Tropical Bubble Wall
ID: 36C24W24Q0233Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, USA

NAICS

Other Building Finishing Contractors (238390)

PSC

BUILDING COMPONENTS, PREFABRICATED (5670)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a custom-designed Water Panel Bubble Wall System for the new Mental Health Outpatient Lobby at the VA Long Beach Healthcare System in California. The objective of this procurement is to enhance patient care through the installation of a visually appealing, fully self-sustained bubble wall that requires minimal maintenance, with the contractor responsible for all materials, installation, and a minimum one-year warranty. This project underscores the VA's commitment to supporting Service-Disabled Veteran-Owned Small Businesses, as it is set aside specifically for them under NAICS code 238390. Interested contractors should direct inquiries to Mika L. Gant at mika.gant@va.gov or call 972-708-0825, and must acknowledge receipt of the solicitation amendment prior to the offer deadline, with a delivery period of 60 days post-order receipt.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an amendment to a solicitation from the Department of Veterans Affairs (VA), specifically from the Regional Procurement Office West (RPOW). The primary purpose of this amendment is to incorporate responses to questions submitted by industry stakeholders concerning the solicitation. The document emphasizes the importance for bidders to acknowledge receipt of this amendment prior to the specified deadline for offers. It outlines multiple methods for acknowledgment, including completing specific items and returning copies or making reference in communication. Notably, the document also highlights that all other terms and conditions of the contract remain unchanged despite this amendment. This process reinforces TSA compliance and transparency, ensuring that potential contractors are informed and able to proceed with submissions accurately. The amendment is critical for maintaining the integrity of the procurement process and facilitating successful contract engagements for the VA.
    The document details a site visit conducted on September 10, 2024, regarding the installation of a bubble wall, providing insights and clarifications from a prospective vendor. Key discussions include water drainage methodology, confirming design elements like black steel finishes (which will be a black acrylic trim instead), and the installation of a stainless-steel kickboard, which will remain undisturbed post-installation. Height specifications for wall panels are clarified, with staggered placements outlined in an elevation drawing. An electricity requirement for a dedicated circuit and a remote-controlled on/off switch is also noted. The contracting specialist, Mika Gant, is mentioned as the point of contact for further inquiries. Overall, the document serves to communicate essential technical specifications and project management details in the context of the bubble wall project, ensuring all parties are aligned before contract finalization.
    The document outlines specifications for a retaining wall and associated panels, which appear to be part of a construction or renovation project indicated by a federal or local request for proposals (RFP). The key components include a 12-foot-wide by 2-foot-high retaining wall, accompanied by three panels with varying heights and consistent widths: Panel 1 is 4 feet wide by 10 feet high, Panel 2 is 4 feet wide by 8 feet high, and Panel 3 is 4 feet wide by 9 feet high. This detailed dimensioning suggests the project may involve site stabilization or landscaping enhancements. The proposal likely seeks qualified contractors to deliver the construction project, ensuring adherence to structural integrity and design standards as dictated by governmental guidelines. The clear articulation of specifications indicates a structured approach to project planning, emphasizing the importance of accurate measurements and compliance with safety regulations typical in government-funded initiatives.
    The Department of Veterans Affairs is soliciting proposals for a custom-designed Water Panel Bubble Wall System for the VA Long Beach Healthcare System's new Mental Health Outpatient Lobby. This contract aims to enhance patient care through a visually appealing installation that is fully self-sustained and requires minimal maintenance. The contractor is responsible for providing material, installation, and a minimum one-year warranty, ensuring compliance with specific dimensions, materials, and operational requirements for the bubble wall. Installation must include removing all shipping materials and coordinating with VA personnel for maintenance overview post-installation. The delivery period for the completed system is 60 days after receipt of the order. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses under NAICS code 238390, emphasizing the VA's commitment to support veteran-owned businesses. This document is structured in a detailed format including requisition details, a statement of work, clauses, and warranties, aligning with federal procurement strategies and ensuring regulatory compliance for government contracting.
    The document details a site visit conducted on September 10, 2024, by Kieran Jackson of Crew Industrial LLC regarding the installation of a bubble wall. Key inquiries focused on the project's execution, drainage, and design specifics. Water drainage will employ distilled water with minimal waste, channeled externally via a standard hose. The stainless-steel kickboard will remain undisturbed after installation, and the reported black steel finish will be a black acrylic trim instead. The bubble feature's lettering will be finalized in collaboration with the award winner post-contract. Additionally, wall panel heights are staggered according to provided elevation drawings, and the electrical setup necessitates a dedicated circuit with a remote-controlled on/off switch. For further queries, contracting specialist Mika Gant is the designated contact. This document exemplifies the attention to detail required in government RFP processes, ensuring clarity on specifications and responsibilities for prospective contractors. It underscores the importance of clear communication and thorough documentation in federal and state-level procurement activities.
    Lifecycle
    Title
    Type
    Tropical Bubble Wall
    Currently viewing
    Solicitation
    Similar Opportunities
    6910--Portable Audio and Visual Relaxation Station
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of Portable Audio and Visual Relaxation Stations to be supplied to the Lebanon VA Medical Center in Pennsylvania. This initiative aims to enhance the well-being of veterans by providing innovative audiovisual solutions that promote relaxation and wellness. The procurement falls under the Small Business Administration's total small business set-aside program, with a response deadline of September 18, 2024, at 1:00 PM Eastern Time. Interested vendors should direct inquiries to Contract Specialist McDaniel Brayboy at mcdaniel.brayboy@va.gov and are encouraged to monitor SAM.gov for the full solicitation, which is expected to be released around September 11, 2024.
    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.
    Z2DA--666 | 24-AP-4277 | 666-22-107 | Install Emergency Eyewashes in HACs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the installation of emergency eyewash stations in 24 Housekeeping Aid Closets (HACs) at the Sheridan VA Medical Center in Wyoming. The project aims to enhance safety measures by installing tempered, plumbed eyewashes while also making necessary electrical, plumbing, and storage improvements, all while adhering to strict infection control and safety protocols. This initiative is crucial for maintaining health and safety standards in active medical areas, ensuring compliance with federal construction regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by September 6, 2024, following a pre-proposal site visit scheduled for August 13, 2024; the estimated project cost ranges from $500,000 to $1,000,000. For further inquiries, contractors can contact Timothy R. Verburgt at Timothy.Verburgt@va.gov.
    7230--Window Treatment and Covering Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Window Treatment and Covering Services for the VA Greater Los Angeles Healthcare System. The procurement includes comprehensive tasks such as site verification, material assessment, measurement, procurement, transportation, and installation of window treatments, with a total award amount reaching up to $3 million over a base year and four option years. This initiative is crucial for enhancing the operational efficiency of healthcare facilities serving veterans, ensuring compliance with safety regulations and high service standards. Interested parties must submit written offers, including specification sheets, by September 18, 2024, at 12:00 PM PST, and can direct inquiries to Contract Specialist Israel Garcia at israel.garcia2@va.gov or by phone at 562-826-8000.
    J065-- Acute Care Bed Maintenance BPAs CO: Jeff Hansen
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the maintenance of acute care beds through Blanket Purchase Agreements (BPAs) as outlined in the solicitation titled "J065-- Acute Care Bed Maintenance." This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance. The services will be performed in Vancouver, Washington, and will exclusively cover government-owned beds, excluding any rented equipment. Interested parties should direct inquiries to Contract Officer Jeffrey Hansen at jeffrey.hansen2@va.gov, and must ensure timely acknowledgment of the amendment to avoid rejection of offers, as detailed in the accompanying amendment document.
    H945--DA Tank Magnetic Particle Testing
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide DA Tank Magnetic Particle Testing services at the Battle Creek VA Medical Center in Michigan. This procurement is set aside for Veteran-Owned Small Businesses (VOSB) and aims to ensure the quality and integrity of services supporting veteran health. The contract will be a Firm-Fixed Price agreement for a base term, with no options for additional years, and is expected to be solicited around September 16, 2024, with responses due by September 23, 2024, at noon Eastern Time. Interested contractors must be registered in the System for Award Management (SAM) and adhere to the NAICS Code 238220, with a size standard of $19 million; inquiries should be directed to Contract Specialist Margaret Thompson via email at margaret.thompson@va.gov, as phone calls will not be accepted.
    J045--Water System Testing and Maintenance | Hyperchlorination Service | 693 (VA-25-00006637)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide water system testing and maintenance services, specifically hyperchlorination, at the Wilkes-Barre VA Medical Center. The procurement involves a five-year Indefinite Delivery - Indefinite Quantity (IDIQ) contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a minimum contract value of $5,000 and a maximum of $325,000, based on task orders determined by estimated needs. This initiative is crucial for ensuring the safety and compliance of the water supply in healthcare facilities, particularly in preventing Legionella disease. Interested contractors must submit their quotations by 10:00 AM (EST) on September 24, 2024, and direct any inquiries to Contracting Officer Edward Ferkel at edward.ferkel@va.gov.
    A1 - S201--RFQ - Window Washing Services for Medical Center Houston
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for bi-annual window washing services at the Michael E. DeBakey VA Medical Center in Houston, Texas. The contract, designated as RFQ 36C25624Q1483, is specifically set aside for Veteran-Owned Small Businesses (VOSB) and requires vendors to be registered in the System for Award Management (SAM) and certified with the Small Business Administration (SBA). This procurement involves cleaning approximately 10,050 exterior windows of a six-story building, adhering to safety and operational standards, including OSHA guidelines. Quotes are due by September 24, 2024, with a contract term beginning October 1, 2024, and options to extend annually for up to four years. Interested vendors should contact Contract Specialist Shasta Britt at shasta.britt@va.gov or 713-794-8609 for further details.
    Master Fire Alarm and Suppression Inspection, Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Master Fire Alarm and Suppression Inspection, Repair, and Maintenance services at the Walla Walla Veterans Administration Medical Center. This five-year contract, with an estimated total funding of $47 million, aims to consolidate fire system inspection, testing, repair, and maintenance to ensure compliance with VA directives, National Fire Protection Association (NFPA) codes, and federal regulations. The services are critical for maintaining fire safety across 25 buildings and a water tower on the campus, as well as oversight of three leased clinics, thereby ensuring the protection of VA facilities and personnel. Interested parties should contact Craig Brown at craig.brown7@va.gov or call 360-696-4061 EXT 31504 for further details, with the contract set to commence on September 25, 2024, and four option years available.
    Z1DA--630-24-2-7865-0001 (630A4-17-520 Replace Pump Station and Controls (SA))
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a pump station and controls at the VA Community Living Center in St. Albans, NY, under Project Number 630A4-17-520. The project involves replacing six existing water booster pumps and associated controls, with a focus on reusing existing piping and ensuring compliance with safety and environmental regulations. This initiative is crucial for maintaining operational capabilities at the facility while enhancing the reliability of its water systems. Bids must be submitted via email to Contract Specialist Samantha Chavanga by 10:30 AM (EST) on September 18, 2024, with the bid opening scheduled for the same day at 11:00 AM (EST). Interested contractors should also be aware of the requirement to complete a "Buy American Certificate" and adhere to subcontracting limitations as outlined by the VA.