Z1DA--Thermo Storage Tank Repairs 553-23-100
ID: 36C25024B0064Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Structural Steel and Precast Concrete Contractors (238120)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning.

    The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed.

    Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications.

    Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities.

    GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management.

    Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov.

    For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.

    Point(s) of Contact
    Wendell G Fulcher, ContractorSr Contract Specialist
    wendell.fulcher1@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking bids for the repair of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This is a firm-fixed-price contract opportunity exclusively for Service-Disabled Veteran Owned Small Businesses (SDVOSB) with relevant experience and a capacity of $500,000 to $1,000,000. The successful bidder will be responsible for providing all labor, materials, equipment, and supervision necessary to complete the work as specified in the contract drawings and specifications. Bids are due by August 15, 2024, and must include the required documentation, such as a completed SF 1442 Offer page, bid security, and relevant certifications. The contract will be awarded based on the lowest price technically acceptable proposal, with work expected to begin shortly after the award. The VA emphasizes the importance of complying with all submission requirements to avoid bid rejection.
    Procurement Objective: The Department of Veterans Affairs, through its Network Contracting Office (NCO) 10, has issued an amendment to a solicitation for the repair of a thermal storage tank at the VAMC Detroit, MI facility. Specifications and Requirements: While specific technical details are not provided, the amendment includes responses to a Request for Information (RFI) and provides additional attachments with relevant information for potential bidders. Scope of Work: The primary task is the repair of the thermal storage tank at the VAMC Detroit, MI facility. Contract Details: The amendment does not specify the contract type or estimated value. Key Dates: The bid opening date has been changed to October 1, 2024, at 1:00 PM EST. Potential bidders are required to acknowledge receipt of this amendment before the specified hour and date. Evaluation Criteria: Not provided in this amendment. Summary: With the primary objective of repairing a thermal storage tank at the VAMC Detroit, MI facility, the Department of Veterans Affairs' Network Contracting Office (NCO) 10 has issued an amendment to a solicitation. This amendment includes responses to an RFI and changes the bid opening date to October 1, 2024, at 1:00 PM EST. Potential bidders must acknowledge receipt of this amendment before the specified time and date. While specific contract details are not provided, additional attachments offer further information for interested parties.
    This pre-bid site visit agenda for a construction project issued by the VA sets out key information for prospective bidders. With an estimated value between $500,000 and $1 million, the project (coded 553-23-100) is a set-aside acquisition for a Service-Disabled Veteran-Owned Small Business. The work involves construction services, as outlined in the referenced plans and specifications, and must be completed within 120 days of receiving the Notice to Proceed. Bidders are directed to beta.sam.gov to access official solicitation documents and amendments. The NAICS code is 238120, and the small business size standard is $19 million. The deadline for submitting questions is July 30, 2024, and bids are due by August 15, 2024. The contract is subject to the Construction Wage Requirements (Davis-Bacon Act) and the Buy American Act. During the site visit, attendees will learn about the project's scope, reference drawings, VA specifications, and parking/storage considerations. This pre-bid agenda emphasizes the importance of verifying eligibility as a Service-Disabled Veteran-Owned Small Business and adhering to the specified deadlines and regulations for this construction-focused procurement opportunity.
    The Request for Information (RFI) issued by the VA Medical Center in Detroit, Michigan, pertains to a project for repairing a thermal storage tank at the medical center's parking garage. The primary objective of this RFI is to seek information regarding the procurement of a temporary stairway as a critical component of the repair project. The contractor is required to build a temporary stairway to maintain access to the tank during subsequent phases of the project. This access is necessary for engineers and contractors involved in assessing and repairing the damage to the tank. The specific procurement need revolves around determining the approximate time length for which the temporary stairway will be needed, impacting the rental or construction decisions of the contractor. While the RFI does not specify technical details or quantities, it emphasizes the importance of understanding the duration of the stairway's usage to make informed decisions about rental items or alternative solutions. The response to this RFI will help the government agency determine the most suitable approach for providing safe and efficient access to the tank during the repair project. The critical date mentioned in the RFI is the submission deadline for responses, which is ASAP, indicating the urgency of the matter. This RFI serves as an information-gathering step, and further procurement details, such as contract type and value, are not disclosed at this stage. The government agency will use the information gathered to make informed decisions about the next steps in the procurement process, ensuring effective access and a smooth project flow for the thermal storage tank repair.
    This Pre-Award Contractor Experience Modification Rate (EMR) Form is a component of the responsibility determination process for potential awardees of Solicitation 36C25024B0064. The federal agency seeks to assess contractors' safety records and capabilities as part of the evaluation of their offers. The primary procurement objective is to obtain information about contractors' safety programs, experience, and performance, as mandated by the Federal Acquisition Regulation (FAR) 9.104-1(e). **Specifications and Requirements:** Contractors are required to provide detailed information for the past three calendar years, including man-hours worked, cases involving days away from work or restricted activity, the resulting DART (days away, restricted, or transferred) rate, and any serious, willful, or repeat OSHA violations. They must also provide the current calendar year's OSHA 300 and 300a Forms, a letter from their insurance carrier stating their current EMR rate, and the six-digit NAICS code for the acquisition. **Scope of Work:** While not explicitly stated, it is implied that the scope of work involves the potential contractor's ability to demonstrate a strong safety record and compliance with OSHA regulations, as well as the effective administration of their safety and health program. **Key Dates:** The form does not specify deadlines for submission, but it is implied that this information is required as part of the proposal evaluation process for Solicitation 36C25024B0064, and thus, standard proposal submission deadlines likely apply. **Evaluation Criteria:** The evaluation criteria are not explicitly stated, but it is clear that the information provided on this form will be used to assess contractors' responsibility and capability to manage safety programs and comply with OSHA regulations. A strong safety record and compliance with OSHA requirements are impliedly critical factors in the evaluation process. In summary, this EMR form seeks to procure information about contractors' safety records and capabilities as part of the responsibility determination process for Solicitation 36C25024B0064. Contractors are required to provide detailed safety data, OSHA forms, and insurance information to demonstrate their ability to manage safety programs and comply with regulations. This information will be a critical factor in the federal agency's evaluation and award decision-making process.
    The John D. Dingell VA Medical Center in Detroit, Michigan, is seeking repairs for its parking garage as part of the "Repair Parking Garage Deficiencies" project. The focus of this procurement is to address issues with the thermal storage tank, which is divided into phases, starting with Phase 1. The contractor will be responsible for careful demolition and construction activities, ensuring the protection of existing structures and maintaining exit routes and utilities during the work. They must also adhere to strict noise and safety regulations, coordinating with the C.O.R. to minimize disruptions to the VA's occupied areas. The scope of work includes the removal of existing walls, floors, and other related items, as well as the installation of new concrete columns, beams, and walls. The contractor will need to provide temporary support until permanent solutions are in place. Strict adherence to quality standards and industry codes is emphasized, with any unforeseen conditions or discrepancies to be reported immediately. The contractor is also responsible for job-site safety and proper waste disposal. While specific contract details are not provided, the project number, building number, and other administrative information are included, indicating a structured procurement process. The documents provided offer comprehensive technical details and requirements, ensuring a clear understanding of the work needed to repair the parking garage's thermal storage tank at the VA Medical Center.
    The Department of Veterans Affairs is seeking information through an RFI, with Solicitation No. 36C25023B0057, for the repair of a thermal storage tank at the VA Medical Center in Detroit, MI. The primary objective of this procurement is to find contractors who can undertake the repair and maintenance work on the thermal storage tank system, ensuring its proper functioning. While specific details about quantities or technical specifications are not provided, the scope of work likely includes tasks such as inspection, diagnosis, repair, and potential replacement of system components. The Contracting Officer, Kyle A. Lipper, can be reached via email for inquiries, with a project number of 553-23-100. Vendors are instructed to carefully review all pertinent documents and refer to specific sections when submitting questions to ensure a timely response from the government. This RFI is an early stage of the procurement process, and subsequent steps will likely involve more detailed solicitations and proposals.
    The John D. Dingell VA Medical Center in Detroit, Michigan, is seeking repairs to the thermal storage tank in Parking Garage 102. The project, identified as VA Project No. 553-21-105, involves general construction, demolition, and site preparation work. Bidders are required to submit detailed proposals, including safety plans, schedules, and relevant drawings. The contractor will be responsible for coordinating with the VA to ensure uninterrupted operations during construction, maintaining existing fire protection systems, and protecting existing structures and utilities. The contractor must also provide temporary facilities such as toilets and storage areas. A critical path method (CPM) plan and schedule are required, detailing the project's sequencing, phasing, and duration. The contractor will need to cost-load all work activities and provide monthly updates to the VA. Samples, product data, and shop drawings are to be submitted for review and approval before the start of the specified work.
     RFP for Janitorial Services The General Services Administration (GSA), Federal Acquisition Service (FAS), seeks to procure janitorial and custodial services for multiple federal buildings located in the Greater Boston Area. This procurement is aimed at establishing a single vendor to provide comprehensive cleaning and maintenance services for a variety of facilities, ensuring a safe, sanitary, and aesthetically pleasing environment for federal employees and visitors. Procurement Objective: We are seeking proposals from qualified vendors to provide consistent and reliable janitorial services for approximately 15 federal buildings, encompassing office spaces, public areas, and specialized facilities. Services shall include, but are not limited to: - Daily and routine cleaning of floors, washrooms, windows, and other surfaces - Waste removal and recycling services - Supply management and restocking of hygiene products - Periodic deep cleaning of carpets and upholstery - Maintenance of landscaping and exterior areas Specifications and Requirements: - Vendors must demonstrate experience providing janitorial services for large-scale facilities or multiple site locations. - All cleaning products and equipment shall be provided by the vendor and comply with federal environmental and safety standards. - Services must be provided during after-hours, typically evenings and weekends, to minimize disruption to regular business operations. - A quality assurance program shall be implemented to ensure consistent service delivery and customer satisfaction. Scope of Work: The selected vendor will be responsible for managing and executing all aspects of janitorial services across the designated federal buildings. This includes, but is notlenz limited to: - Developing and implementing a comprehensive cleaning schedule that addresses the unique needs of each facility - Training and supervising a sufficient number of cleaning staff to ensure efficient and effective service delivery - Coordinating with building management and GSA representatives to ensure satisfaction and address any issues that may arise - Providing regular reports on service delivery, including consumption of supplies and any issues encountered Contract Details: The contract is expected to be a firm-fixed-price contract with a one-year base period and four one-year option periods. The estimated total contract value over the five-year period is $15-20 million. Key Dates: - RFP Release Date: January 15, 2023 - Proposal Due Date: March 15, 2023 - Expected Award Date: May 15, 2023 - Contract Start Date: July 1, 2023 Evaluation Criteria: Proposals will be evaluated based on vendors' demonstrated capabilities, experience, and commitment to quality assurance. Price will also be a significant factor, with a detailed breakdown of costs expected in the proposal. additional documents or clarifications, please visit our website at www.gsa.gov/rfps or contact the contracting officer, John Doe, at johndoe@gsa.gov. For Thank you for your interest in this opportunity. For any questions, please refer to the listed contact information.
    I can provide a summary based on the information provided. Please share the contents of the file, and I will create a summary based on your instructions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Z--ESPC IDIQ (VA-19-00001743)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is opening a new round of applications for its Energy Savings Performance Contract (ESPC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, VA-19-00001743, seeking additional Service Disabled Veteran Owned Small Businesses (SDVOSBs) for potential inclusion. This opportunity focuses on enhancing energy efficiency in VA facilities. SDVOSBs interested in joining the IDIQ contract vehicle must submit proposals by the extended deadline of January 11th, 2022, adhering to the instructions detailed in Sections L and M of the RFP. The VA seeks to procure energy savings and related services from qualified ESCOs through this SDVOSB set-aside, aiming to add multiple new contractors to the existing IDIQ. Applicants must meet minimum qualifications and evaluation criteria while ensuring compliance with COVID-19 screening requirements. The VA's commitment to energy efficiency improvements drives this procurement process, with the department encouraging interested parties to carefully review the solicitation's amendments. Applicants should submit Volumes 1 to 3 as specified, acknowledging the amendments and adhering to the extended deadline. Key contacts for this opportunity are Nathan Pennington (nathan.pennington@va.gov) and Danielle Mills (Danielle.Mills@va.gov), and the funding amount is approximately $23 million.
    F109--Underground Storage Tank Deficiency Repairs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking contractors for underground storage tank deficiency repairs at the Dayton VA Medical Center. The procurement requires contractors to provide all necessary labor, equipment, and materials to conduct repairs in compliance with Environmental Protection Agency (EPA) regulations, including safety assessments and regulatory compliance with OSHA standards. This initiative is crucial for maintaining environmental safety and compliance within VA facilities, with a contract value of up to $45 million. Interested vendors must be registered in the System for Award Management (SAM) and submit proposals by 4 PM ET on September 4, 2024. For further inquiries, contact Contracting Officer Mary Jane Crim at maryjane.crim@va.gov or call 937-268-6511.
    Z1NB--Amendment to Post Technical Q's and Extend Closing Date - Dallas VA Boiler/Chiller Plant Contract
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Dallas VA Boiler/Chiller Plant Contract, specifically aimed at maintaining and operating the VA North Texas Health Care System's cogeneration and boiler chiller plant. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of services including testing, inspecting, preventive maintenance, corrective repairs, and emergency response for critical equipment, ensuring compliance with VA standards and operational efficiency. Interested contractors must submit their proposals by the extended deadline of September 16, 2024, at 9:00 AM CDT, and should direct inquiries to Senior Contract Specialist Jose Campa at Jose.Campa@va.gov or (210) 694-6311. The total award amount for this procurement opportunity is approximately $47 million, reflecting the VA's commitment to supporting veteran-owned businesses while maintaining essential healthcare infrastructure.
    Z2DA--506-21-705 EHRM Infrastructure Upgrades - Ann Arbor, MI - Construction (VA-25-00001864)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the EHRM Infrastructure Upgrades project at the Ann Arbor VA Medical Center, focusing on enhancing the facility's mechanical, plumbing, and electrical systems. This construction initiative, set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to modernize the healthcare infrastructure in compliance with VA standards and local regulations, ensuring improved operational efficiency and safety. The project is estimated to cost between $10 million and $20 million, with bids due electronically by September 23, 2024, and a mandatory pre-bid site visit scheduled for September 4, 2024. Interested contractors can contact Emil Reyes at Emil.Reyes@va.gov or David Mark at david.mark2@va.gov for further information.
    Z2DA--657-22-111JC, PREPARE SITE FOR NEW MAGNETIC RESONANCE IMAGING, ROOM A279
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the preparation of a site for a new Magnetic Resonance Imaging (MRI) room (Room A279) at the John Cochran VA Medical Center in St. Louis, Missouri. This project, estimated to cost between $500,000 and $1 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with various federal regulations, including the Buy American Act and the Davis-Bacon Act. The successful contractor will be responsible for demolition, structural modifications, and ensuring minimal disruption to hospital operations while adhering to strict safety and environmental protocols. Proposals are due by September 12, 2024, and interested parties should contact Contract Specialist Cedric Graham at Cedric.Graham@va.gov or 913-946-1141 for further details.
    J045--New Base+4 Grease Trap Cleaning and Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the cleaning and maintenance of grease traps and solids interceptors at the VA Illiana Healthcare System in Danville, Illinois. The contractor will be responsible for providing all necessary labor, materials, equipment, and management to perform monthly and quarterly servicing of various buildings' interceptors, ensuring compliance with sanitation standards and federal regulations. This procurement, valued at approximately $16.5 million, highlights the VA's commitment to maintaining facility operations while encouraging participation from small, women-owned, and veteran-owned businesses. Interested parties should contact Contract Specialist Debbie Bruening at debbie.bruening@va.gov, with responses due by September 16, 2024, at 1 PM Central Time.
    6515--SSC 4500 Preventative Maintenance on SSC Cabinets B+4
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for a service contract focused on the annual preventative maintenance of Sterile Processing Services Reusable Medical Device Cabinets (Model SSC 4500) at the VA Medical Center in Manchester, NH. This Firm Fixed Price Contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses comprehensive maintenance tasks, including parts replacement, operational integrity checks, and compliance with relevant regulations. The initiative underscores the importance of maintaining high standards of care and service within VA facilities through proper equipment upkeep, with a total award amount of approximately $34 million. Interested vendors must submit their quotes by September 12, 2024, and direct any questions to Contract Specialist James L Moore at james.moore14@va.gov by September 10, 2024, to ensure timely evaluation before the contract start date of September 30, 2024.
    Y1AZ--RENOVATE CMOP WAREHOUSE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of the Great Lakes Consolidated Mail Outpatient Pharmacy (CMOP) warehouse in Hines, Illinois, under Solicitation No. 36S79724R0003. The project, valued between $1,000,000 and $5,000,000, aims to enhance facility safety and operational efficiency by enclosing swing space, replacing outdated revolving doors, installing new egress doors, and implementing a fire suppression system. This renovation is critical for maintaining compliance with safety regulations and improving the infrastructure that supports veteran services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by September 10, 2024, and can direct inquiries to Contract Specialist Brandy Hudson at brandy.hudson@va.gov.
    J059--Repair Deficiencies Found In Tri-Annual Inspections
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to perform triennial deficiency repairs at the Dayton VA Medical Center. The procurement aims to secure a contractor who will provide all necessary personnel, labor, materials, and equipment to execute the repairs while ensuring compliance with safety and operational standards. This opportunity is particularly significant as it addresses essential maintenance and safety requirements for electrical and electronic equipment, with a total award amount estimated at $19 million and a completion timeframe of 90 days from the issuance of the task order. Interested vendors, specifically VetCert verified Service-Disabled Veteran Owned Small Businesses, must be registered in the System for Award Management (SAM) database and submit their proposals electronically by the specified deadline; for further inquiries, they can contact Mary Jane Crim at MaryJane.Crim@va.gov.