Y1PZ--Project 603-26-103 - Repair Storm and Snow Damage
ID: 36C24926B0001Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to undertake the "Repair Storm and Snow Damage" project at the Robley Rex VA Medical Center in Louisville, KY. The project involves various repair tasks, including culvert repair, parking lot curb replacement, fence repair, tree and limb removal, and drainage improvements, with an estimated contract value between $25,000 and $100,000. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and emphasizes compliance with safety, regulatory, and environmental standards. Interested contractors must submit their bids by January 6, 2026, following a site visit on December 12, 2025, and are encouraged to direct inquiries to Contract Specialist Robert Glenn at Robert.Glenn2@va.gov.

    Point(s) of Contact
    Robert Glenn JrContract Specialist
    (615) 225-3413
    robert.glenn2@va.gov
    Files
    Title
    Posted
    This government solicitation (36C24926B0001) is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside for construction services to repair storm and snow damage at the Robley Rex VAMC in Louisville, KY. The project, estimated between $25,000 and $100,000, involves culvert repair, parking lot curb replacement, fence repair, tree and limb removal, stump grinding, concrete parking stop installation, drainage repair for Lot 17, adding an underground drain, and repairing the Building 4 storm line. Key dates include a site visit on December 12, 2025, RFIs due by December 26, 2025, and bids due by January 6, 2026. Contractors must be actively registered in SAM and listed in the SBA DSBS. A bid guarantee of 20% of the bid price (up to $3 million) is required, with performance and payment bonds necessary for awards over $150,000. All work must comply with safety, regulatory, and environmental standards, with an anticipated completion within 90 calendar days.
    The Department of Veterans Affairs is issuing a presolicitation notice for Project 603-26-103, "Repair Storm and Snow Damage" at the Robley Rex VAMC in Louisville, KY. This project requires construction services to repair damage from recent storm and snow events to ensure the safety and functionality of the facilities and grounds. The estimated construction cost ranges from $25,000.00 to $100,000.00. This requirement is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns, with a NAICS code of 238990 and a $19M small business size standard. The procurement will follow FAR Part 14 (Sealed Bidding), with the solicitation anticipated to be released on or by December 2, 2025. All questions must be submitted in writing to Contract Specialist Robert Glenn Jr. at robert.glenn2@va.gov after the solicitation is released.
    This document, identified by Solicitation Number 36C24926B0001 and Project Number 603-26-103, outlines a detailed construction project for "Storm and Snow Damage Repair" with a proposal date of January 6, 2026. It serves as a template for contractors to provide comprehensive price breakdowns for various construction divisions, including general requirements, existing conditions, concrete, masonry, metals, wood, thermal and moisture protection, openings, finishes, specialties, equipment, furnishings, special construction, fire suppression, plumbing, HVAC, electrical, communications, electronic safety and security, and exterior improvements. The document explicitly rejects lump-sum price breakdowns and mandates detailed cost submissions for labor, materials, and equipment. It also specifies requirements for including the VA Medical Center, proposal date, job title, project number, and solicitation number. This template is required for all proposals submitted to the VA Network Contracting Office 9 - Construction as of June 30, 2016, emphasizing the need for thorough and itemized cost breakdowns to facilitate government review and acceptance.
    This government file outlines the requirements for offerors, specifically contractors under NAICS code 238990, regarding the calculation of self-performed versus subcontracted work. The core purpose is to ensure that at least 15% of the total personnel costs for a contract are incurred by the prime contractor's employees. The document provides a detailed format for breaking down material and personnel costs by specification division, with explicit instructions on how to account for home office overhead, profit/fee, and bond costs. It also includes a clear four-step calculation method to determine the percentage of self-performed personnel costs, defining personnel costs comprehensively to include various labor and office personnel directly charged to the project. The form requires certification from an authorized representative, emphasizing transparency and accountability in cost reporting within federal, state, and local RFP contexts.
    The General Conditions Breakout document outlines a detailed list of project-related costs that must be itemized when submitting a Schedule of Values for government contracts. This includes expenses such as Superintendent and Project Manager salaries, various insurance types (Builder's Risk, Project Specific Liability), site maintenance, progress photos, dumpsters, office and storage trailers, communication, signage, travel, lodging, record document preparation, as-builts, weather protection, infection control, and information technology. It explicitly states that a breakout of these costs is required. Furthermore, the document references VAAR 852.236-88 Contract Changes-Supplement, paragraph (b)(10), to clarify contractual restrictions. It specifies that overhead and contractor's fee percentages are deemed to cover other insurance, field and office supervisors and assistants, security, small tools, incidental job burdens (e.g., office equipment, temporary toilets, telephones, OSHA compliance), and general home office expenses. Therefore, no separate allowances will be made for these items, including tasks related to contract changes like review, coordination, estimating, and expediting, which are considered part of field and office supervision and are included in the contractor's overhead or fee.
    The Pre-Award Contractor Safety and Environmental Record Evaluation Form, for Solicitation 36C24926B0001, requires prospective contractors to submit detailed safety and environmental information. This includes OSHA 300 and 300a forms for the past three years (2022-2024), detailing man-hours, cases involving days away from work or restricted activity, and the Days Away, Restricted, or Transferred (DART) Rate. Contractors must also report any serious, willful, or repeat OSHA violations within the last three years, with attached explanations. The form requests the company's NAICS Code (238990), the administrator of their Safety and Health Program, and their Insurance Experience Modification Rate (EMR). This document ensures contractors meet safety and environmental standards prior to award.
    The Request for Information (RFI) 36C24926B0001, Project Number 603-26-103, is issued by the government for the "Storm and Snow Damage Repair" project at the Robely Rex VA Medical Center in Louisville, KY. This RFI outlines specific requirements for contractors when submitting questions or requests for clarification, mandating that all inquiries must clearly identify the relevant specification, solicitation section, or drawing number. The government emphasizes that questions failing to meet these criteria will not be answered, potentially delaying responses. Robert Glenn Jr, Contract Specialist, is the point of contact for submissions. This document serves as a formal request for information to facilitate a clear understanding of the project scope and requirements from interested contractors.
    The government file details requirements for proposals, grants, and RFPs, emphasizing clarity and compliance. It outlines critical aspects for submission, including mandatory health and safety measures. The document also addresses technical specifications for systems, such as mechanical and fire suppression, ensuring adherence to established standards. Key elements include detailed project planning, equipment installation, and maintenance accessibility. The overarching purpose is to secure proposals that meet stringent governmental and regulatory guidelines, focusing on accuracy, completeness, and the integration of safety protocols. The file serves as a guide for entities seeking to engage in federal and state projects, ensuring all aspects of the bid or proposal align with the stated criteria.
    Lifecycle
    Similar Opportunities
    C1DA--596-26-2-5744-0001 - Replace & Repair Facade on Buildings
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the replacement and repair of building facades at the Lexington VA Healthcare System, Sousley Campus. The project involves extensive work, including repairing or replacing deteriorated brick, terra cotta, wood, and metal facades, as well as improving drainage systems and sealing masonry. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), has an estimated construction value between $5,000,000 and $10,000,000, with qualifications due by January 9, 2026, at 2:00 PM EST. Interested firms must submit their SF-330 packages electronically to Contracting Officer Matthew Whisman at matthew.whisman@va.gov, ensuring compliance with all submission guidelines and SBA verification requirements.
    Repair FTD Building Envelope 539-25-509
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    Y1LB--656-24-205, Road Repair 2024 36C263-26-AP-1047
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking bids for the Roads Repair 2024 project at the St. Cloud VA Medical Center in Minnesota, specifically under Project Number 656-24-205. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) database. The project entails the reconstruction of parking lot P111 (56,567 SQ. FT) and adjacent roadways (8050 SQ. FT), including the removal and replacement of asphalt and re-compaction of the base gravel course, with an estimated construction value between $1,000,000 and $2,000,000. The Invitation for Bid (IFB) is expected to be issued around March 9, 2025, with an award anticipated within 90 days of the bid opening. Interested bidders should contact Contracting Specialist Arielle Lifto at arielle.lifto@va.gov or 651-293-3031 for further information.
    Z2DA--Repair and Replace Doors 539-22-202
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair and Replace Doors" project at the Cincinnati VA Medical Center and the Ft. Thomas Domiciliary in Kentucky. This procurement involves comprehensive demolition and installation of new doors, frames, and associated hardware across multiple buildings, with a focus on safety and compliance due to the presence of hazardous materials like asbestos and lead paint. The project is critical for maintaining operational integrity and security within the medical facilities, with an estimated value between $500,000 and $1,000,000 and a performance period of 730 calendar days. Bids are due by December 11, 2025, at 1:00 PM EST, and interested parties should contact Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov for further information.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, focusing on critical infrastructure improvements including dam spillway modifications and drainage enhancements. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with Colorado state regulations while modernizing cemetery facilities. Interested bidders must submit their proposals electronically by January 14, 2026, at 2:00 PM EST, with a virtual bid opening scheduled for the same day at 2:15 PM EST. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the construction of a 93,200-square-foot gravel parking lot with 320 spaces at the Dayton VA Medical Center, as part of a project aimed at expanding staff parking. The contractor will be responsible for all labor, materials, and equipment necessary for site preparation, grading, gravel installation, and the placement of parking blocks, adhering to federal, state, local, VA, and OSHA standards. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated contract value between $250,000 and $500,000. Proposals are due by January 22, 2026, at 10:00 AM local time, and interested bidders are encouraged to attend a site visit on December 18, 2025. For further inquiries, contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the expansion of the B330 Staff Parking Lot at the Dayton VA Medical Center, under project number 552-26-502. The project entails constructing an approximately 93,200 square foot gravel parking lot that will accommodate around 320 parking spaces, thereby enhancing the existing staff parking area. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated construction cost ranging from $250,000 to $500,000, and a projected period of performance of 90 calendar days. The solicitation is expected to be posted on SAM.gov around November 14, 2025, with proposals due approximately 30 days thereafter; interested parties should contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov for further inquiries.
    Y1DA--NRM-CONST 630A4-20-412 Repair Parking Lots and Roads SA
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified construction firms to undertake the repair of parking lots and roads at the St. Albans VA Medical Center located in Queens, New York. The project involves comprehensive work including asphalt removal and replacement, resurfacing, striping, grading, curb and gutter repair, drainage improvements, and site restoration, all adhering to VA and manufacturer specifications. This initiative is crucial for maintaining safe and accessible facilities for veterans and staff, with an estimated construction cost ranging from $5,000,000 to $10,000,000. Interested contractors must be Service-Disabled Veteran-Owned Small Business Certified (SDVOSBC), registered with SAM.gov, and comply with all relevant VA regulations and safety standards. A site visit is strongly encouraged, and the solicitation is anticipated to be issued around December 19, 2025. For further inquiries, contact Torell Camp at Torell.Camp@va.gov or call 718-584-9000.
    463-21-101 CON Repair Bldg 100 Moisture Envelope
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking qualified contractors for a construction project aimed at repairing the moisture barrier of Building 100 at the Anchorage VA Medical Center in Alaska. The project, designated as 463-21-101, involves addressing moisture intrusion and repairing surface damage, with the contractor responsible for all materials, labor, and adherence to strict safety and infection control protocols. This initiative is crucial for maintaining the integrity of the facility and ensuring the continued delivery of healthcare services. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their responses, including a capabilities statement and past performance details, by December 12, 2025, with an estimated project value between $5 million and $10 million. For further inquiries, contact Susan Howe at Susan.Howe2@va.gov or call 360-816-2754.