Z1DA--PN: 438-25-601, MV Loop 1 Repair (SF) IFB-Set-Aside- SDVOSB
ID: 36C26325B0005Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the MV Loop 1 Repair project at the Sioux Falls VA Healthcare System in South Dakota, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves rectifying deficiencies in the facility's electrical infrastructure, requiring contractors to provide all necessary tools, materials, and labor, with an estimated cost between $100,000 and $250,000. Interested bidders must submit their offers by March 13, 2025, following a site visit on February 25, 2025, and are encouraged to review the detailed specifications and compliance requirements outlined in the solicitation documents. For further inquiries, potential contractors can contact Michael W. Freeman, the contracting officer, at Michael.Freeman3@va.gov.

    Point(s) of Contact
    Michael W FreemanContracting Officer
    Michael.Freeman3@va.gov
    Files
    Title
    Posted
    The government solicitation 36C26325B0005 pertains to a construction project titled "MV Loop 1 Repair" at the Sioux Falls VA Healthcare System in South Dakota. Issued by the Department of Veterans Affairs, this project requires the contractor to provide all necessary tools, materials, and labor to rectify deficiencies within the facility. It is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, as mandated by federal regulations supporting veteran businesses in government contracting. The project has an estimated cost between $100,000 and $250,000, and interested contractors must submit their offers by March 3, 2025. A site visit is scheduled for February 13, 2025, allowing potential bidders to evaluate conditions firsthand. Offerors are instructed to provide various bid documents, including a bid guarantee and compliance forms, by specific deadlines. The government emphasizes the evaluation of bids based on both price and compliance with various regulations, including requirements for affirmative action, sustainability, and wage rates. Final contract award depends on contractor responsibility determinations. This solicitation reflects the government’s commitment to engaging veteran businesses while ensuring adherence to regulatory and performance standards in federal acquisitions.
    This government document serves as an amendment to the solicitation for the MV Loop 1 Repair project associated with the Sioux Falls VA Healthcare System in South Dakota. It communicates several critical changes affecting the project's timeline. The amendments include a revised date for the site visit, now scheduled for February 25, 2025, at 1:00 PM CT (previously February 13, 2025), and adjustments to the question submission deadline, extended to March 5, 2025, at 2:00 PM CT. Additionally, the bid opening date has been moved from March 3, 2025, to March 13, 2025, at 2:00 PM CT. The document emphasizes the importance of acknowledging these amendments and outlines procedures for submission adjustments. Michael W. Freeman, the contracting officer, has signed the document, validating these modifications to ensure clarity and compliance among potential bidders. The overall purpose of this amendment is to facilitate an organized response process for contractors engaging in this federal project, reflecting the government's continued commitment to maintaining updated communication regarding contract amendments.
    The document is an amendment to the solicitation for the MV Loop 1 Repair project at the Sioux Falls VA Healthcare System in South Dakota, managed by the Department of Veterans Affairs' Network 23 Contracting Office. It outlines responses to vendor inquiries and includes a site visit sign-in sheet. The amendment specifies that offers must acknowledge the changes by the designated deadline through multiple accepted methods. It emphasizes that while the amendment updates certain details, all previous terms and conditions remain unchanged. Key points include the need for bidders to address the inquiry responses, ensuring the procurement process is transparent and fair. This amendment reflects the government's commitment to clear communication with potential contractors, reinforcing the importance of adherence to the provided timeline and procedures in the federal contracting process. The point of contact for further information is Michael W. Freeman, the contracting officer listed in the document.
    The document outlines a detailed utility plan for the installation and management of electrical systems within a specific facility, guided by the requirements of the VA263-16-F-0315 project under the Office of Construction and Facilities Management. It includes a comprehensive schedule for transformers and generators, detailing specifications such as voltage, load types, and capacities. Key features include the relocation of existing electrical infrastructure, the installation of various duct banks, and the management of abandoned cable lines, ensuring compliance with safety and operational standards. The facility upgrade emphasizes efficient energy management and proper installation of additional power sources to serve multiple buildings. The emphasis on engineering assessments and project management underscores the project's aim to enhance overall electrical reliability and safety, fulfilling government standards and addressing future power demands.
    The Pre-Award Contractor Safety and Environmental Record Evaluation Form is essential for assessing a contractor's safety performance prior to award under a government solicitation. Contractors are required to provide comprehensive information, including their company name, contact details, man-hour statistics, and OSHA 300 Forms detailing work-related injuries from the past three years. Key metrics for evaluation include the number of man hours, cases involving days away from work or restrictions, the DART Rate, and any serious OSHA violations. Additionally, contractors must submit documentation related to their safety and health program management and their Experience Modification Rate (EMR). The form emphasizes the importance of a thorough safety record to ensure compliance with federal safety standards and to foster safe work environments on government projects. This evaluation process aligns with government initiatives to prioritize safety and health in contractor selection for federal grants and RFPs.
    The document is a federal government file concerning Requests for Proposals (RFPs), grants, and local RFPs. It outlines key procedures and guidelines for stakeholders participating in the procurement process. The file emphasizes the significance of transparency, compliance with federal regulations, and the importance of timely submissions. Central ideas include the structuring of documents, requirements for proposal submissions, evaluation criteria, and funding mechanisms. The purpose is to streamline the funding process by providing clear instructions and expectations to ensure accountability and proper use of government resources. It highlights the roles of various entities involved in the application and evaluation processes, underscoring the necessity of adhering to established guidelines. Overall, this document serves as an essential reference for organizations seeking federal grants and bids, aiming to facilitate adherence to compliance standards and maximize efficiency in the awarding of contracts and funding. Its structured layout, focusing on clarity and accessibility, reflects the government's commitment to fostering effective partnerships with applicants while maintaining rigorous oversight.
    The document outlines the general requirements for a construction project at the San Francisco VA Health Care System (SFVAHCS). It emphasizes that the contractor is responsible for preparing the site and executing all necessary construction activities, including demolition and utilities work, while adhering to VA security protocols. Key items include the need for a comprehensive security plan, compliance with personnel access regulations, and the prohibition of photography without consent. The contractor must coordinate construction activities to minimize disruption to medical operations, maintain utility services, and manage traffic around the site. Additionally, alterations to existing structures must follow strict procedures, including pre- and post-survey inspections. The document specifies how materials from demolitions should be disposed of and the need to protect existing vegetation and utility systems. It also highlights the contractor's obligation to ensure safety and restore any damaged areas at their expense. Temporary facilities must be provided as needed, and utilities such as water and electricity should be secured according to guidelines. Overall, the file serves as a detailed guide for compliance with procedural, safety, and operational protocols during the project's execution.
    This document outlines specifications for the furnishing, installation, and connection of medium-voltage cables, along with splices and terminations, as part of electrical installation projects. It references related work sections, specifies quality assurance protocols, and mandates factory tests to ensure cable integrity. Key requirements include various submittals, such as shop drawings, factory test reports, and certification of compliance from manufacturers and contractors. The document details applicable standards and publications related to cable construction, insulation requirements, and installation processes, ensuring compliance with safety protocols. Specific attention is given to the installation practices that must be followed to prevent moisture and physical damage during and after splicing operations. The use of fireproofing tape for cable protection is also specified. Ultimately, the document emphasizes the importance of proper installation, testing, and certification to achieve satisfactory performance of medium-voltage cables before service initiation, reinforcing the commitment to safety and regulatory compliance in government contract work.
    This government document pertains to the wage determinations for building construction projects in Minnehaha County, South Dakota, as dictated by the Davis-Bacon Act. Effective January 3, 2025, it outlines the prevailing wage rates for various construction roles, including bricklayers, carpenters, electricians, and other trades, with specific hourly rates and fringe benefits. The document specifies minimum wage requirements based on Executive Orders 14026 and 13658, which mandate rates of at least $17.75 and $13.30, respectively, for applicable contracts, emphasizing workers' rights for paid sick leave as per Executive Order 13706. The structure contains detailed wage rates for both union and non-union classifications, indicating modifications, and provides a protocol for appealing wage determination decisions. These determinations play a crucial role in ensuring fair compensation for construction workers in federally funded projects, reflecting compliance with labor laws and worker protections. The content is essential for contractors, local agencies, and federal entities involved in construction contracts, ensuring adherence to established wage standards and rights.
    The document appears to be a corrupted or unreadable file; it lacks coherent language and recognizable content related to government RFPs, federal grants, and state/local RFPs. Consequently, it is not possible to extract any main topics, key ideas, or supporting details since the text consists primarily of garbled text and formatting characters. Without any clear information or structure, no comprehensive summary can be generated regarding the intended purpose or context associated with government funding or requests for proposals. Further analysis and access to a properly formatted document are required to fulfill the request effectively.
    The document appears to be a technical specification or an analysis related to government Request for Proposals (RFPs) and federal grant applications. It discusses various components of a funding process, including the identification of eligible organizations, submission guidelines, evaluation criteria, and funding priorities. The main focus is on ensuring compliance with federal and state regulations, as well as addressing community needs through effective project implementation. Key points outline requirements for applicants, such as demonstrating project viability, fiscal responsibility, and alignment with federal objectives. It emphasizes the necessity for thorough documentation, including budgets and performance metrics, which will be utilized in the assessment of proposals. The document also underlines the importance of collaboration between local entities and federal agencies to address societal challenges comprehensively. Overall, this document serves as a guideline for entities wishing to apply for federal grants or respond to RFPs, aiming to clarify expectations and streamline the application process while fostering accountability and impact in funded projects.
    The document outlines answers to solicitation questions related to electrical wiring and infrastructure modifications for a project. Key details include the use of 2/0 Copper 15kV wire for three phases, with no spare conductors included. The project involves only pulling new wire through existing conduits, as there will be no replacement of concrete duct banks or vaults, and no sectionalizing cabinets will be replaced. These specifications are pivotal for ensuring compliance with the required standards without altering the existing infrastructure framework. The responses clarify any misconceptions regarding the extent of the project's scope, confirming that it focuses solely on wire replacement rather than broader structural changes. This document exemplifies the typical Q&A format often utilized in government RFP processes to ensure clarity and provide essential project information for contractors.
    Similar Opportunities
    Y1DA--437-23-103 Update Wing 4B
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to undertake a construction project aimed at updating Wing 4B at the Fargo VA Health Care System in North Dakota. The project, identified as Number 437-23-103, will encompass various construction tasks, including HVAC, electrical, plumbing, and fire protection work, with an estimated total cost ranging from $1 million to $2 million. This initiative is critical for enhancing the facility's infrastructure and ensuring compliance with safety and health standards, particularly given the sensitive nature of the healthcare environment. An Invitation for Bid (IFB) is anticipated to be released around March 5, 2025, with bids due by March 21, 2025. Interested contractors must ensure they are registered in the Veteran Small Business Certification (VetCert) database and comply with all relevant regulations, with inquiries directed to Contract Specialist Scott Gifford at scott.gifford1@va.gov or by phone at 651-293-3020.
    Z1DA--REPAIR SEWER PIPING BLDG 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of a collapsed sewer line at the Salem VA Medical Center, with the project valued under $25,000 and set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes diagnosing the sewer issue, excavating, replacing the damaged piping, and restoring the affected areas, with a requirement that SDVOSBs perform at least 15% of the work using their own workforce. This initiative not only addresses critical infrastructure needs at the medical center but also supports veteran-owned businesses in the contracting process. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by March 25, 2025, with a public bid opening scheduled for March 26, 2025; a pre-bid conference will be held on February 26, 2025, for site inspection. For further inquiries, bidders can contact Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Z1DA--PN: 636-25-307, Emergency Electrical System Upgrades (OM)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a federal contract focused on Emergency Electrical System Upgrades at the VA Nebraska/Western Iowa Health Care System in Omaha, Nebraska. The project aims to enhance emergency power systems in critical areas of the medical facilities, addressing safety deficiencies that affect patient care, which includes the removal and installation of electrical conduits, cables, and junction boxes. This contract is vital for ensuring the reliability of electrical systems in healthcare settings, with a completion timeline of 365 days from the issuance of the Notice to Proceed. The solicitation is anticipated to be released around February 24, 2025, with bids due by March 26, 2025. Interested bidders must be registered in the System for Award Management (SAM) and can direct inquiries to Contract Specialist Tommy Opal at tommy.opal@va.gov or by phone at 402-996-3529.
    4120--36C26125Q0299 PAD Cooling Tower Repair
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the repair of cooling towers at the VA Palo Alto Healthcare System, with a contract exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves critical repairs to cooling tower components, including gear box bearings, motors, support frames, and fan blades, which must be completed within a 15-day timeframe. This initiative underscores the VA's commitment to enhancing infrastructure and supporting veteran-owned businesses in the procurement process. Interested contractors should note that proposals are due by March 10, 2025, and must acknowledge receipt of amendments to the solicitation, with a total estimated project value of $45 million. For inquiries, contact Contract Specialist Alex D Arter at alex.arter@va.gov.
    Z1DA--656-24-501 Install Remote Generator Annunciators
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Proposal (RFP) for the installation of remote generator annunciators at the St. Cloud VA Health Care System in Minnesota, under contract number 656-24-501. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring bidders to be registered and certified in the VetCert database. The contractor will be responsible for all aspects of the installation, including procuring materials and ensuring compliance with manufacturer specifications, with an estimated construction cost between $100,000 and $250,000 and a completion timeline of 100 calendar days from the Notice to Proceed. The RFP is anticipated to be released on or about February 20, 2025, and interested parties should direct inquiries to Contract Specialist Kaleb Gleason at kaleb.gleason@va.gov or by phone at 515-001-3232 ext. 23232.
    Z2DA--549-SL-832 BLDG 9 Roof Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the roof repair project at Building 9 of the Dallas VA Medical Center, with an estimated contract value between $25,000 and $100,000. The project requires Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide labor, materials, and supervision for the replacement of roofing materials, including shingles, decking, and gutters, while adhering to sustainability guidelines set by the EPA and USDA. This initiative is crucial for maintaining the integrity and safety of the facility, as the existing roof is over 30 years old and has multiple leak locations that need urgent attention. Interested contractors must submit their quotes electronically by March 17, 2025, and are encouraged to review the detailed specifications and requirements outlined in the solicitation documents, including a mandatory site visit scheduled for January 27, 2025. For further inquiries, contact Eileen F. Myers at Eileen.Myers@va.gov.
    Z2AA--Epoxy Floor Repairs
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for epoxy floor repairs at the Central Arkansas VA healthcare facility, with a total budget of $19 million. The project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 30 days following contract award, emphasizing adherence to infection control risk assessments and VA regulations. Interested bidders must attend a mandatory site visit scheduled for February 18, 2025, and a second visit on February 24, 2025, to familiarize themselves with the project requirements, with the deadline for inquiries set for February 25, 2025. For further details, potential contractors can contact Contracting Officer Felicia Lovelady at Felicia.Lovelady@va.gov.
    Z1DA--556-23-105 Roadway and Sidewalk Improvements (VA-25-00021311)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the 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, curb inlets, pedestrian signals, and modifications to existing utilities. The project is particularly important for improving the facility's infrastructure to better serve veterans and the surrounding community while adhering to stringent safety and regulatory standards. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit sealed offers by March 20, 2025, at 11:00 AM CDT, with a project budget estimated between $2 million and $5 million. For further inquiries, bidders may contact Contract Specialist Hudell D Ballen at Hudell.Ballen@va.gov.
    Z1QA--863-MM2325-010, Historic Lodge FCA Deficiencies Repairs, Mound City National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Historic Lodge FCA Deficiencies Repairs project at Mound City National Cemetery, specifically aimed at addressing various structural and aesthetic deficiencies. This procurement is exclusively set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes comprehensive repairs such as restroom renovations, window replacements, and roof rehabilitation, all while adhering to historical preservation standards due to the cemetery's significance. The project budget is estimated between $100,000 and $250,000, with a mandatory pre-bid site visit required for all interested contractors. Bids must be submitted via email to the designated contracting officer, Richard Adu, by March 18, 2025, at 2:00 PM EST, following an extension from the original deadline. For further inquiries, contractors can reach Richard Adu at richard.adu@va.gov.
    Z1DA--632-15-101 REPLACE PRIMARY ELECTRICAL DISTRO, PH 1
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for Project 632-15-101, which involves the replacement of the primary electrical distribution system at the Northport VA Medical Center in Northport, New York. This project includes the construction of a new switchgear building, associated roadway, and underground cable infrastructure, as well as the demolition of existing switchgear systems. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 237130, with an estimated construction magnitude between $10 million and $20 million. A 20% bid bond will be required with proposal submissions, and further details, including a scheduled site visit, will be available in the solicitation expected to be posted around February 11, 2024. Interested parties can contact Contracting Officer Jean M. Paul at jean.paul@va.gov or (934) 216-8054 for more information.