Z2DA--Montana VA Surgical Suite Floor Renovation Project: 436-24-121
ID: 36C25924R0122_1Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals for the Surgical Suite Floor Renovation project at the Montana VA Health Care System, specifically to replace the flooring in the surgical suite located on the second floor. The project involves removing approximately 4,000 square feet of existing vinyl sheet flooring and installing a new VA-approved high build glazed epoxy coating to enhance infection control and safety standards. This renovation is crucial for maintaining a sterile environment in healthcare facilities, ensuring compliance with regulatory guidelines. The estimated project cost ranges between $500,000 and $1,000,000, with proposals due by September 23, 2024, and a non-mandatory pre-bid site visit scheduled for August 29, 2024. Interested contractors should contact Contract Specialist Jesus A. Villegas at jesus.villega@va.gov or 303-712-5833 for further details.

    Point(s) of Contact
    Jesus A. VillegasContract Specialist
    (303) 712-5833
    jesus.villega@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for a construction project at the Montana VA Health Care System. The project, named the Surgical Suite Floor Renovation, involves removing existing vinyl flooring and installing a new high build glazed epoxy coating in the surgical suite. The estimated project cost ranges between $500,000 and $1,000,000, and it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Key requirements include a non-mandatory pre-bid site visit scheduled for August 29, 2024, and a submission deadline for proposals on September 23, 2024. Contractors must ensure registration in the System for Award Management (SAM) and must submit a bid guarantee as part of their proposal. The proposal evaluation will prioritize past performance over price, emphasizing the importance of timely execution, quality control, and adherence to stringent infection control standards. The overall goal is to enhance the facility while ensuring compliance with regulatory and safety guidelines.
    This document outlines the specifications for a high-performance decorative mortar flooring system made from epoxy resin and a polyurethane sealer. It details project conditions, related work, submittal requirements, quality assurance, and installation guidelines for contractors involved in installing resinous flooring. The flooring system includes necessary components such as primer, mortar base, grout coating, and top seal, emphasizing environmental compliance and quality standards. There are specified testing protocols for moisture and adhesion, and the document mandates engaging experienced installers while providing warranties for materials and workmanship. Furthermore, it outlines physical properties and chemical resistance of the flooring, ensuring durability in demanding environments, such as healthcare facilities. Proper substrate preparation, mockup approval, and detailed application procedures are integral to the successful installation of the flooring system. This comprehensive guideline demonstrates a commitment to high standards in flooring installation for government projects, particularly within VA facilities, reflecting an adherence to safety, quality, and environmental sustainability.
    The document provides a certification clause related to subcontracting limitations for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB) in the context of federal contracts with the Department of Veterans Affairs (VA). It establishes compliance requirements based on the North American Industry Classification System (NAICS) code, specifying that for service contracts, no more than 50% of the contract amount can be subcontracted to non-certified firms. In general construction, this limit is set at 85%, while for special trade contractors, it is 75%. The clause emphasizes that non-compliance can lead to severe penalties, including referral to the VA Suspension and Debarment Committee and prosecution under federal law. Offerors must provide documentation to demonstrate compliance during the contract period, and failure to provide such records may result in government action. In essence, this clause ensures that the primary contractors engage certified small businesses, fostering the participation of veteran-owned firms while establishing clear accountability for contract compliance.
    The Past Performance Questionnaire is designed for contractors to provide essential information regarding their contractual history and performance when responding to federal or state Requests for Proposals (RFPs) or grants. The document includes sections requiring contractors to detail their firm information, the nature of work performed (e.g., prime contractor or subcontractor), contract specifics, and project descriptions. Clients are prompted to evaluate the contractor’s past performance across various criteria, including quality, timeliness, cost management, safety, customer satisfaction, and overall effectiveness. The evaluation scales range from "Exceptional" to "Unsatisfactory" with opportunities for qualitative feedback regarding strengths, weaknesses, deficiencies, and general remarks. This structured approach ensures comprehensive assessment and acts as a decision-making tool for government entities when selecting contractors based on their past performance, ultimately aimed at enhancing project success and accountability in public contracting.
    The file outlines wage determinations related to building construction projects in Lewis and Clark County, Montana, under the Davis-Bacon Act. It specifies applicable minimum wage rates based on recent Executive Orders, requiring contractors to pay covered workers at least $17.20 per hour for contracts awarded after January 30, 2022, or $12.90 per hour for contracts awarded between January 1, 2015, and January 29, 2022. Various construction trades are listed, detailing their respective wage rates and fringe benefits, such as electricians, plumbers, and carpenters. Additionally, the document explains travel zones that affect labor rates based on proximity to the job site and outlines the appeals process for wage determination disputes. It emphasizes the importance of adhering to these wage rates to ensure fair pay and compliance with federal guidelines, which also include provisions for sick leave for contractors. This determination aims to protect labor standards and promote fair compensation in federally funded construction projects. Overall, it serves as a critical reference for contractors and subcontractors involved in public construction in Montana, ensuring they meet wage and labor regulation requirements.
    Lifecycle
    Similar Opportunities
    Z2DA | 436-20-118 | Ft. Harrison VAMC | Solicitation Amendment 0001 | Building 141 Exterior Stair Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of exterior stairs at the Fort Harrison VA Medical Center in Montana, specifically for Building 141. The project involves demolishing existing stair structures and constructing new concrete stairs with integrated heating systems, while preserving historical elements and ensuring compliance with infection control protocols. This renovation is crucial for enhancing accessibility and safety at the facility, with an estimated budget between $500,000 and $1 million. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Contract Specialist Mark A. Holland at Mark.Holland@va.gov.
    7220--PM&R/Prosthetics Flooring Phase 1 RFQ
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Quotation (RFQ) for the procurement and installation of luxury vinyl tile (LVT) flooring at the Baltimore VA Medical Center. The project entails the supply of 1,764.41 square feet of LVT, base materials, and the removal of existing damaged carpet, with installation required in various areas such as waiting rooms and offices by December 31, 2024. This initiative is part of the VA's commitment to enhancing healthcare environments for veterans, ensuring compliance with performance, durability, and environmental standards. Interested vendors should submit their quotes electronically to Contract Specialist Michael Jones at michael.jones16@va.gov by September 19, 2024, at 10:00 AM EST, and must adhere to wage determinations outlined in the Service Contract Act.
    Z2DA--Tier 4 CON NRM 668-CSI-009 Renovate C208G/F for IR/RF
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of rooms C208G and C208F at the Mann-Grandstaff VA Medical Center in Spokane, Washington, under project number 668-CSI-009. The objective of this procurement is to upgrade the facilities to support infrared/radio frequency operations, which includes significant structural modifications, HVAC installation, and compliance with safety standards. This renovation is crucial for enhancing the medical center's capabilities to provide efficient services to veterans. Proposals are due electronically by September 19, 2024, with an estimated project cost between $500,000 and $1,000,000. Interested contractors should direct inquiries to Contract Specialist Dennis R. Einarson at Dennis.Einarson@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.
    Z2DA--589-22-885 Expand Sterile Processing Service Space to Meet Requirements
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the project titled "Expand Sterile Processing Service Space to Meet Requirements" at the Kansas City VA Medical Center. This initiative aims to renovate approximately 18,000 square feet of space to enhance Sterile Processing Services, including significant alterations such as demolition, installation of new systems, and compliance with stringent safety and health regulations due to the active medical facility environment. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated contract value between $10 million and $20 million. Interested contractors must submit their proposals, including a safety plan and quality management documentation, by the specified deadlines, and can contact Contract Specialist David S. Sterrett at david.sterrett@va.gov for further information.
    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.
    Y1DA--Renovation and Expansion of SPS NRM Project 640-23-108
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the renovation and expansion of the Sterile Process Supply facility at the VA Palo Alto Healthcare System in California. The project aims to enhance functionality and compliance with VA standards by creating distinct areas for Sterile Processing Service and Supply Chain Service, ensuring effective workflow and safety in handling reusable medical devices. This initiative is critical for improving healthcare facilities and maintaining safety standards during construction, with an estimated project value between $10 million and $20 million. Interested parties must submit their qualifications and capability information to Contracting Officer Corey R. Kline at corey.kline3@va.gov by 12:00 PM PDT on September 19, 2024, in preparation for a Request for Proposal anticipated to be released in early November 2024.
    Z1DA--650-CSI-3516 Renovate Upgrade Angio OR Suite Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation and upgrade of the Angio Operating Room Suite at the Providence VA Medical Center in Rhode Island. The project involves comprehensive construction activities, including demolition, installation of new systems, and adherence to strict safety and infection control standards, with a completion timeline of 240 days from the notice to proceed. This initiative is crucial for enhancing healthcare infrastructure and ensuring optimal operational efficiency in providing care to veterans. Interested contractors should direct inquiries to Contract Specialist Kathleen I. Mills at kathleen.koseoglu@va.gov, with proposals due by January 31, 2024.
    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.
    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.