Y1DZ--Construct Inpatient Pharmacy West Haven Minor Construction 689-411
ID: 36C77624B0030Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC HEALTH INFORMATION (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER HOSPITAL BUILDINGS (Y1DZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the construction of a new Inpatient Pharmacy at the West Haven VA Medical Center in Connecticut, designated as Project Number 689-411. This project involves a two-story addition to the existing facility, with the first floor dedicated to the pharmacy and the second floor housing mechanical systems, requiring comprehensive site preparation, demolition, and adherence to strict safety and regulatory standards. The initiative is crucial for enhancing healthcare services for veterans, with a contract value estimated between $20 million and $50 million, and a performance period of approximately 730 calendar days from the issuance of the Notice to Proceed. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids electronically by September 25, 2024, and direct any inquiries to Contract Specialist Doniver G. Hamilton at Doniver.Hamilton@va.gov or Contracting Officer Dean Flanders at dean.flanders@va.gov.

    Point(s) of Contact
    Doniver G. HamiltonContract Specialist
    (216) 447-8300
    Doniver.hamilton@va.gov
    Files
    Title
    Posted
    The document outlines a federal solicitation for construction services by the Department of Veterans Affairs for a new inpatient pharmacy at the West Haven VA Medical Center in Connecticut. This project, designated as a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves extensive site preparation, demolition of existing structures, and construction of a two-story addition. The contractor will be responsible for hazardous material remediation, including asbestos and lead paint. With a project magnitude between $20 million and $50 million, the contract is subject to a firm-fixed-price payment structure. Key requirements include submission of bids electronically by September 25, 2024, with a mandatory site visit on September 5, 2024. Contractors must complete various forms, including representation certifications and bid guarantees, to ensure compliance with federal regulations. The solicitation emphasizes equal employment opportunities and requires adherence to environmental regulations, notably for construction materials and labor sourcing. The selection process will favor bids demonstrating financial responsibility and compliance with specified guidelines while prioritizing factors such as cost-efficiency and project scope in the evaluation of offers, potentially securing bids based on available funding.
    The document outlines the layout and functional areas of the VA Connecticut Healthcare System's West Haven Campus. It includes a comprehensive building directory and various parking details for patients, staff, and visitors. Key elements noted in the document are designations like reserved handicap parking, valet drop-off areas, and ongoing construction sites. The directory categorizes buildings, such as the Blind Rehabilitation Service Center, Learning Based Recovery Center, and Outpatient Clinics, providing specific building numbers for easy navigation. The inclusion of transportation stops, such as CT Transit and Yale Shuttle, is aimed at improving access for the public and staff. This structured information is significant for enhancing visitor experience, facilitating efficient movement within the campus, and ensuring compliance with federal standards for healthcare facilities.
    The document outlines the requirements and expectations for constructing a new inpatient pharmacy for the Veterans Affairs (VA) in West Haven, CT, emphasizing compliance with various federal, state, and local codes, including multiple NFPA standards. Key responsibilities assigned to the contractor include verifying existing site conditions, coordinating work sequences, maintaining fire and smoke-rated assemblies, and rigorously adhering to a project schedule with weekly updates. Specific guidelines mandate that all construction meet stringent safety and equipment installation standards, particularly for fire protection systems, including sprinkler design and hydraulic calculations. The contractor must submit comprehensive O&M manuals at project completion and turn over as-built drawings to the architect/engineer. Notably, deductive alternates are highlighted for cost adjustment related to structural components, showcasing the project’s flexibility in design adjustments. This document underscores the VA's commitment to safety, quality, and regulatory compliance while modernizing critical healthcare facilities.
    The document outlines the implications of federal, state, and local tax laws for contractors working on projects connected to the U.S. Department of Veterans Affairs (VA) in Connecticut. It emphasizes that, as per Conn. Gen. Stat. Ann. 12-412, the U.S. government is tax-exempt when acquiring tangible property. Consequently, contractors engaged in construction contracts with tax-exempt entities can purchase materials necessary for the project without incurring state sales tax, provided the materials remain part of the VA's real estate after completion. To benefit from this exemption, contractors must complete CERT-141, the "Contractor’s Exempt Purchase Certificate," and maintain records to substantiate their tax-exempt purchases. Furthermore, all bids submitted in response to this solicitation are expected to account for this tax exemption, meaning no state sales tax should be included in their proposals for materials intended for incorporation into VA properties. This guidance is essential for compliance with tax regulations while ensuring cost-effectiveness in federal projects.
    This document addresses the implications of FAR 52.229-3, specifically concerning federal, state, and local taxes relevant to construction materials in RFPs. It underscores the necessity for offerors to incorporate all state and local sales or use taxes into their bid or proposal pricing. The responsibility of accounting for all applicable taxes rests solely with the offeror, and the government will not benefit from any tax exemptions typically available under state law. Furthermore, the document clarifies that contractors will not be treated as government agents for tax exemption purposes, nor will they be permitted to use any tax exemption available to the government in relation to this procurement. These stipulations are critical for ensuring that bids correctly reflect total project costs without reliance on potential tax reliefs. This guidance is aimed at maintaining transparency and adherence to regulations within the bidding process for government contracts.
    The VA Notice of Limitations on Subcontracting outlines the compliance requirements for Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) contractors under 38 U.S.C. 8127. It mandates that contractors for general construction cannot subcontract more than 85% of the government contract payment to firms not certified as SDVOSBs or VOSBs. The document emphasizes that the contractor is subject to significant legal and financial penalties for any misrepresentation in this certification, including criminal prosecution and potential fines. Furthermore, contractors must submit relevant documents for review by the Department of Veterans Affairs (VA) to ensure adherence to these subcontracting limitations. The document also requires that the offeror signs a certification affirming compliance, which must accompany their bid, as non-compliance may result in disqualification from the bidding process. Overall, this document reinforces the VA’s commitment to supporting veteran-owned businesses while regulating their subcontracting practices.
    The document is a detailed Estimate Worksheet for a construction program associated with the Department of Veterans Affairs. It outlines various divisions of work relevant to the project, including concrete, masonry, metals, and utilities, with sections for estimating labor and material costs under each division. Each section highlights quantities, units, and pricing, while also accommodating additional calculations for overhead, profit, and bonds. The purpose of this document is to provide a systematic approach for estimating costs related to construction efforts within the VA framework, ensuring that all necessary elements are considered before project initiation. By assigning cost estimates to specific construction divisions, the VA aims to maintain transparency, accountability, and compliance with federal regulations during the procurement process. The structure is organized into multiple sheets, referencing various divisions of construction work, and facilitates detailed cost analysis critical for federal RFPs and grants. This breakdown serves as a foundation for budgeting and securing the necessary funding for each facet of the construction project, reflecting the VA's commitment to improving its facilities effectively while adhering to specified design and cost management protocols.
    The document provides a wage determination for construction projects in New Haven County, Connecticut, under the Davis-Bacon Act, reflecting the minimum wages that contractors must pay their workers. It is specifically applicable to building construction, excluding residential properties. The latest revision on August 9, 2024, establishes wage rates for various roles, including electricians, carpenters, and plumbers, often differentiated by skill levels. The document also incorporates the requirements from Executive Orders, stating minimum wage rates contingent upon the contract award date. For contracts initiated on or after January 30, 2022, workers must be compensated at least $17.20 per hour, whereas older contracts have different wage benchmarks. Additional protections under Executive Orders concerning paid sick leave are highlighted, ensuring employees receive adequate leave under specified conditions. The document describes the process for wage determination appeals, indicating channels for interested parties to request reconsiderations or appeals. This wage determination serves as a guide for compliance with federal labor standards in local construction projects, bolstering worker protections and fair wages in government contracts.
    The document outlines a site visit sign-in sheet for a Request for Proposal (RFP) associated with the construction of a new inpatient pharmacy at the West Haven Veterans Affairs Medical Center (VAMC) in Connecticut. The site visit is scheduled for September 5, 2024, at 9:00 AM EST. Although the file primarily includes placeholders for participant names, company titles, email addresses, and phone numbers, it indicates active engagement from various stakeholders interested in the project. This RFP represents a significant step in enhancing healthcare facilities for veterans, focusing on the modernization of their medical services. The inclusion of a site visit hints at the competitive bidding process where interested contractors will inspect the location prior to submitting their proposals. Overall, the document serves to facilitate coordination for the construction initiative while emphasizing the federal commitment to improving veteran healthcare infrastructure.
    The document outlines the solicitation and technical queries related to the construction of a new inpatient pharmacy at the West Haven VA Medical Center in Connecticut. It includes a series of questions submitted by contractors and the corresponding government responses, confirming specifications for materials, construction standards, project phasing, responsibilities, and compliance with various regulatory requirements. Key topics addressed include the structure’s fire resistance ratings, telecommunications infrastructure, contractor obligations, and the project's duration, which is confirmed to be 730 calendar days. Additionally, the document emphasizes adherence to the Buy American Act and details requirements for contractor qualifications in specialized areas, such as telecommunications and firestopping. The process is framed within the context of a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, highlighting specific bid requirements and bond conditions. This comprehensive set of inquiries and responses ensures clarity for potential bidders, supporting the project's successful execution while adhering to federal and local compliance standards.
    The document provides details regarding the bid opening for solicitation 36C77624B0030, scheduled for September 25, 2024, at 1:30 PM EST. Interested participants can join via phone at 1-205-235-3524 with a Conference ID of 597 944 024#, or through a Microsoft Teams link provided in the text. Attendees are encouraged to log in early to resolve any connectivity issues. For further inquiries, contact persons Doniver G. Hamilton, Contract Specialist, or Megan B. Johnson, Procurement Technician, via their respective emails. This notice serves to inform vendors about the bid process in alignment with federal procurement practices, ensuring clarity and open communication during the solicitation process.
    The document outlines the requirements for the construction of safety tie-backs as part of the New Inpatient Pharmacy project (Project #: 689-411). It encompasses the design, fabrication, and installation of safety tie-backs required for general building maintenance and window cleaning operations. The safety tie-backs must be anchored to the roof structure and include signage and instructional materials for safe usage. Key components include stringent manufacturer and installer qualifications, adherence to OSHA standards, and compliance with New York State regulations. The system is to be designed for substantial load capacities (5,000 pounds minimum per anchor) and should be made of specified materials such as stainless steel and structurally appropriate components. Submittals are mandated, including shop drawings, manufacturer warranties, and operational procedures for equipment use. There is an emphasis on quality assurance and warranty provisions to safeguard performance standards. Moreover, the document stipulates installation procedures, inspection requirements, and compliance with design criteria to ensure structural integrity and safety standards. This project is integral to enhancing the operational safety and maintenance accessibility of the pharmacy facility, reflecting adherence to regulatory frameworks typical of government RFPs and grants.
    The VA Connecticut Healthcare System is initiating a construction project to build a new two-story inpatient pharmacy on the West Haven Campus, identified as project number 689-411. The contractor is tasked with complete site preparation, including demolition and construction, expected to take 730 days. The project features a first floor dedicated to the pharmacy and a second floor for mechanical systems. Key services include the removal of hazardous materials, civil site work, electrical installation, and mechanical systems that must integrate with existing ones. Safety and infection control are paramount, following VA guidelines for construction within healthcare settings; adherence to HIPAA and compliance with architectural accessibility standards is required. Additional appendices outline infection prevention measures, data protection protocols, and records management standards that contractors must follow. The overall aim is to ensure a comprehensive and functional facility while maintaining operational security and minimizing disruptions to healthcare services. This project represents the VA's ongoing commitment to modernizing its facilities and improving patient care.
    The document outlines the parking facilities and building directory for the VA Connecticut Healthcare System's West Haven Campus. It includes detailed information regarding various parking lots, including reserved and valet options, and highlights areas undergoing construction. The directory provides a comprehensive list of buildings and services such as administrative offices, patient care facilities, and specialized centers like the Blind Rehabilitation Service Center and National Telemental Health Center. Additionally, it indicates shuttle stops for public transportation options like CT Transit and Yale Shuttle, ensuring easy access for patients, staff, and visitors. This information supports compliance with transportation and accessibility requirements, essential for the facility's operations and adherence to federal guidelines concerning veteran healthcare services. Overall, the document serves to inform and facilitate movement within the campus while providing essential service details for users of the facility.
    The document details the wage determinations applicable to construction projects in Connecticut under the Davis-Bacon Act, specifically for highway construction. It provides wage rates for various labor classifications such as bricklayers, carpenters, electricians, and laborers, along with modifications reflecting updates in wage standards as of September 13, 2024. The document highlights the requirement for contractors to pay at least the specified minimum wage rates based on the type of work, the county, and corresponding regulations, including Executive Orders on wage provisions. It emphasizes compliance with federal wage standards, detailing specific conditions for contracts awarded after January 30, 2022, which require higher minimum pay rates. The summary also outlines provisions for employee sick leave mandated under Executive Order 13706 and the proper channels for appeals related to wage determinations. This document serves as a guideline for federal and state contractors, ensuring adherence to labor laws and fostering fair pay practices in public construction projects.
    The VA Connecticut Healthcare System plans to construct a new inpatient pharmacy under Project Number 689-411, focused on expanding existing facilities to meet current healthcare standards. The project involves a two-story addition adjacent to the current structure, addressing existing deficits in pharmacy space necessary to support various clinical operations. The project will utilize steel framing and reinforced concrete, with foundation systems designed to accommodate the unique geotechnical conditions identified in the area—specifically, challenging fill materials above glacial till and schist bedrock. A comprehensive geotechnical investigation was conducted, revealing unsuitable existing fill materials and the need for proper site preparation and earthwork before foundation construction. Recommendations for managing these materials include proper removal, replacement with structural fill, and ensuring effective drainage to avoid foundation problems. The project emphasizes compliance with broader VA standards and sustainability practices, underlining the commitment to providing quality healthcare facilities. Careful planning and execution will ensure that the new pharmacy meets the essential demands of patient care and operational efficiency.
    The VA Connecticut Healthcare System has issued a Request for Proposals (RFP) for the construction of a new inpatient pharmacy, identified as Project Number 689-411. The project manual, prepared by Triple C - The A/E Group, outlines the requirements for bidders, including various sections that cover general requirements, existing conditions, specific divisions related to construction materials, safety guidelines, and quality control. It emphasizes comprehensive design and compliance with federal standards relevant to healthcare construction. The manual's detailed structure includes a table of contents enumerating the sections from special sections, general requirements, and divisions addressing concrete to HVAC systems, ensuring all aspects of the construction adhere to stringent safety and quality protocols. The RFP encourages proposals that focus on innovation, sustainability, and efficiency, reflecting the VA's commitment to modernizing healthcare facilities while ensuring they meet the necessary regulatory standards and enhance overall patient care.
    The West Haven VAMC is initiating a project to construct a new Inpatient Pharmacy at 950 Campbell Avenue, West Haven, CT. This project encompasses the construction of a two-story addition connected to an existing building, where the first floor will house the new pharmacy and the second floor will contain related mechanical spaces. The planned facility will feature multiple areas, including drug storage, patient care zones, and administrative offices. Key requirements include demolition and removal of existing elements, along with third-party inspections for compliance with safety and regulatory standards. The construction timeline is estimated at 730 days, with an emphasis on minimizing disruptions to existing operations and maintaining accessibility. A range of deductive alternates is outlined, providing flexibility for cost adjustments. Notably, the project mandates strict adherence to environmental safety regulations, ensuring the absence of lead paint and asbestos in the design. Furthermore, the contractor is accountable for managing hazardous materials and ensuring compliance with infection control standards. This initiative underscores the VA's commitment to enhancing healthcare facilities for veterans while adhering to rigorous safety and design guidelines.
    The document outlines the plans for a construction project at the VA hospital located at 950 Campbell Avenue, West Haven, CT, focusing on the construction of a new inpatient pharmacy. It includes detailed civil site survey plans, demolition plans, grading plans, and utility plans as provided by the engineering group, Triple C. Essential components of the project are highlighted, including the limits of construction, contractor fencing, staging areas, and the necessity for rigorous utility verification prior to construction to prevent service interruptions and damages. The plans incorporate necessary excavation, utility line installations, and adjustments to ensure compliance with applicable regulations and VA standards. Special attention is given to the proper handling and verification of existing utilities, safety measures, and environmental considerations throughout the project. The document emphasizes the importance of coordination with various stakeholders, adherence to legal requirements, and the necessity for the contractors to secure relevant permits before any construction activities commence. This comprehensive approach aims to ensure a seamless construction process while maintaining safety, efficiency, and regulatory compliance.
    The document outlines essential construction guidelines and requirements for a project involving the construction of a new inpatient pharmacy for the U.S. Department of Veterans Affairs. It establishes general conditions, responsibilities of contractors, compliance with local regulations, and construction standards. The contractor is required to adhere to detailed structural specifications, including foundation design, concrete work, and steel framing. Special attention is given to the coordination of various trades, inspection requirements, and the need for deferred submittals for certain components like metal stairs and precast concrete. The document emphasizes the importance of safety measures and quality control throughout the construction phases, including minimizing risks and maintaining structural integrity. Furthermore, it incorporates design criteria for various loads (e.g., live, snow, and wind) and promotes compliance with building codes and standards. Overall, this guideline serves as a comprehensive framework to ensure that construction activities meet stringent quality, safety, and regulatory standards, making it vital for effective project execution and management in federal contracting contexts.
    This document details the construction and renovation plans for a new Inpatient Pharmacy at the Veterans Affairs facility located at 950 Campbell Avenue, West Haven, CT. It includes architectural symbols, drawing references, and general notes that outline project specifications, such as ensuring access to fire exits during construction, field verification of existing conditions, and coordination among subcontractors. Key aspects of the project involve demolition of existing structures, careful management of existing utilities, and adherence to fire and smoke containment protocols. Various construction limits, architectural features, and necessary materials are specified, emphasizing safety and compliance with VA standards. The project aims to improve facilities while ensuring minimal disruption to ongoing operations. Overall, strict attention to detail and coordination across disciplines is necessary for the successful completion of the Inpatient Pharmacy renovation.
    The document outlines the interior finish specifications and guidelines for the construction of a new inpatient pharmacy facility at the VA located at 950 Campbell Avenue, West Haven, CT. It provides detailed information on the types of materials to be used including paints, flooring, and wall coverings. The specifications include color codes, manufacturers, and alternatives for finishes, emphasizing low-VOC materials and consistency throughout the project. Additionally, it highlights deductive alternates for cost savings, detailing potential reductions in square footage for storage, conference, locker, and office spaces. Important notes regarding installation guidelines, transitions between different flooring types, and adherence to fire safety codes are included to ensure compliance with broader building standards. The document serves as a comprehensive guide for contractors and architects, ensuring that all finishes comply with VA requirements while enhancing both function and aesthetics in the new facility.
    Amendment 0001 to solicitation number 36C77624B0030, administered by the Department of Veterans Affairs, serves to extend the deadline for receipt of offers and includes important updates following a site visit at the West Haven VA Medical Center. The amendment emphasizes the need for bidders to acknowledge receipt of the amendment by a specified method, such as returning copies or confirming on offer submissions. Additionally, the amendment introduces the site visit sign-in sheet as Attachment A16, which records attendance on September 5, 2024. The document reiterates that while changes have been made, all other terms and conditions remain unchanged and enforced. This amendment is a key administrative step to ensure transparency and compliance in the solicitation process for contractors interested in working with the Veterans Affairs program.
    The document details Amendment 0002 to solicitation number 36C77624B0030 issued by the Department of Veterans Affairs for the construction of a new Inpatient Pharmacy at the West Haven VAMC. The amendment extends the deadline for responses and incorporates various essential documents as attachments, including government responses to technical questions, bid opening details via Microsoft Teams, a safety specification that was previously omitted, a campus plan for contractor lot locations, and updated wage determinations. Key attachments include RFI responses, bid opening information, safety tie backs, the West Haven campus map, and current wage rates. The changes aim to ensure clarity, compliance, and accessibility for bidders. The effective date for these amendments is set for August 26, 2024, with a bid opening scheduled for September 25, 2024, at 1:30 PM EST.
    Lifecycle
    Similar Opportunities
    Z1DA-- Construction Renovate Outpatient Pharmacy and HVAC, Mather 612A4-19-016
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of the outpatient pharmacy and HVAC systems at the VA Northern California Healthcare System in Mather, California. This project aims to upgrade the existing pharmacy space to enhance operational efficiency and workflow, addressing critical deficiencies in plumbing and mechanical systems while providing a state-of-the-art facility for patient care. The anticipated contract value is between $5 million and $10 million, with a performance period of approximately 426 calendar days from the notice to proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must be registered in the System for Award Management (SAM) and verified by the SBA's VetCert program, with proposals due following the solicitation release on or about August 29, 2024. For further inquiries, contact Rosario Chaidez at Rosario.chaidez1@va.gov or call 916-923-4548.
    C1DZ-A/E Design-Expand Pharmacy-Providence, RI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer (A/E) firms to provide design services for the expansion of the Outpatient Pharmacy at the VA Medical Center in Providence, Rhode Island. The project aims to enhance patient safety and optimize pharmacy services by adding approximately 3,600 square feet of new space and renovating an additional 5,500 square feet of existing pharmacy facilities, thereby improving workflow and reducing wait times. This initiative underscores the federal government's commitment to improving healthcare infrastructure while adhering to strict regulatory standards. Interested contractors must submit a capabilities statement electronically by September 24, 2024, with the estimated construction cost ranging between $5 million and $10 million and plans for advertising the project in November 2024. For further inquiries, contact Heather E. Holland at heather.holland3@va.gov or Dean Flanders at dean.flanders@va.gov.
    Z1DA--607-22-101 Renovate Inpatient Ward 7B (VA-25-00007172)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of Inpatient Ward 7B at the William S. Middleton Memorial VA Hospital in Madison, Wisconsin, under project number VA-25-00007172. This project, with a budget ranging from $5 million to $10 million, aims to modernize hospital facilities while ensuring compliance with federal regulations and prioritizing participation from service-disabled veteran-owned small businesses (SDVOSB). The renovation will encompass comprehensive upgrades across various construction disciplines, including architectural, mechanical, and electrical systems, to enhance patient care environments. Interested bidders must submit their proposals electronically by 12:00 PM local time on October 11, 2024, and can direct inquiries to Contracting Officer John J Meyers at john.meyers2@va.gov.
    Z1DA--608-23-133, Third Floor Lab Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the construction of a third-floor laboratory at the Manchester VA Medical Center in New Hampshire, designated as project number 608-23-133. This project involves a comprehensive renovation of approximately 7,800 square feet, including upgrades to mechanical, electrical, and plumbing systems, as well as compliance with safety and health regulations, particularly concerning hazardous materials. The successful contractor will be responsible for adhering to strict safety protocols and coordinating various trades throughout the construction period, which is set for 300 calendar days. Interested bidders must submit their proposals electronically by September 19, 2024, and can direct inquiries to Contract Specialist Anthony Prou at anthony.prou@va.gov.
    Z2DA--506-21-705 EHRM Infrastructure Upgrades - Ann Arbor, MI - Construction (VA-25-00001864)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is planning a significant upgrade to the Electronic Health Record Modernization (EHRM) infrastructure at the Ann Arbor VA Medical Center. The VA aims to contract a single firm for this Firm-Fixed-Price construction project. The primary scope of work involves general contracting services for demolition, site preparation, and construction. This includes comprehensive services across architectural, fire protection, plumbing, mechanical, electrical, and telecommunication systems. The VA intends to issue an Invitation for Bid (IFB) for this service-disabled veteran-owned small business (SDVOSB) set-aside project in mid to late September 2024. The bid process will be conducted in accordance with FAR Part 14, with evaluations based on criteria that will be specified in the solicitation. It is estimated that the contract value will fall between $10 million and $20 million, and the project is expected to be completed within approximately 730 days from the issuance of the Notice to Proceed. Interested parties should prepare their bids according to the upcoming solicitation, which will outline key dates and evaluation processes. All questions should be directed to the issuing office via email, as telephone inquiries will not be accepted. The VA encourages potential bidders to carefully review the upcoming solicitation documents for all relevant details and instructions.
    Y1DA-- 650-345 Expand and Renovate Space for New MRI (VA-25-00001326) (VA-25-00001326)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Firm-Fixed-Price contract to expand and renovate space for a new MRI at the Veterans Affairs Medical Center located in Providence, Rhode Island. The project involves comprehensive site preparation, including demolition, construction, and installation of various systems such as HVAC, electrical, plumbing, and fire safety, with work expected to occur outside of normal operating hours due to the facility's 24/7 status. This construction initiative is crucial for enhancing medical services provided to veterans, with a contract value estimated between $10 million and $20 million. Interested small businesses must submit inquiries in writing to both Contract Specialist Kathryn Allison and Contracting Officer Dean W. Flanders, with the solicitation anticipated to be issued around October or November 2024.
    655-20-202 Atrium Renovation Bldg 22
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a comprehensive renovation of the atrium in Building 22 at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan. The primary goal is to enhance the atrium's functionality, aesthetics, and safety while ensuring the medical center remains fully operational during the construction process. Opportunity Overview This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, seeks to procure construction services for interior and exterior upgrades. The VA aims to award a firm-fixed-price contract with an estimated value of $45 million. Scope of Work The scope of work is divided into two phases and encompasses general construction, architectural adjustments, mechanical and electrical work, and finishes. Phase 1 includes: Installing exterior construction barriers and a gate Constructing temporary walls Selective demolition of existing interior elements Building an exterior canopy, sidewalk, and repairing pavement Constructing new interior walls and architectural elements Phase 2 requires: Demolishing the temporary construction wall Removing and replacing all flooring finishes The project has strict deadlines, mandating completion within 120 days of the notice to proceed. Contractors must adhere to detailed plans and specifications outlined in drawings and documents. Key Requirements Contractors must comply with OSHA and EPA regulations, attend a mandatory site visit, and meet small business size standards. They are responsible for providing a detailed project schedule, adhering to phasing plans, and ensuring compliance with strict safety and security protocols. Additionally, the installation of a HILTI firestop system is a critical requirement to maintain the Joint Commission accreditation. Eligibility Criteria Applicants for this SDVOSB set-aside must be verified in the VetCert registry. The VA will prioritize contractors with strong safety records, past performance, and experience in construction projects. Funding and Contract Details The estimated funding available for this project is $45 million. The contract type is a firm-fixed-price contract, and the solicitation document is Solicitation No. 36C25024B0058. Submission Process Interested parties should submit their applications by the deadline on July 31, 2024, at 11:30 a.m. EDT. The submission process includes a mandatory bid guarantee and performance bonds. The VA encourages contractors to ask questions prior to the deadline, with responses provided via amendments. Evaluation Criteria The VA will evaluate applications based on several factors. The primary evaluators are the contractor's safety records, past performance, and price. Technical aspects, including the technical approach, experience, and cost effectiveness, will also be considered. Contact Information For further clarification or questions, interested parties can contact Christina Shockey at Christina.Shockey@va.gov. Important Dates Key dates include a site visit scheduled for July 9, 2024, and the submission deadline on July 31, 2024.
    Z2DA--Correct Fall Protection Deficiencies
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide construction services aimed at correcting fall protection deficiencies at the Clarksburg VA Medical Center in West Virginia. This project, identified as contract number 540-22-118, is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, with an estimated construction cost ranging from $500,000 to $1,000,000. The work will involve general construction and alterations to ensure compliance with safety standards, reflecting the VA's commitment to enhancing facility safety while supporting veteran-owned businesses. Interested contractors must be registered in the SBA Veteran Small Business Certification database and submit bids by November 6, 2024, with a pre-bid site visit scheduled for October 9, 2024, and a deadline for questions on October 16, 2024. For further inquiries, contact Adam Bradford, Contract Specialist, at Adam.Bradford1@va.gov or 304-255-2121 ext 4356.
    Y1DZ--FY25: NRM (PROJ: 548-CSI-144) DB Replace Fisher House - Site Prep
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for a Design-Build project titled "Replace Fisher House – Site Prep" at the West Palm Beach VA Medical Clinic. The project involves site preparation for approximately 0.5 acres, which includes obtaining necessary permits, conducting a topographic survey, and designing utility connections such as power, water, and IT systems. This initiative is crucial for enhancing facilities that support military families, with an estimated construction cost between $1 million and $5 million. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by September 20, 2024, and inquiries directed to Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or (813) 940-2788.
    Y1DA--Project Number: 561A4-21-101 Replace RF Unit Site Prep - Rm. 48 Lyons VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of the RF Unit and associated site preparation in Room 48 at the Lyons VA Medical Center in New Jersey, under Project Number 561A4-21-101. The project entails comprehensive construction tasks, including demolition, installation of new mechanical systems, plumbing, electrical work, and fire protection, all while ensuring minimal disruption to the facility's 24/7 operations. This initiative is crucial for modernizing healthcare technology and enhancing operational efficiency within the medical center. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their bids by October 8, 2024, following a pre-bid site visit on September 10, 2024, with an anticipated contract value between $500,000 and $1,000,000. For further inquiries, contact Contracting Officer Phillip D. Kang at Phillip.Kang@va.gov.