center's operations. The project is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and has a performance period of 240 calendar days from the Notice to Proceed. Interested bidders must register in SAM, verify their SDVOSB status, and submit bids by January 19, 2026, with a mandatory pre-bid site visit scheduled for December 20, 2025. For further inquiries, contact Gail E. Hill at gail.hill@va.gov.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement – BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project requires comprehensive construction services, including structural modifications, installation of lead-lined walls, and adherence to various safety and quality standards throughout the construction process. This initiative is critical for enhancing the emergency department's capabilities and ensuring compliance with healthcare regulations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Contract Specialist David M Hernandez at David.Hernandez1@va.gov.