Z1FA--PN: 568-24-113, Bldg 66 Roof Repair (FM)
ID: 36C26324Q0912Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF FAMILY HOUSING FACILITIES (Z1FA)

Set Aside

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

    The Department of Veterans Affairs is soliciting bids for the roof repair project at Building 66 of the Fort Meade VA Health Care System in South Dakota. The project involves the complete removal of existing roofing materials, approximately 2,487 square feet, and the installation of new roofing components, including shingles, underlayment, and flashing, in compliance with VA specifications. This procurement is critical for maintaining the integrity and safety of VA facilities and is designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, reflecting the government's commitment to supporting veteran-owned enterprises. Interested contractors must submit their proposals by August 23, 2024, at 12:00 PM CT, to the designated contacts, Tommy Opal and Derek Fore, via email.

    Point(s) of Contact
    Tommy L OpalContract Specialist
    Tommy.Opal@va.gov
    Files
    Title
    Posted
    This document is an amendment to an existing solicitation for a roofing replacement project under the Department of Veterans Affairs (DVA). The amendment is designed to address updates and clarify requirements based on an onsite visit conducted on August 2, 2024. Key changes include the updated Statement of Work (SOW) outlining new requirements discovered during the site visit, along with accompanying photographs. Notable responses to submitted Request for Information (RFI) questions indicate that the actual area of the roof needing replacement is approximately 2,500 square feet, which differs from the original figures provided. Additionally, it clarifies that existing gutter guards are not to be replaced after removal and that certain existing furring trim will also be disposed of offsite. The due date for quotes has been extended to August 15, 2024, at 3:00 PM CT. This amendment ensures that all bidders have current and precise information needed for their proposals. Overall, this document serves as a critical update in the procurement process for ensuring compliance with the revised scope of work and maintaining project timelines.
    The document outlines a solicitation for roofing services at the Fort Meade VA Medical Center, including the demolition of an old roof and installation of new shingles and protective layers. It is identified by Solicitation Number 36C26324Q0912, issued by the Department of Veterans Affairs, Network 23 Contracting Office. Performance is mandated to commence within a specified number of calendar days upon contract award. Additionally, the document underscores that contract funding is contingent upon the availability of federal appropriated funds, with awards expected by November 2024, reflecting a commitment to fiscal prudence. Compliance with various federal regulations, such as Equal Employment Opportunity goals and Buy American Act requirements, is emphasized. Terms regarding performance and payment bonds, as well as essential clauses related to construction wage rates and sustainability, are provided. The solicitation details the expectations for contractor conduct, including site visits and adherence to environmental standards. Overall, this solicitation demonstrates the government's strategic approach to securing quality construction work while adhering to regulatory requirements and ensuring fiscal responsibility.
    The document outlines an amendment to a solicitation for roof demolition and installation work at the Fort Meade VA Health Care System, under the purview of the Department of Veterans Affairs' Network 23 Contracting Office. The amendment extends the quote submission deadline to August 21, 2024, at 12:00 PM CT, and specifies that offers should be emailed to designated contacts. The scope of work includes the removal of existing roofing materials and installation of new shingles, flashing, underlayment, and an ice and water barrier, adhering to manufacturer specifications. This procurement falls under the NAICS code 238160 for Roofing Contractors, with an applicable size standard of $19.0 million. The solicitation is designated as a 100% Service-Disabled, Veteran-Owned, Small-Business Set-Aside, underscoring the government's commitment to support veteran-owned enterprises. The point of contact for inquiries is Tommy Opal, Contract Specialist. Offerors are advised to stay updated on amendments to the solicitation. Overall, the document illustrates the procedural requirements and specifics associated with this government contracting opportunity.
    The document is an amendment to solicitation 36C26324Q0912 issued by the Department of Veterans Affairs for a roofing project at the Fort Meade VA Health Care System. The amendment addresses the basis of award, confirming it will be decided solely on price, and provides clarification on product equivalency, specifically regarding Malarkey Highlander's shingles as an acceptable alternative to CertainTeed's Landmark Pros, noting some additional material will be required. Additionally, it extends the submission deadline for offers to August 23, 2024, at 12:00 PM CT. The overall scope of the project involves the demolition of the existing roofing system and installation of new roofing materials, adhering to manufacturer specifications. The project is designated as a 100% Service-Disabled, Veteran-Owned, Small-Business Set-Aside, and potential contractors are advised to obtain amendments proactively. Communication about offers should be directed to the assigned contact personnel via email by the new due date.
    The document lists the various sides of Building 66 and its designated areas for potential projects, indicated by the east, north, south (66-A and 66-B), and west sides. The layout suggests a structured analysis or proposal related to the building, likely in the context of federal or state/local RFPs and grants. Each side may represent specific zones for development or renovation, informing prospective bidders or grant applicants about the project's geographical focus and scope. The brevity of the document implies an overview rather than detailed specifications or requirements, indicating that interested parties may need to refer to additional documentation for comprehensive guidelines. This file serves as an important preliminary outline, establishing the geographical context for future proposals or development plans associated with Building 66.
    The document outlines a list of various facilities and structures associated with Fort Meade, South Dakota, detailing their respective functions and locations within the site. Key infrastructures include a carpenter and paint shop, logistics warehouse, various buildings attributed to the National Guard, hospital facilities, and a theater that is currently vacant. The list also includes support structures like administration and engineering offices, as well as multiple storage areas. Additional amenities noted involve a gymnasium, daycare, kitchen, and emergency generator facilities. This compendium serves to identify the layout and functional spaces within Fort Meade, possibly for future planning related to RFPs or grants that will enhance or repurpose these areas. The information is essential for understanding the infrastructure available for potential federal and local initiatives, indicating the government’s focus on utilizing and maintaining these vital resources.
    The document outlines the Statement of Work (SOW) for the roof repair project at Building 66 of the Black Hills VA Health Care System in Fort Meade, South Dakota. The project entails the complete removal of existing roof shingles and related materials, totaling approximately 2,487 square feet, due to non-compliance with VA specifications. Following demolition, new VA-approved roofing materials, including underlayment, flashing, and shingles, will be installed adhering to both manufacturer and VA specifications. Key requirements for contractors include providing all necessary materials and labor while complying with OSHA regulations, maintaining site cleanliness, and coordination with the Contracting Officer for any change orders. The contractor must manage all project documentation in accordance with federal records management obligations. The project is slated to begin upon notice to proceed and be completed within 31 calendar days. This initiative demonstrates the VA’s commitment to ensuring the integrity and safety of its facilities while adhering to established guidelines and specifications.
    The document outlines the general requirements for contractor compliance in the construction project 568-24-111 Upgrade TOM System for the VA. It emphasizes safety, security, and operational protocols during the project duration. Key provisions include mandatory safety requirements, site preparation, demolition, material handling, and adherence to VA security management programs. Construction security protocols require identification badges for workers, compliance with VA regulations, and notification of any sensitive information breaches. Contractors must provide a comprehensive security plan and adhere to specific documentation control measures. The document details operational restrictions regarding construction activities to minimize disruptions to VA Medical Center operations, including delivery scheduling and use of temporary structures. Contractors are responsible for utility maintenance, waste disposal, and compliance with safety standards, including hazard analyses and accident prevention plans. Proper training and qualifications for personnel, alongside regular safety meetings and inspections, are mandated. The document serves as a guide for contractors to ensure a safe and structured construction process aligned with governmental safety standards in federal projects, highlighting the significance of operational efficiency, safety compliance, and project-specific protocols to protect the interests of all stakeholders involved.
    The document outlines various Requests for Proposals (RFPs) and grants at the federal, state, and local government levels, signaling ongoing opportunities for funding and collaboration in diverse sectors. It emphasizes the importance of submitting proposals that align with government priorities and guidelines. Key topics include eligibility criteria for applicants, the funding process, and the need for compliance with regulations and standards. The document provides insights into the competitive landscape of government contracting, outlining the significance of strategic planning and thorough preparation when responding to RFPs. It emphasizes the need for attention to detail and adherence to specific submission formats, deadlines, and evaluation criteria, which are crucial for successful funding applications. Additionally, it highlights areas of focus for potential projects, including innovation, sustainability, and community engagement, thereby encouraging stakeholders to align their proposals with these themes to enhance their chances of success. Overall, the document serves as a guide for entities seeking government support, reiterating the importance of strategic alignment with governmental objectives to foster collaboration and secure funding.
    Lifecycle
    Similar Opportunities
    Z1DA--PROJECT 546-24-119, Bid-Build (BB) Replace Roof in Building 7 at Miami VAHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for Project 546-24-119, which involves replacing the roof of Building 7 at the Miami VA Healthcare System. The project requires comprehensive construction services, including labor, materials, and supervision, with a focus on utilizing environmentally preferable products and ensuring compliance with the Buy American Act. This initiative is critical for maintaining the structural integrity and safety of the facility, with an estimated project cost between $1 million and $2 million and a target completion period of 240 calendar days after the notice to proceed is issued. Interested vendors must be registered in the System for Award Management (SAM) and are advised to await the official Request for Proposal (RFP), expected to be posted around September 26, 2024; for further inquiries, contact Aldwyn Singleton at Aldwyn.Singleton@va.gov or Michael Zorzi at michael.zorzi@va.gov.
    C1DA--405-23-019 | A/E - Buildings 1, 31, and 88 Roof Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) seeks qualifications from service-disabled veteran-owned small businesses to engage architectural and engineering (A/E) services for an extensive roof replacement project at the White River Junction VA Medical Center in Vermont. The goal is to replace the roofs of Buildings 1, 31, and 88 while also preparing for potential future installation of solar panels. The VA requires professional A/E services to develop detailed construction drawings, specifications, schedules, and cost estimates. This project emphasizes phased construction to ensure that medical operations remain uninterrupted. The chosen A/E firm will conduct site investigations, assess existing conditions, and propose design alternatives, working closely with the VA's project team. They must demonstrate experience in healthcare facility renovations and adhere to VA design guidelines. The scope of work includes professional field inspections, review of construction submissions, and timely support during the construction period. The VA expects the work to be completed within a 210-day design timeline. Firms interested in this fixed-price contract must submit SF 330 qualification packages, highlighting their specialized experience, professional qualifications, past performance, capacity, and proximity to the project site. The selection process will also consider the firms' commitment to using service-disabled veteran-owned and veteran-owned small businesses as subcontractors. Key dates for this opportunity include a question deadline of May 15, 2023, and a submission deadline of May 31, 2023. The VA encourages potential applicants to carefully review the requirements and criteria outlined in the special notice and associated documents. For further clarification or questions, interested parties should contact the Contract Specialist, Michael Crafts, by email at michael.crafts@va.gov.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    Z2DA--Asphalt Maintenance and Repair | 442-23-001
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for asphalt maintenance and repair services at the Cheyenne VA Medical Center under the presolicitation notice titled "Z2DA--Asphalt Maintenance and Repair | 442-23-001." The project involves repairing the aggregate base, existing asphalt, and performing preventative maintenance and pavement striping to extend the life of the asphalt pavement while minimizing disruption to the medical center's operations. This procurement is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract value estimated between $500,000 and $1,000,000. Interested contractors must ensure they are verified by the U.S. Small Business Administration (SBA) VetCert and can contact Contract Specialist Timothy Verburgt at 303-712-5707 or via email at Timothy.Verburgt@va.gov for further details.
    589A5-22-106, REPLACE BLDG4 HVAC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of the HVAC system in Building 4 at the Colmery-O'Neil VA Medical Center in Topeka, Kansas. The project requires comprehensive construction services, including the removal and installation of HVAC infrastructure components, with work to be executed in two phases to minimize disruption to hospital operations. This initiative is critical for modernizing the facility's mechanical systems, ensuring improved energy efficiency and operational capability while adhering to strict safety and regulatory standards. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by the specified deadlines, with a site visit scheduled for September 12, 2024, and inquiries directed to Arnold Payne at arnold.payne@va.gov or by phone at 913-946-1124.
    Z1DA--PN: 568A4-23-204, Replace Nurse Call & Paging System (HS) IFB-Set-Aside- SDVOSB
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified contractors for the replacement of the Nurse Call and Paging System at the Black Hills VA Healthcare System in Hot Springs, South Dakota. This project, designated as PN: 568A4-23-204, aims to upgrade outdated communication systems to enhance patient care and operational efficiency within the facility. The contract is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with an estimated construction cost ranging from $1 million to $5 million, and bids are due by September 12, 2024, at 2:00 PM Central Time. Interested parties can contact Contracting Officer Michael W. Freeman at Michael.Freeman3@va.gov for further details.
    655-20-202 Atrium Renovation Bldg 22
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a comprehensive renovation of the atrium in Building 22 at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan. The primary goal is to enhance the atrium's functionality, aesthetics, and safety while ensuring the medical center remains fully operational during the construction process. Opportunity Overview This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, seeks to procure construction services for interior and exterior upgrades. The VA aims to award a firm-fixed-price contract with an estimated value of $45 million. Scope of Work The scope of work is divided into two phases and encompasses general construction, architectural adjustments, mechanical and electrical work, and finishes. Phase 1 includes: Installing exterior construction barriers and a gate Constructing temporary walls Selective demolition of existing interior elements Building an exterior canopy, sidewalk, and repairing pavement Constructing new interior walls and architectural elements Phase 2 requires: Demolishing the temporary construction wall Removing and replacing all flooring finishes The project has strict deadlines, mandating completion within 120 days of the notice to proceed. Contractors must adhere to detailed plans and specifications outlined in drawings and documents. Key Requirements Contractors must comply with OSHA and EPA regulations, attend a mandatory site visit, and meet small business size standards. They are responsible for providing a detailed project schedule, adhering to phasing plans, and ensuring compliance with strict safety and security protocols. Additionally, the installation of a HILTI firestop system is a critical requirement to maintain the Joint Commission accreditation. Eligibility Criteria Applicants for this SDVOSB set-aside must be verified in the VetCert registry. The VA will prioritize contractors with strong safety records, past performance, and experience in construction projects. Funding and Contract Details The estimated funding available for this project is $45 million. The contract type is a firm-fixed-price contract, and the solicitation document is Solicitation No. 36C25024B0058. Submission Process Interested parties should submit their applications by the deadline on July 31, 2024, at 11:30 a.m. EDT. The submission process includes a mandatory bid guarantee and performance bonds. The VA encourages contractors to ask questions prior to the deadline, with responses provided via amendments. Evaluation Criteria The VA will evaluate applications based on several factors. The primary evaluators are the contractor's safety records, past performance, and price. Technical aspects, including the technical approach, experience, and cost effectiveness, will also be considered. Contact Information For further clarification or questions, interested parties can contact Christina Shockey at Christina.Shockey@va.gov. Important Dates Key dates include a site visit scheduled for July 9, 2024, and the submission deadline on July 31, 2024.
    REPLACE BUILDING 4 HVAC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Service-Disabled Veteran-Owned Small Business Set-Aside solicitation for the replacement of the HVAC system in Building 4 at the Colmery-O'Neil VA Medical Center in Topeka, Kansas. The procurement seeks a single contractor to execute comprehensive construction services, including the removal of existing infrastructure and the installation of a new HVAC system, ensuring uninterrupted hospital operations. The project's complexity demands a meticulous approach, involving mechanical, electrical, and general construction work in six sequential phases. With a budget of over $10 million and a mandated 540-day completion period, the VA prioritizes experience, technical prowess, and competitive pricing in its contractor selection. Interested vendors must submit their surety forms and bids by August 2024, as the VA intends to award the contract based on the initial offerings.
    C1DA--Repair Services FCA Deficiencies in Buildings 33 and 34
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) to provide repair services for deficiencies identified in Buildings 33 and 34 at the Veterans Healthcare System of the Ozarks in Fayetteville, Arkansas. The project requires the development of a comprehensive design package that includes site investigations, construction documents, and specifications to address various issues such as ADA compliance, ceiling insulation removal, and lighting upgrades. This initiative is part of a broader effort to enhance competition and improve service quality for veterans, with the anticipated contract duration set at 200 days from the notice to proceed. Interested parties should submit their capabilities packages to Victor McNair at victor.mcnair@va.gov by the specified deadline, ensuring to include relevant experience and qualifications.
    Pre-Solicitation Notice Ft Belvoir Roofing Services
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Belvoir, Virginia, is preparing to solicit bids for roofing services under a Single Award Task Order Contract. This procurement aims to support the Directorate of Public Works in maintaining, repairing, and modernizing various real property facilities across Fort Belvoir and its associated locations, including Fort A.P. Hill and Arlington National Cemetery. The contract will encompass a range of roofing tasks, including removal, installation, repair, and sealing of roofs, utilizing various materials and systems. The anticipated solicitation release date is around October 2024, with a site visit scheduled for October 9, 2024, for prospective bidders. Interested parties must have a CAGE Code and be registered in the System for Award Management (SAM) to participate in this Competitive 8(a) small business set-aside opportunity, which has a performance period expected from September 17, 2025, to September 16, 2030. For further inquiries, contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas D. Buffington at douglas.d.buffington.civ@army.mil.