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.
    The document appears to be a list of lots and maintenance activities such as replacing culverts and repairing curbs. Multiple lots are mentioned, indicating various locations where these repairs are needed. The text includes some coding or reference numbers but is largely disjointed and lacks clear context.
    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
    Veterans Affairs, Department Of
    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
    Veterans Affairs, Department Of
    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.
    Z2DA--657-24-110JB - FCA Replace Roofs on Buildings 1, 52, 53
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the project titled "Z2DA--657-24-110JB - FCA Replace Roofs on Buildings 1, 52, 53," which involves replacing the roofs on three buildings at the St. Louis Medical Center, Jefferson Barracks, MO. The primary objective of this procurement is to rectify deficiencies identified in Facility Condition Assessment Reports by completely demolishing and removing the existing roofing systems and installing new roofing components, including deck insulation and membrane systems, as specified in the contract documents. This project is crucial for ensuring the medical center can continue to provide high-quality care to veterans, with a construction cost range estimated between $1,000,000 and $5,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must be registered in the System for Award Management (SAM) and the Veteran Small Business Certification (VetCert) to participate, with the solicitation package expected to be available by December 30, 2025, and proposals due around January 27, 2026. For further inquiries, contact Maria G. Hoover at maria.hoover@va.gov or 913-946-1143.
    C1DA--596-26-106 Renovate & Repair B-28 Ground for SPS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the renovation and repair of Building 28 Ground for SPS at the Lexington VA Health Care System in Kentucky. The project involves approximately 4,500 square feet of renovations, including modifications to the floor plan, finishes, and addressing Facility Condition Assessment deficiencies, while ensuring compliance with the building's status as a Historic Asset on the National Registry. Interested firms must submit their SF330 qualifications by January 31, 2026, at 2:00 PM EST, as this opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses. For further inquiries, contact Robert Glenn Jr. at (615) 225-3413 or via email at robert.glenn2@va.gov.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Veterans Affairs, Department Of
    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
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a roof repair project at Building 114 of the Hampton VA Medical Center in Hampton, Virginia. The project involves addressing leaks by repairing the flat roof over the sunroom and office, as well as the second-floor cornice work and standing seam roofing areas, with all necessary labor, materials, and equipment to be provided by the contractor. This procurement is critical for maintaining the integrity of the facility, ensuring a safe environment for veterans receiving care. Interested contractors must submit their bids by January 26, 2026, following a mandatory site visit on January 7, 2026, with the project magnitude estimated between $100,000 and $250,000. For inquiries, contact Contract Specialist Gina C. Moriarty at Gina.Moriarty@va.gov.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    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.
    Y1DA--549-SL-161 NRM Main Entrance Sidewalk/Driveway Repair Garland
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Main Entrance Sidewalk/Driveway Repair project at the Garland VA Medical Center in Texas. The project involves using polyurethane foam to lift and stabilize sinking concrete sidewalks and driveways at the main entrance, addressing tripping hazards and applying joint sealants to prevent water infiltration. This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a NAICS code of 238110 and a small business size standard of $19.0 million, and the project's magnitude is less than $25,000. Interested parties should prepare for a Request for Quote (RFQ) expected around January 19, 2026, with responses due by February 16, 2026, at 10 AM Central Time; for further inquiries, contact Contract Specialist Eileen Myers at Eileen.Myers@va.gov or Contracting Officer Rhonda Richardson at Rhonda.Richardson5@va.gov.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center, with a project value estimated between $5 million and $10 million. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the contractor to provide all necessary labor, materials, and supervision to replace various types of windows while ensuring compliance with current energy efficiency standards and building codes. This project is critical for maintaining the operational integrity of the medical facility, which serves veterans, and emphasizes safety and regulatory compliance throughout the construction process. Interested parties must submit their proposals by January 22, 2026, and can direct inquiries to Contracting Officer Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.