The Department of Veterans Affairs is soliciting quotes for the "Repair FTD Building Envelope" project at the Cincinnati VAMC. This project, identified by Solicitation Number 36C25026Q0047, involves structural and waterproofing renovations to the Fort Thomas Domiciliary penthouses (approximately 700 linear feet) and the front patio accent wall (approximately 870 square feet). The work includes demolition, structural reinforcement, waterproofing, lightning protection system installation, and aesthetic restoration. The performance period is 122 calendar days from the Notice to Proceed. This is a Firm-Fixed-Price contract under NAICS code 236220 with a size standard of $45 million. Eligibility requires certification as a Service-Disabled Veteran-Owned Small Business (SDVOSB/VOSB) and submission of a certificate of compliance for limitations on subcontracting. Quotes are due by January 7, 2026, at 1630 EST via email to samuel.galbreath@va.gov. A site visit is scheduled for December 10, 2025, at 8 AM. Alternative payment protections apply, and no bid guarantee is required.
This Presolicitation Notice details Project 539-25-509, "Repair FTD Building Envelope," for the Department of Veterans Affairs. The project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves infrastructure upgrades at the Cincinnati VA Medical Center. Key work includes repairing the degrading parapet roof with waterproofing and structural repairs (700 LF focus), integrating a lightning protection system, and restoring the front patio accent wall (870 sq. ft.). The estimated construction magnitude is between $25,000 and $100,000, with a performance period of 122 days. The solicitation, under NAICS 236220, is expected to be issued around November 26, 2025. Contact Samuel Galbreath at samuel.galbreath@va.gov for inquiries. This notice is not a request for proposal; all necessary information is contained within.
The Pre-Award Contractor Safety and Environmental Record Evaluation Form is a crucial document for Solicitation # 36C25026Q0047, designed to assess a contractor's safety and environmental compliance. It requires detailed information from the past three years, including OSHA 300 Forms data on man-hours, cases involving days away from work or restricted activity, and DART rates. Contractors must also disclose any serious, willful, or repeat OSHA violations and provide explanations. The form requests the company's NAICS Code, details on who administers their Safety and Health Program, and their Insurance Experience Modification Rate (EMR). This evaluation ensures that potential contractors meet stringent safety and environmental standards before being awarded a government contract, aligning with federal procurement requirements.
The Department of Veterans Affairs, Network Contracting Office (NCO) 10, has issued a Request for Information (RFI) under project number 36C25026Q0047, titled "Repair FTD Building Envelope." The project, located at the Cincinnati VAMC, 3200 Vine St, Cincinnati OH 45220, pertains to the repair of the building envelope for project 539-25-509. The RFI is being handled by Contract Specialist Samuel Galbreath, and any responses or inquiries will be addressed via amendment(s). The document solicits information related to this construction and repair effort.
VAAR 852.219-75 outlines the Department of Veterans Affairs (VA) policy on limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). This clause, applicable to federal government solicitations, requires offerors to certify compliance with specific subcontracting limits based on the contract type. For services, contractors cannot pay more than 50% of the government-paid amount to non-certified SDVOSB/VOSB firms. General construction contracts limit this to 85%, while special trade construction contractors are capped at 75%. The cost of materials is excluded for construction contracts. The regulation emphasizes that false certifications can lead to severe criminal, civil, or administrative penalties. The VA reserves the right to request documentation to verify compliance and may impose sanctions, including referral to the Suspension and Debarment Committee, fines, or prosecution, for non-compliance or bad faith actions. Offerors must complete and submit a formal certification for their bid to be considered eligible for award.
VHA Directive 1192.01 establishes a mandatory seasonal influenza vaccination program for all Veterans Health Administration (VHA) health care personnel (HCP). This policy aims to prevent influenza transmission within VHA facilities, protecting vulnerable patient populations. All HCP must receive an annual vaccination or obtain an exemption for medical or religious reasons. Those with exemptions are required to wear a face mask during influenza season. Non-compliance may lead to disciplinary action, including removal from federal service. The directive outlines responsibilities for various VHA offices and personnel, from the Under Secretary for Health to individual HCP, ensuring program implementation, oversight, and reporting. This reinforces VHA's commitment to public health and patient safety.
The Department of Veterans Affairs (VA) Cincinnati VA Medical Center is undertaking a project to repair the building envelope of Building 64 at its Fort Thomas Domiciliary. This project involves general construction, including roofing removal and rehabilitation, and masonry repairs. The contractor must adhere to strict safety, security, and operational requirements, including site preparation, compliance with VA security programs, and controlled access. Key aspects include a detailed security plan, restricted photography, key control, and careful document management. The contractor is responsible for utility management, preventing service interruptions, and coordinating work to minimize disruption to the Medical Center. Comprehensive photographic documentation of construction progress and conditions is mandated. Submittal procedures for shop drawings, product data, and samples are outlined, with a 15-business-day review period for the VA. A warranty management plan, performance bonds, and a pre-warranty conference are required to ensure accountability for defects, with specific response times for different priority levels of warranty service. The use of temporary utilities and equipment, including elevators, is subject to approval and strict conditions, with the contractor responsible for any damage or excessive wear.
The document, likely part of a government Request for Proposal (RFP) or a similar procurement document, pertains to repair work and lightning protection for penthouses at "FT. THOMAS." The file includes a partial view of a penthouse, indicating that the scope of work involves both the structural integrity and safety mechanisms of these rooftop structures. This suggests a project focused on infrastructure maintenance and safety upgrades for federal, state, or local government facilities.