Z1DA--PN: 568-24-110, Construction - Replace Motor Pool Fuel System (FM) - TBD
ID: 36C26324R0095Type: Solicitation
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs (VA) has issued a federal contract solicitation, Z1DA--PN: 568-24-110, which has been canceled due to project funding limitations. The contract aimed to replace the motor pool fuel system at the Fort Meade VA Medical Center in South Dakota. Offerors were expected to provide a comprehensive solution involving the removal of the existing fuel system and the installation of new components.

    The VA sought a vendor to enhance the fuel monitoring system, emphasizing accuracy, compliance, and a swift 90-day project completion. The scope included removing old consoles, software, and probes, and replacing them with advanced technology, while adhering to VA guidelines and safety standards.

    Eligible bidders were expected to be Service-Disabled Veteran-Owned Small Businesses, conforming to the NAICS code 238290. The VA prioritized factors such as construction wage rates, affirmative action, and Buy American requirements in the evaluation of applications.

    Two key documents focused on safety and health requirements, outlining the need for a competent Site Safety and Health Officer and detailed accident prevention plans. The safety protocols were vital for managing complex construction work and ensuring the project's secure execution.

    The procurement process also involved gathering current wage rates for various employee classifications, ensuring fair and market-reflective rates. Bidders were required to submit proposals with technical specifications and pricing details within a specified timeline.

    Notably, a crucial aspect of the solicitation was the certification of compliance with subcontracting limitations, directing work toward veteran-owned businesses. This certification was to be submitted along with the proposals, serving as a key eligibility criterion.

    Interested parties should have acknowledged the receipt of the cancellation amendment by the specified date, which was effective on May 13, 2024.

    For clarification or further information, bidders could contact the primary contact named Michael J Wicht, Contract Specialist, at Michael.Wicht@va.gov.

    Point(s) of Contact
    Michael J WichtContract Specialist
    Michael.Wicht@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking a contractor to update and repair the Fuel System at the VA Black Hills Healthcare System in Fort Meade, South Dakota. The project is estimated to cost between $25,000 and $100,000 and is set aside for service-disabled veteran-owned small businesses. The solicitation will be posted on SAM.gov on May 13, 2024, with proposals due on June 10, 2024.
    The Department of Veterans Affairs seeks bids for a construction project to replace the motor pool fuel system at the Fort Meade VA Medical Center in South Dakota. The work involves removing the existing fuel system and installing new components, including a computer console, software, probes, and communication cables. Bidders are expected to provide materials, labor, and supervision, ensuring compliance with VA codes and specifications. The project has a 90-day performance period, with work commencing upon receipt of the notice to proceed. This procurement is reserved for Service-Disabled Veteran-Owned Small Businesses, falling under the NAICS code 238290 with a $22 million small business size standard. Critical dates include a question deadline on May 20, 2024, and a proposal submission deadline on June 10, 2024. Evaluations will prioritize factors such as construction wage rates, affirmative action, and Buy American requirements.
    The Department of Veterans Affairs issues a cancellation amendment for the solicitation of a contract (36C26324R0095) due to insufficient project funding. The original solicitation, VA-VHA-RPOC-2024-001, sought a contractor to provide services for a period of five years, with the possibility of extension. The contracting officer, Michael W. Freeman, emphasizes the need for offerors to acknowledge receipt of this amendment and carefully review the changes. The amendment's primary purpose is to notify bidders of the solicitation's cancellation, which is attributed to financial constraints, and contractors are not required to submit new offers. This information is reinforced in the attached document, titled "S06 Amendment Cancellation."
    The primary objective of this procurement is to replace the existing Fuel Monitoring System at the Fort Meade VA Health Care System with an upgraded system that enhances fuel level monitoring, leak detection, and data storage capabilities. The scope entails removing the old system and installing new computer consoles, software, printers, and various sensors and alarms for three fuel tanks. The work requires adhering to VA design guides, NFPA regulations, and historic preservation standards. The chosen vendor will provide the necessary equipment and labor while ensuring accuracy and compliance with manufacturer specifications. They must also arrange a project kick-off meeting and adhere to records management obligations. This project is scheduled to commence upon issuing the notice to proceed and must be completed within 90 calendar days. The VA seeks a vendor capable of providing a comprehensive solution that meets the specified technical requirements and delivers high-quality results within the stipulated timeline.
    The procurement objective of this RFP involves upgrading the TOM system and related general construction work at a medical center. The contract requires the demolition of existing structures and the preparation of the site for new building operations. The main focus is on constructing specialized temporary buildings and utility adjustments, ensuring compliance with safety and security procedures. The RFP outlines detailed safety requirements, including personal protective equipment and accident prevention plans, along with specific instructions for managing mishaps and high-risk activities like crane operations, excavations, and fall protection. It also emphasizes the need for regular safety inspections and training, particularly for operating specialized equipment. Contractors will be responsible for providing a minimum of one full-time Site Safety and Health Officer (SSHO) and specialized Competent Persons for high-risk tasks. The SSHO must have specific qualifications, including a safety-related degree or certified safety professional status, and will oversee the implementation of the safety program and government-approved plans. Key dates include the pre-construction conference and safety briefing, which must occur before work begins, with safety meetings to be conducted regularly throughout the project's duration. The evaluation of proposals will likely prioritize contractors with robust safety programs and experienced personnel, especially in managing complex medical facility construction, to ensure the project's smooth and secure execution.
    The procurement objective relates to the certification of compliance with subcontracting limitations for services and construction contracts. The focus is on ensuring that, if awarded, the contractor adheres to specific percentage limits for subcontracting out work to firms that are not VIP-listed SDVOSBs or VOSBs. This certification is a crucial aspect of the solicitation process, as it encourages compliance with veteran-focused contracting goals. Offerors must submit this certification along with their proposals, or they will be deemed ineligible. This file's emphasis on subcontracting restrictions reflects the government's aim to direct work toward veteran-owned small businesses while providing clarity on the specific limits for services, general construction, and special trade construction contracts.
    The procurement objective relates to upgrading or maintaining fuel dispensing units at a government vehicle service center. The focus is on acquiring advanced fuel pump technology, presumably for both diesel and unleaded fuel. The requirements include replacing or retrofitting existing pumps with audible alarms, reset buttons, and displays showing error codes. The pumps should be able to detect and prevent fuel spills, with the ability to silence alarms in case of false positives. The scope of work involves removing old pumps and installing new ones, ensuring integration with the existing fuel delivery system, and providing training on the new equipment. The government entity seeks a turn-key solution, indicating a preference for a fixed-price contract. Vendors must submit proposals with detailed technical specifications and pricing information within 14 days. Evaluations will prioritize the technical capabilities and cost-effectiveness of the proposed solutions.
    The government seeks to procure replacement fuel tanks and associated infrastructure for Fort Meade, South Dakota. The primary objective is to install three fuel tanks: a 15,000-gallon Tank #4, a 2,000-gallon Tank #5 for gasoline, and a 550-gallon Tank #6 for diesel. These tanks come with locking mechanisms and alarm systems for overfill and low-level fuel situations. The path of the fuel lines and electrical conduits, along with detailed connection points, are specified. To ensure safety, the plans include detailed drawings for concrete padding, manhole covers, and island construction around the tanks. The electrical work involves wiring for alarms, control panels, and lighting. The entire system must adhere to safety standards for hazardous locations. This project requires precise coordination with multiple building structures and existing infrastructure on the base. Key dates and project timelines are not explicitly mentioned in the files. However, the drawing is dated 7-8-93, indicating the procurement's initiation around that period.
    The Department of Veterans Affairs seeks to procure privacy training services for its personnel who do not have access to sensitive VA computer systems or direct access to protected health information. This training is crucial to ensure compliance with privacy and confidentiality statutes. The objective is to train employees on safeguarding VA sensitive information, which could be inadvertently accessed or overheard. Trainings will outline the employees' roles and responsibilities in handling such information. Incidental disclosures must be understood, and safeguards against unauthorized access or discussion of sensitive information are emphasized. The content of the training modules is detailed, focusing on laws, regulations, and rules governing privacy, as well as penalties for violations. This training program is a critical component of the VA's information security strategy, aiming to educate and empower employees to protect veteran's confidential information.
    The file contains information on the government's plans to procure updated wage rates for various classifications of employees. The primary objective is to gather current and accurate wage data to implement fair and market-reflective rates. These rates are derived from both union and non-union sources and are identified using specific coding systems. The survey-based approach helps determine the prevailing rates for different classifications, with the data remaining effective until a new survey is conducted. The file also outlines a process for appealing wage determinations, indicating an initial decision has been made. The focus is on ensuring transparent and informed decisions in the collective bargaining agreement, with potential appeals considered on specified grounds.
    The Department of Veterans Affairs issues a notice to all offerors/bidders. The solicitation number 36C26324R0095 is canceled due to project funding limitations. The amendment is effective on May 13, 2024, and offerors must acknowledge the receipt of this amendment by the specified date. This information is conveyed through official channels and requires acknowledgment from the contractors.
    Similar Opportunities
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    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.
    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.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    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.
    Z2NB--MAU Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 23, is seeking proposals for the MAU Replacement project, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement involves facilities support services, particularly focusing on the repair or alteration of heating and cooling plants, as indicated by the Product Service Code Z2NB and NAICS code 561210. The initiative underscores the government's commitment to engaging veteran-owned enterprises in fulfilling essential service needs. Interested parties must respond to the solicitation number 36C26324Q0547 by the specified deadline, and for further inquiries, they can contact Senior Contracting Officer Jesse M. Sweesy at Jesse.Sweesy@va.gov or by phone at 605-347-2511 x16724.
    Z1DA--Department of Veterans Affairs Butler Medical Center Replace Bldg. #7 Master Control Panel Project No. 529-22-101
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of the Master Control Panel in Building 7 at the Butler VA Medical Center in Pennsylvania. This project, designated as Project 529-22-101, requires contractors to provide comprehensive construction services, including demolition, installation of new mechanical systems, and adherence to safety and regulatory standards, all within a performance period of 460 calendar days from the Notice to Proceed. The initiative is crucial for enhancing operational efficiency and safety at the facility, with an estimated construction cost between $5 million and $10 million, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must obtain solicitation documents from SAM.gov, with the solicitation expected to be issued around September 19, 2024, and a mandatory site visit scheduled for September 26, 2024. For inquiries, contact Contract Specialist Amanda Murphy at Amanda.Murphy5@va.gov or 717-821-1396.
    Y1DA--Construct Mental Health Outpatient Bldg. 52 (Minor) Construction - Fargo
    Active
    Veterans Affairs, Department Of
    Special Notice: VETERANS AFFAIRS, DEPARTMENT OF is seeking a Service-Disabled Veteran-Owned Small Business (SDVOSB) to construct the Mental Health Outpatient Bldg. 52 (Minor) at the Fargo VA Medical Center in Fargo, ND. The construction is part of the ongoing efforts to enhance mental health services for veterans. The VA has cancelled the Invitation for Bid (IFB) 36C77623B0075 and will now proceed with the acquisition through negotiations.
    Z1DA--NRM | 503-19-112 Replace Steam System Project (VA-24-00009779)
    Active
    Veterans Affairs, Department Of
    Presolicitation notice from the Department of Veterans Affairs, Department of, for the procurement of construction services to replace the steam system at the Altoona Veteran Administration Medical Center in Altoona, PA. The project must comply with applicable codes, VA policy/standards, and the terms of the contract. The contractor is responsible for providing all necessary tools, travel, trades, labor, materials, permits, licenses, and supervision. The period of performance is 720 calendar days. The solicitation, specifications, and drawings will be available on the Contracting Opportunities website. Interested parties must register on the website to obtain solicitation documents and amendments. The contract will be awarded in accordance with the procedures specified in the solicitation. The project is being solicited as a tier evaluation, with priority given to service-disabled veteran-owned small businesses, veteran-owned small businesses, and other small businesses. The NAICS code for this procurement is 236220, with a small business size standard of $45 million. The estimated construction cost is between $5,000,000.00 to $10,000,000.00. The solicitation issue date is approximately December 6th, 2023. All questions must be submitted in writing via email. A pre-bid conference/site visit will be conducted, and offerors must be registered in the System Award Management System (SAM) and verified in the Department of Veterans Affairs (VA), Center for Veterans Enterprise (CVE) at the time of proposal offering. Failure to meet these requirements will result in disqualification. A site visit is scheduled for December 13th, 2023, at the Altoona VAMC.
    Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a significant project to replace the boilers and chillers in the Fort Thomas Domiciliary Building 64, Cincinnati VA Medical Center, Kentucky, seeking a reliable and efficient heating solution. The procurement process aims to award a Firm-Fixed-Price contract for this project, titled 'Replace Fort Thomas Boilers.' The scope of work is extensive, requiring general construction services, including electrical, controls, and mechanical tasks, with a particular focus on plumbing and heating systems. The project involves replacing steam boilers, chillers, and associated infrastructure and modifying the chilled water system. To minimize disruptions, the work must be carefully phased within an occupied space, achieving this without interrupting the building's operations. The VA requires the project to be completed within a maximum timeline of 913 calendar days. Key objectives also include adhering to the VA's Green Environmental Management System and ensuring minority and female workforce participation. The VA will closely scrutinize safety and environmental records, along with recent OSHA violation history, as part of the award criteria. Contractors must provide detailed information on their safety performance and Experience Modification Rate (EMR). The procurement process involves multiple stages and deadlines. There will be a site visit on June 7, 2024, and the VA encourages prospective bidders to attend. The initial offer deadline was June 25, 2024, but several amendments have extended it. The current deadline for submissions is now 10:00 a.m. EST on October 16, 2024. The VA will evaluate bids based on compliance, certifications, and price, with the lowest aggregate amount being a key consideration. This project holds significant importance, reflected in the VA's commitment to providing extensive project specifications and multiple deadlines for submissions. The department seeks a comprehensive solution while prioritizing safety, environmental sustainability, and timely execution. Eligible bidders should carefully review the provided specifications and drawings, ensuring full compliance with the outlined requirements. For further clarification or questions, interested parties should contact Contract Specialist Luke Turner at luke.turner@va.gov regarding solicitation number 36C25024B0075.
    Z1DA--PN: 568A4-23-204, Replace Nurse Call & Paging System (HS) IFB-Set-Aside- SDVOSB
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified contractors for the replacement of the Nurse Call and Paging System at the Black Hills VA Healthcare System in Hot Springs, South Dakota. This project, designated as PN: 568A4-23-204, aims to upgrade outdated communication systems to enhance patient care and operational efficiency within the facility. The contract is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with an estimated construction cost ranging from $1 million to $5 million, and bids are due by September 12, 2024, at 2:00 PM Central Time. Interested parties can contact Contracting Officer Michael W. Freeman at Michael.Freeman3@va.gov for further details.