Z2DA--537-17-115: SPS Construction Phase 2, 3 &4
ID: 36C25225B0001Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the construction renovation of the Sterile Processing Services (SPS) Department at the Jesse Brown VA Medical Center in Chicago, Illinois, encompassing phases 2, 3, and 4 of the project. The objective is to enhance the facility's operational efficiency and safety through significant renovations, including HVAC system upgrades, plumbing, and stringent infection control measures, with a total project cost estimated between $2 million and $5 million. This initiative is crucial for modernizing healthcare infrastructure, ensuring compliance with national standards, and improving sterile processing capabilities within the medical center. Interested contractors, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB), must submit their bids by March 17, 2025, following a pre-bid site visit on February 24, 2025; for further inquiries, contact Contracting Officer Stacy Hoover at stacy.hoover2@va.gov or 414-844-4830.

    Point(s) of Contact
    Stacy HooverContracting Officer
    (414) 844-4830
    stacy.hoover2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs issues a presolicitation notice, seeking information from Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) for a construction project at the Jesse Brown VA Medical Center in Chicago. The project, valued between $1 million and $5 million, involves renovation work on the first, third, and fifth floors and has an estimated duration of 371 days. It is scheduled to begin with a kick-off meeting immediately after the issuance of a Notice to Proceed. The VA seeks letters of interest from qualified contractors, emphasizing their capabilities, experience, and bonding capacity. This sources sought notice is a preliminary step to assess the potential for a SDVOSB or VOSB set-aside and doesn't constitute a request for proposals. Responses are due by 4:00 pm CT, September 9, 2024.
    The Jesse Brown VA Medical Center is initiating a construction project labeled "SPS Construction Phase 2, 3 & 4," under solicitation number 36C25225B0001. This project requires a contractor to provide labor, materials, and supervision for renovations in the SPS Department, including tasks such as air handling unit (AHU) replacements, demolition, air system installations, duct modifications, and electrical revisions. The anticipated project duration is 371 calendar days following the issuance of a Notice to Proceed. The estimated project cost ranges between $2 million and $5 million, classified under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and bidders must certify their eligibility and register with the System for Award Management (SAM) prior to contracting. The solicitation details will be accessible on the Contract Opportunities portal around September 30, 2024, with the bid opening scheduled for November 22, 2024. An informational pre-bid conference will also be announced in conjunction with the solicitation.
    The document outlines a Request for Proposal (RFP) for the construction renovation of the Sterile Processing Services (SPS) Department at Jesse Brown VA Medical Center, encompassing phases 2, 3, and 4. The awarded contractor is required to provide all labor, materials, and supervision to complete the project, estimated between $2,000,000 and $5,000,000. The project must be completed within 448 calendar days following a Notice to Proceed and will involve significant renovations including HVAC system upgrades, plumbing, and infection control measures. A 100% set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) is specified, aligning with public law regulations. Key dates include a pre-bid site visit on February 24, 2025, and a bid opening set for March 17, 2025. The document emphasizes compliance with specific standards, including safety and environmental management, and outlines the need for detailed reporting, product submittals, and regular progress meetings. The context is rooted in federal and state procurement policies focusing on veteran participation, regulatory adherence, and quality assurance in public works. In summary, this RFP illustrates the VA's commitment to enhancing healthcare infrastructure while ensuring compliance and quality throughout the construction process.
    The document outlines a Subcontractor Payment Summary for the Department of Veterans Affairs - Great Lakes Acquisition Center (GLAC), detailing payment requests related to subcontractors involved in federal projects. It specifies essential components such as the name of the prime contractor, project number, contract number, subcontractor or vendor names, a description of their work, and financials, including the total subcontract amount, previous payments, and the requested amount for the current payment cycle. This summary serves as an important tool for tracking and managing subcontractor payments, ensuring that financial obligations are met in alignment with federal grants and state/local requests for proposals (RFPs). It is a procedural document aimed at transparency and accountability in the funding processes associated with veteran services projects.
    The Jesse Brown VA Medical Center is initiating Project #537-17-115 to remodel its Sterile Processing Service (SPS) area by replacing the aging air handling unit (AH-2) that fails to meet dehumidification needs. The project, scheduled for a twelve-month completion starting March 16, 2025, emphasizes compliance with VA standards and HVAC requirements. Key tasks include the installation of a new 100% outside air unit, coordination for connection with existing systems only during off-hours, and the addition of a new Personal Protective Equipment (PPE) room. The cost estimate totals approximately $4.49 million, accounting for labor, materials, and anticipated price escalations. Detailed mechanical design elements and demolition work are outlined in appendices, ensuring adherence to legal and safety standards. Overall, this project demonstrates the VA's commitment to modernizing healthcare facilities and improving operational efficiencies while maintaining a focus on strict regulatory compliance and safety considerations.
    The Jesse Brown VA Medical Center is initiating a significant remodel of its Sterile Processing Service (SPS) to enhance operational efficiency and safety. The project encompasses selective demolition on the first and third floors, specifically targeting the SPS area and associated mechanical rooms. It has been structured into multiple phases, including the installation of temporary structures and subsequent new construction. The safety and infection control measures during construction phase are stringent, classified across five risk groups based on the level of dust and contamination expected. Each classification requires specific containment, air filtration, and hygiene protocols to maintain patient safety and minimize airborne contaminants. This detailed protocol aligns with federal, state, and local regulations to ensure compliance and protect the health of patients and hospital staff. The comprehensive nature of the project, from demolition to renovation, underlines the VA's commitment to improving healthcare environments while adhering to the highest safety standards.
    The Jesse Brown VA Medical Center is set to remodel its Sterile Processing Service (SPS) area and associated facilities to enhance functionality and compliance with health standards. The project involves four phases, with current work focusing on interior demolition and new construction in both the first and third floors. Infection Control Risk Assessments (ICRA) are integral to the remodeling process, specifying necessary precautions to prevent contamination during construction. The project encompasses a detailed drawing and planning process, with multiple construction activities classified by risk levels (Classes I-IV), each necessitating specific protocols for air quality and dust control. Precautions include the installation of temporary dust barriers, maintaining negative air pressure, and disposing of waste in controlled manners. Additionally, the project emphasizes compliance with national fire safety and healthcare facility guidelines, with all phases requiring coordination with VA safety staff and contractors to minimize disruptions to patient care. This undertaking exemplifies the VA's commitment to improving medical environments while ensuring rigorous adherence to safety standards.
    The Jesse Brown VA Medical Center in Chicago is initiating a comprehensive remodel of the fifth floor, specifically the Sterile Processing Service (SPS) area. The project includes extensive demolition, renovation, and installation work intended to enhance facilities for healthcare. A systematic approach to infection control is paramount, following Infection Control Risk Assessment (ICRA) protocols to minimize dust and contamination during construction. This involves the use of ICRA barriers, negative air pressure systems, and strict cleaning procedures to ensure patient safety. The remodel will also comply with applicable codes and standards related to fire safety, plumbing, and HVAC systems. With detailed plans for each construction phase, the project aims to complete renovations efficiently while maintaining a safe environment for patients and staff. This undertaking reflects the VA's commitment to upgrading healthcare facilities, aligning with federal standards for healthcare infrastructure.
    The Remodeling of the Sterile Processing Service at the Jesse Brown VA Medical Center, Project No. 537-17-115, involves phased construction to enhance the facility. This initiative, scheduled for June 13, 2024, focuses on the complete renovation of SPS areas within existing Buildings 1 and 40 in Chicago, IL. It includes general construction, electrical and mechanical systems upgrades, and stringent infection control measures due to the sensitive nature of the work environment. The project comprises distinct phases: Phase 2 addresses selective demolition; Phase 3 entails the main remodel; and Phase 4 covers additional fifth-floor renovations. Detailed specifications outline safety, quality, and regulatory requirements, emphasizing the importance of maintaining Medical Center operations during construction. Contractors must adhere to VA security protocols, ensure timely communication with the Contracting Officer, and submit references for all significant alterations. The overarching goal of this project is to improve sterile processing capabilities efficiently while minimizing disruptions to patient care, reflecting the VA's commitment to enhancing healthcare infrastructure.
    The document outlines the project specifications for the remodeling of the Sterile Processing Service at the Jesse Brown Veterans Affairs Medical Center in Chicago, IL. This project, identified as VA Project No. 537-17-115, involves in-depth modifications across several phases focusing on architectural, mechanical, electrical, and plumbing (MEP) systems. Key components include specifications for fire suppression systems, plumbing, and HVAC installations following strict compliance with national standards such as NFPA and IPC. The document details tasks such as commissioning, product specifications, system installations, and training protocols for the VA’s operational staff. Each section specifies related works, definitions, and detailed submittal requirements, ensuring the contractor's adherence to quality, safety, and regulatory standards throughout the construction process. The emphasis on infection control, sustainable practices, and waste management reflects the project's commitment to modernizing critical healthcare infrastructure while ensuring safety and functionality. In summary, this comprehensive specification serves as a foundational reference for contractors, aimed at facilitating successful project execution while meeting the specific needs of the Department of Veterans Affairs.
    The document is a Contract Progress Report for a project under the Centra Texas Health Care System (CTVHCS), detailing the status and financial aspects of the contract. It outlines essential contract details such as project number, contractor information, original contract amount, scheduled and actual percent completion, and important dates including award and completion dates. The report tracks the value of work installed to date, any change orders or supplemental agreements made, and the current contract amount against the original. It mentions retainage, payments made this period, and total payments to date, while summarizing equipment and materials statuses. The information collected serves to ensure compliance, accountability, and performance in delivering the required contract work. This structure aligns with the requirements of government RFPs, emphasizing oversight and thorough documentation in public sector contracting.
    The document is the General Decision Number IL20250009, providing prevailing wage rates and labor classifications for construction projects in Cook County, Illinois, as per the Davis-Bacon Act. It covers various construction types, including building, heavy, highway, and residential projects. The decision outlines wage requirements under Executive Orders 14026 (for contracts post-January 30, 2022) and 13658 (for contracts awarded between January 1, 2015, and January 29, 2022), detailing minimum wage rates ranging from $13.30 to $17.75 per hour based on contract dates. The file lists a comprehensive array of job classifications, including trades such as electricians, plumbers, laborers, and operators, with respective prevailing wage and fringe benefit rates. Additionally, it includes essential information regarding worker protections, paid sick leave, and the process for appeals concerning wage determinations. This document serves as a guide for contractors bidding on federal projects, ensuring compliance with wage standards and labor classifications, thereby promoting fair compensation in construction under federal grants and local RFPs in Illinois.
    Lifecycle
    Similar Opportunities
    Y1DA--537-23-102 VMU Equipment Tie-in
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the VMU Equipment Tie-in project at the Jesse Brown VA Medical Center in Chicago, IL. This procurement involves the installation of utility connections for washing equipment and the construction of stainless steel partitions, with a project magnitude estimated between $100,000 and $250,000, specifically set aside for verified service-disabled veteran-owned small businesses. The successful contractor will be required to complete the work within 187 calendar days following the Notice to Proceed, ensuring compliance with safety regulations and maintaining operational capabilities in an occupied medical facility. Interested parties should direct inquiries to Contract Specialist Kristine A Sutton at kristine.sutton@va.gov, with bids due by March 4, 2025, following a pre-bid site visit on February 12, 2025.
    Z1DA--556-23-101: Renovate CLC Building 134-2C
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of Community Living Center (CLC) Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This project, designated as 556-23-101, involves comprehensive construction work, including interior finishes, HVAC, plumbing, and electrical systems, with a focus on compliance with health and safety standards. The renovation aims to enhance the facility's infrastructure to better serve veterans, ensuring a safe and functional healthcare environment. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by March 6, 2025, at 1:00 PM CST, and can direct inquiries to Contract Specialist Hudell D. Ballen at Hudell.Ballen@va.gov. The estimated project cost ranges between $5 million and $10 million.
    Z1DA--556-23-104 Chilled Water Piping From Bldg.188 to Bldg.3
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the installation of chilled water piping from Building 188 to Building 3 at the Captain James A. Lovell Federal Health Care Center in North Chicago, IL, under Project Number 556-23-104. The project requires contractors to provide all necessary labor, materials, and equipment, with an estimated contract value between $1,000,000 and $2,000,000, specifically set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This installation is crucial for maintaining the operational integrity of the healthcare facility, ensuring compliance with safety and health standards during construction. Interested contractors must submit their offers by March 12, 2025, and can direct inquiries to Contracting Specialist Deontrinese Dalton at deontrinese.dalton@va.gov.
    Y1DA--521-23-121 | SPS Renovation Phase 2
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the SPS Renovation Phase 2 project, identified as Contract No. 521-23-121. This construction opportunity involves renovating the Sterile Processing Service (SPS) area at the Birmingham, AL VA Medical Center, with an estimated project magnitude between $5 million and $10 million and a completion target of 365 days post-Notice to Proceed. This initiative is crucial for enhancing the services provided to veterans, reflecting the VA's commitment to supporting eligible small businesses in the region. Interested contractors must be certified by the SBA, registered in SAM, and comply with VA regulations; they can contact Contract Specialist Gregory Snyder at gregory.snyder@va.gov or 762-333-4273 for further details, with the full RFP expected to be posted around April 18, 2025.
    Y1DZ--556-23-108: (CON) Expand Police Dispatch Captain James A. Lovell FHCC, North Chicago, IL 60064-3048
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the expansion of the Police Dispatch facility at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This project requires contractors to provide all necessary labor, materials, and supervision to complete renovations, with a focus on maintaining operational integrity within the healthcare facility throughout construction. The estimated contract value ranges from $1,000,000 to $2,000,000, and it is exclusively available to verified Service-Disabled Veteran-Owned Small Business Firms. Interested contractors must submit their bids by March 11, 2025, and are encouraged to contact Contracting Specialist Deontrinese Dalton at deontrinese.dalton@va.gov for further details.
    Z1DA--Install Patient Lifts 578-15-001
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the installation of patient lifts at the Edward Hines Jr. VA Hospital in Hines, IL, under Project Number 578-15-001. The project requires contractors to provide all necessary labor, materials, and equipment to install approximately 60 permanent ceiling-mounted patient lifts within a timeline of 432 calendar days after receiving the Notice to Proceed. This initiative is crucial for enhancing patient care and safety, particularly in high-risk areas such as surgical recovery rooms and intensive care units, by replacing inadequate portable lifts with modern systems. Interested contractors must submit their sealed bids by 1:00 PM CST on April 3, 2025, following a mandatory site visit scheduled for March 5, 2025, and are encouraged to contact Donita Grace at donita.grace@va.gov for further inquiries. The estimated project cost ranges between $2,000,000 and $5,000,000, with a strong emphasis on utilizing service-disabled veteran-owned small businesses.
    Z1DA--556-23-105 Roadway and Sidewalk Improvements (VA-25-00021311)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Z1DA--556-23-105 Roadway and Sidewalk Improvements project at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This initiative aims to enhance accessibility and safety through significant infrastructural upgrades, including the installation of concrete sidewalks, ADA ramps, and traffic control measures, while ensuring compliance with all relevant regulations. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with an estimated budget between $2 million and $5 million, and bids are due by 10:00 AM CST on March 5, 2025. Interested contractors should contact Contract Specialist Hudell D Ballen at hudell.ballen@va.gov for further details.
    Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of public bathrooms at the Augusta VA Medical Center, aimed at improving patient safety. This project involves comprehensive construction and alterations across seven floors, including upgrades to plumbing fixtures, lighting, and finishes, while adhering to stringent safety and security protocols due to the facility's continuous operation. The estimated contract value ranges from $1 million to $5 million, and the opportunity is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit sealed bids by March 28, 2025, with a mandatory site visit scheduled for March 4, 2025. For further inquiries, potential bidders can contact Contract Specialist Pamela R Moffitt at pamela.moffitt@va.gov.
    Hines VA Hospital Janitorial Services (2/1/25-1/31/26
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for janitorial services at the Edward Hines Jr. VA Hospital in Hines, Illinois, for the period from February 1, 2025, to January 31, 2026. The contract will require compliance with labor standards and healthcare cleaning protocols, emphasizing infection control and the maintenance of cleanliness in various hospital areas. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) companies, reflecting the government's commitment to supporting veteran entrepreneurs. Interested parties should submit their quotes by November 15, 2024, at 3:00 p.m. Central Time, and may direct inquiries to Contract Specialist Dustin Biermann at Dustin.Biermann@va.gov.
    Z2DA-- Renovation of the 1D Clinic Project No: 671-22-157
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the 1D Clinic at the Audie L. Murphy VA Medical Center in San Antonio, Texas. The project requires contractors to provide all necessary labor, materials, and equipment for a comprehensive renovation covering approximately 1,310 square feet, with a focus on minimizing disruption to hospital operations and adhering to strict safety and infection control standards. This initiative is part of the VA's commitment to enhancing healthcare infrastructure for veterans, with an estimated construction cost between $500,000 and $1,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit bids by February 28, 2025, following a mandatory site visit on February 4, 2025, and are encouraged to direct inquiries to Contract Specialist Makarim Abdul-Jabbar at makarim.abdul-jabbar@va.gov.