Y1PZ--806-NRM2425-006 Repair Pole Barn (trusses) at Camp Butler NC
ID: 36C78625B0014Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CEMETERY ADMIN (36C786)QUANTICO, VA, 22134, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs is soliciting bids for the repair of pole barn trusses at Camp Butler National Cemetery in Springfield, Illinois. Contractors are required to provide all necessary labor, materials, and equipment to inspect and repair approximately twenty pole barn trusses, including converting a fan truss ceiling to a cathedral ceiling and enhancing load-bearing capabilities while minimizing disruption to cemetery activities. This project is a 100% Service-Disabled Veteran-Owned Small Business set-aside, emphasizing the importance of compliance with specific regulations, including the SBA VetCert program. Bids are due by April 30, 2025, at 2:00 PM EST, and interested parties should contact Contracting Officer Richard Adu at richard.adu@va.gov for further information.

Point(s) of Contact
Richard AduContracting Officer
richard.adu@va.gov
Files
Title
Posted
Apr 18, 2025, 3:06 PM UTC
This document outlines the general requirements for a minor construction project at a National Cemetery, specifically the addition of office space within an existing Administrative Building. Key components include contractor responsibilities for site preparation, adherence to safety and security measures, fire safety protocols, and environmental protection. Contractors must ensure the preservation of existing structures and utilities while coordinating minimally invasive construction activities to avoid disrupting cemetery operations, particularly during sensitive times such as memorial services. The requirements also stipulate the submission of training records for personnel, maintaining as-built drawings, compliance with OSHA regulations, and implementing a Project Health and Safety Plan. Detailed instructions regarding the management of utility services, fire safety, site access, and temporary facility usage are included. The project's success hinges on adherence to outlined processes, ensuring compliance with National Cemetery Administration standards, and effective communication with the Cemetery Director. Overall, the document emphasizes the importance of safety, environmental responsibility, and meticulous planning in the execution of construction projects within sensitive government properties.
Apr 18, 2025, 3:06 PM UTC
The document outlines the responsibilities of contractors regarding Temporary Environmental Controls in construction projects. It emphasizes the necessity of managing environmental pollution, including air, water, and land risks during construction activities. Key pollutants include chemical and solid waste, and specific control measures must be implemented to safeguard human health and ecological balance. Contractors are required to maintain quality control and comply with federal, state, and local environmental regulations. An Environmental Protection Plan must be developed, detailing training, laws, and protective measures for environmental resources, ensuring minimal impact on land, water, air quality, and noise levels. The document mandates monitoring noise and air pollution to adhere to regulatory limits while implementing measures to control waste and sediment runoff. It is vital for contractors to ensure that any property damage is restored at no additional cost to the government and to leave the construction site clean and compliant with environmental standards upon project completion. Through these measures, the document reinforces the government’s commitment to environmental stewardship in the context of construction-related activities.
Apr 18, 2025, 3:06 PM UTC
The Construction Waste Management document outlines requirements for managing non-hazardous building construction and demolition waste. It emphasizes minimizing landfill disposal and encourages salvage, recycling, and reuse of materials. Contractors are held accountable for developing a Waste Management Plan, implementing waste reduction techniques, and facilitating the sorting of waste for recycling or reuse. Specific materials such as soil, concrete, wood, metal, and plastics are identified for diversion from landfills. Quality assurance measures include on-site waste management procedures, monthly reporting on waste generation, and documentation of disposal practices. The contractor must ensure that all recycling and disposal facilities comply with relevant regulations. Comprehensive management details, including methods of separation, transportation, and approved sites for waste handling, are required in the debris management plan. This framework supports adherence to environmental standards and aligns with federal, state, and local regulations regarding sustainable construction practices.
Apr 18, 2025, 3:06 PM UTC
This document outlines the specifications for cast-in-place and pre-cast concrete, detailing the necessary procedures, materials, and quality assurance measures for concrete repairs over three inches thick including slabs-on-grade and foundations. It emphasizes the importance of compliance with industry standards such as ACI and ASTM while detailing the submissions required from contractors, including product data, design mixtures, and steel reinforcement drawings. The document is structured into several sections covering general provisions, material properties, and execution guidelines. Key points include the qualifications for installers and manufacturers, exact material specifications, and testing requirements to ensure concrete quality and structural integrity. The document highlights the need for specific cementitious materials, admixtures, and curing techniques critical for maintaining the expected performance of concrete in various environmental conditions. In the context of government RFPs and grants, this document serves as a comprehensive guide to ensure projects meet stringent guidelines and standards for concrete construction, thus assuring safety, quality, and regulatory compliance in public works projects.
Apr 18, 2025, 3:06 PM UTC
This government document outlines specifications for constructing unit masonry walls, detailing material requirements, sustainability compliance, submittal procedures, and execution standards. It emphasizes the necessity of related work in mortar and grout, along with proper approval for color and texture of masonry units. The document requires submission of samples, shop drawings, and certificates from manufacturers, ensuring all materials meet ASTM standards. Additionally, a sample panel of specified size must be approved to set workmanship standards. Warranties for exterior masonry walls against moisture leaks are mandated for a five-year period. Various masonry types, including face bricks and concrete masonry units, must adhere to specific ASTM classifications. The document also stipulates detailed construction procedures, tolerances, and methods for reinforcement, ensuring structural integrity. Furthermore, it includes provisions for weather conditions affecting masonry work and disposal of debris. Overall, the purpose of this document is to ensure that construction adheres to high standards of quality, durability, and compliance with local regulations, which is crucial for government-funded projects as outlined in RFPs and grants. The comprehensive guidelines aim to foster a uniform approach to masonry work across various projects, promoting sustainability and structural integrity while adhering to federal and local construction requirements.
Apr 18, 2025, 3:06 PM UTC
The document outlines a solicitation for the construction project titled "Repair Pole Barn (trusses) at Camp Butler National Cemetery." The Department of Veterans Affairs requires contractors to provide all necessary labor, materials, and equipment to inspect and repair approximately twenty pole barn trusses at the cemetery in Springfield, IL. This procurement is a 100% Service-Disabled Veteran-Owned Small Business set-aside, mandating compliance with specific regulations, including verification through the SBA VetCert program. Key deliverables include converting a fan truss ceiling to a cathedral ceiling, replacing damaged vertical support columns, enhancing load-bearing capabilities, and ensuring minimal disruption to cemetery activities. The contractor must conduct a comprehensive inspection, submit progress reports, and adhere to safety and quality control standards. The performance period is mandatory, requiring completion within 30 calendar days post-award, with a pre-bid site visit planned. The solicitation stresses the importance of professional conduct and respect for cemetery operations, particularly during funerals. Stringent guidelines must be followed regarding safety, material management, and contractor responsibilities, emphasizing the integrity of services honoring veterans.
Mar 14, 2025, 12:05 PM UTC
The Department of Veterans Affairs (VA) is preparing to issue a solicitation, numbered 36C78625B0014, for the repair of pole barn trusses at Camp Butler National Cemetery in Springfield, IL. This presolicitation notice indicates that the project entails providing all necessary labor, materials, and equipment to complete the work within 30 calendar days after the Notice to Proceed is issued. The estimated cost for this construction falls between $100,000 and $250,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), which must be verified and registered to be eligible for bidding. Contractors are expected to conduct an initial inspection of the site, submit an 'After Inspection Report' with findings, and undertake repairs in accordance with all specifications. The VA emphasizes that all costs will be borne by the contractor without additional expenses to the government. The full solicitation details will be available around March 28, 2025, inviting only those eligible SDVOSB firms to participate. Interested bidders must also provide a Bid Bond, along with Performance and Payment Bonds upon award. For more information, bidders can contact the Contracting Officer, Richard Adu, via the specified email.
Apr 18, 2025, 3:06 PM UTC
The document is an amendment to solicitation number 36C78625B0014 issued by the Department of Veterans Affairs, National Cemetery Administration. The key purpose of this amendment is to remove specific clauses and provisions from the original solicitation that are deemed inapplicable. The removed clauses pertain to equal employment opportunity and affirmative action regulations, such as the Prohibition of Segregated Facilities and Compliance Requirements for Construction. This modification ensures that the solicitation aligns with current administrative requirements and clarifies the terms under which offers must be submitted. Offerors are required to acknowledge this amendment by the specified date and can do so through various methods including return copies of the amendment or electronic communication. Overall, this document represents a procedural update to refine solicitation requirements and facilitate compliance with government procurement standards.
Apr 18, 2025, 3:06 PM UTC
The document outlines an amendment to solicitation number 36C78625B0014 by the Department of Veterans Affairs for a project involving the Repair of a Pole Barn at Camp Butler, NC. It primarily addresses responses to prebid Requests for Information (RFIs) submitted by potential bidders, clarifying the responsibilities related to the engineering and construction specifications for the project. Key points include the necessity for the contractor to design the barn's cathedral ceiling and load-bearing wall, detailing required specifications for footings, reinforced masonry, framing materials, and headers. The amendment emphasizes that the bid submission deadline remains unchanged, with offers due by April 30, 2025, at 2:00 PM EST, and must be emailed to the designated contracting officer. Importantly, the document reiterates that all terms and conditions associated with the original solicitation remain intact, ensuring clarity and consistency for bidders engaged in this government procurement process.
Apr 18, 2025, 3:06 PM UTC
This document is an amendment to solicitation number 36C78625B0014, issued by the Department of Veterans Affairs' National Cemetery Administration. The amendment addresses additional pre-bid Request for Information (RFIs) from interested bidders regarding the Repair of Pole Barn at Camp Butler, NC. Specifically, it clarifies that the contractor is responsible for designing and building the barn’s cathedral ceiling as outlined in the Statement of Work. A proposed alternative solution—installing a vaulted parallel truss instead of the specified design—was discussed, aiming to provide a more cost-effective approach while ensuring a clear span of >14 feet across approximately 75% of the truss length. The bids for this project are due on April 30, 2025, at 2:00 PM EST, and must be emailed to the designated contracting officer. The amendment reaffirms that all terms and conditions of the original solicitation remain unchanged, ensuring all bidders are informed of these clarifications prior to bid submission.
Apr 18, 2025, 3:06 PM UTC
The document outlines the Invitation for Bid (IFB) for the project titled "Repair Pole Barn (trusses) at Camp Butler NC," designated by solicitation number 36C78625B0014. The project's scope includes various divisions detailing required work areas such as concrete, masonry, metals, and electrical, among others. Bidders are expected to provide lump-sum totals for each division that applies to the project, with divisions not utilized indicated as "N/A." The overall goal is to achieve a comprehensive final sum that encompasses all aspects of the project, including bonds, overhead, and profit. This document serves as a crucial component of the bidding process for contractors, ensuring transparency and accountability in federal construction projects. It underscores the structured approach to project management, emphasizing the need for precise financial planning and adherence to federal guidelines.
The document outlines the certification requirements for offerors submitting bids for contracts with the VA under the limitations on subcontracting, as mandated by 38 U.S.C. 8127(k)(2). It specifies that for service contracts, a contractor must not pay more than 50% of the government payment to non-SDVOSBs or non-VOSBs, whereas for general construction, this limit is 85%, and for special trade construction, it is 75%. Costs for materials are excluded from the subcontracting calculations. The offeror is aware that providing false information may lead to criminal or civil penalties. Compliance verification may include submitting documentation such as invoices and subcontract agreements to the VA for review. Non-compliance can result in referrals for debarment, fines, or prosecution. The formal certification must be completed and submitted with the proposal, and failure to do so may render the offer ineligible for evaluation. This document emphasizes the promotion of service-disabled veteran-owned and veteran-owned small businesses in federal contracting, ensuring that a significant portion of work remains with these entities to support veteran entrepreneurship.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Y1JZ--IFB (FY-25) | BEVERLY NATIONAL CEMETERY | ADMINISTRATION BUILDING AND ROSTRUM REPAIRS/IMPROVEMENTS (HISTORIC SITE) | PROJECT NO. 804CM3021..... Beverly NC Repairs and Improvements Construction Project (VA-25-00043490)
Buyer not available
The Department of Veterans Affairs is soliciting bids for a construction contract to perform repairs and improvements on the Administration Building and Rostrum at Beverly National Cemetery in New Jersey, under Project No. 804CM3021. The project requires contractors to manage all aspects of construction, including the abatement of hazardous materials, adherence to historic preservation standards, and ensuring minimal disruption to cemetery operations. This initiative is crucial for maintaining the integrity and safety of the historic site, which is listed on the National Register of Historic Places. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit electronic bids by May 27, 2025, following a mandatory site visit on May 1, 2025, with an estimated budget between $500,000 and $1,000,000. For further inquiries, contact Sheryl Palacio-Davis at Sheryl.Palacio-Davis@va.gov.
Y1JZ--New IFB (FY-25) | Calverton National Cemetery Columbarium H,I,J,K,L,M, Repairs & Improvements Project No. 805CM3048
Buyer not available
The Department of Veterans Affairs is issuing a presolicitation notice for the Calverton National Cemetery Columbarium Repairs and Improvements Project, identified by IFB Solicitation Number 36C78625B0017. This project involves essential repairs and enhancements to Columbariums H, I, J, K, L, and M, located at 210 Princeton Blvd, Calverton, NY, and will be awarded as a Firm Fixed Price (FFP) contract specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The total estimated project cost ranges between $1,000,000 and $5,000,000, with a performance period of 180 days, and interested bidders are encouraged to participate in a pre-bid site visit while ensuring they monitor the SAM website for updates and amendments. For inquiries, bidders should contact the contracting officer, Sheryl Palacio-Davis, via email at sheryl.palacio-davis@va.gov.
Z1DA--578-M25114 Building 12 Stairs Exterior Construction area for the exterior porch reconstruction
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the reconstruction of exterior stairs at Building 12 of the Edward Hines Jr. VA Hospital in Hines, Illinois. The project involves repairing failing exterior stairs and concrete slabs, with the contractor responsible for all labor, materials, and management to complete the work within 100 calendar days from the notice to proceed, with an anticipated construction duration of 50 days. This initiative underscores the government's commitment to maintaining safe facilities for veteran care while ensuring compliance with federal and local safety standards. Interested contractors, particularly Service-Disabled Veteran-Owned Small Business firms, must submit their proposals by May 1, 2025, and can contact Contract Specialist Andrew Humulock at andrew.humulock@va.gov for further information.
Y1PZ--823CM3023, Irrigation Expansion, Rock Island National Cemetery
Buyer not available
The Department of Veterans Affairs is seeking contractors for the irrigation expansion project at Rock Island National Cemetery, as outlined in solicitation number 36C78625B0011. The project aims to enhance the cemetery's maintenance capabilities through the installation of new waterlines and an irrigation system, adhering to both VA and Illinois Department of Transportation construction standards. This initiative is crucial for maintaining the dignity and aesthetic appeal of the cemetery grounds, reflecting the commitment to honoring veterans. Interested contractors must submit their bids by May 1, 2025, at 2:00 PM EDT, and can direct inquiries to Contracting Officer Richard Adu at richard.adu@va.gov. The project budget is estimated between $1 million and $5 million, with completion expected within 365 days after the notice to proceed.
Z2DA--542-25-105 | Replace Pitched Roof Building 1 | NCO 4 Construction East (VA-25-00008811)
Buyer not available
The Department of Veterans Affairs is soliciting bids for the replacement of the pitched roof on Building 1 at the Coatesville Veterans Affairs Medical Center, designated as Project 542-25-105. This project involves comprehensive demolition and construction activities, including the installation of a new roofing system, flashing, gutters, and lightning protection, all while adhering to stringent safety and environmental standards. The initiative is crucial for maintaining the structural integrity of the facility, which serves veterans, and emphasizes the use of modern materials and sustainable practices. Interested contractors must submit their bids by May 20, 2025, and direct inquiries to Contract Specialist Lamar D. Thomas at lamar.thomas2@va.gov. The anticipated contract value ranges between $500,000 and $1 million, with a performance period of 160 days post-award.
Presolicitation Notice: Construction – Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1 Expansion and Development.
Buyer not available
The Department of Veterans Affairs (VA) is preparing to solicit proposals for a major construction project at the Jefferson Barracks National Cemetery in St. Louis, Missouri, focusing on Phase 1 of its expansion and development. This project aims to create additional burial facilities, including approximately 36,511 gravesites, along with necessary infrastructure improvements such as access roads, utility relocations, and enhanced security systems, all intended to support operations for the next 15 years. The contract will be a Firm-Fixed-Price agreement with an estimated budget between $50 million and $100 million, and it will follow a tiered set-aside evaluation process prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB) before considering larger firms. Interested parties should note that the solicitation is expected to be released within 30 to 45 calendar days, and inquiries can be directed to Contracting Officer Joshua Gibson at Joshua.Gibson2@va.gov or Jeff Gerbensky at jeffrey.gerbensky@va.gov.
Z2DA--542-25-108 | Replace Roof and Remediate Building 3 Stair Tower
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of the roof and remediation of the stair tower at Building 3 of the Coatesville VA Medical Center in Pennsylvania, under Project 542-25-108. This construction project, valued between $50,000 and $100,000, is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, emphasizing the government's commitment to supporting veteran-owned enterprises. Contractors will be required to adhere to strict safety and environmental regulations, complete the work within 45 days of the notice to proceed, and provide necessary performance and payment bonds. Interested bidders must acknowledge receipt of amendments, attend a site visit scheduled for May 6, 2025, and submit their proposals by June 5, 2025. For further inquiries, contact Contract Specialist Lamar D Thomas at lamar.thomas2@va.gov.
Y1PZ--828CM3028: Construction, Cemetery Improvements, Barrancas (VA-25-00061611)
Buyer not available
The Department of Veterans Affairs is soliciting bids for a Firm Fixed Price contract to oversee the Gravesite Expansion and Cemetery Improvements at Barrancas National Cemetery in Pensacola, Florida. The project aims to enhance burial capacities and improve site conditions, requiring contractors to provide all necessary management, supervision, labor, materials, and equipment for construction, including site preparation, structural enhancements, and landscaping improvements. This initiative is crucial for maintaining the dignity of veteran memorial sites while ensuring compliance with environmental and safety regulations. Bids are due electronically by May 29, 2025, at 10 AM EDT, with an estimated construction cost between $2 million and $5 million. Interested contractors can contact Clarelle Sylvain at clarelle.sylvain@va.gov or call 352-467-9329 for further information.
Y1AZ--36C25725Q0243| 549-SL-837, Awning Installation Bldg. 8
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the installation of a new awning at the rear entrance of the VA Police Office in Building 8 at the Dallas VA Medical Center. This project, designated as Project Number 549-SL-837, is critical due to ongoing flooding issues affecting the basement of the building, requiring completion within 90 days of the notice to proceed. The contract is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with a budget under $25,000, and interested contractors must submit their quotes by March 25, 2025, following a mandatory pre-bid site visit on March 4, 2025. For further inquiries, contractors can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov or Cassandra King at cassandra.king@va.gov.
Z1DA--Replace and Correct Roof Building 44 504 Amarillo VAMC
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement and correction of the roof on Building 44 at the Amarillo VA Medical Center in Texas. This project, set aside for Service Disabled Veteran Owned Small Businesses, requires contractors to provide all necessary labor, materials, and equipment to replace the existing flat roofing system, ensuring compliance with safety and environmental regulations. The estimated construction cost ranges between $500,000 and $1,000,000, with a bid submission deadline of May 1, 2025, and a public bid opening scheduled for May 2, 2025. Interested contractors should contact Contract Specialist Miguel A. Gonzalez at Miguel.Gonzalez4@va.gov for further details and to ensure compliance with all submission requirements.