Industry Day Announcement for the VA's SORCC, White City, OR
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
  1. 1
    Posted Mar 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due May 3, 2025, 12:00 AM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is hosting an Industry Day for the Southern Oregon Rehabilitation Center and Clinics (SORCC) in White City, Oregon, focusing on the design-build solicitation for new construction and seismic upgrades. The project entails the construction of two new buildings (B300 and B301), renovation of an existing building (B201), and associated demolition, with an estimated cost between $100 million and $250 million. This initiative is crucial for enhancing the infrastructure and safety of veteran care facilities, ensuring compliance with current seismic standards and improving operational efficacy. Interested firms must RSVP by April 16, 2025, to participate in the virtual event scheduled for April 17, 2025, and can contact Nicole Adams at nicole.a.adams@usace.army.mil for further details.

Point(s) of Contact
Files
Title
Posted
The document lists companies that attended the White City SORCC Industry Day in April 2025, focusing on potential collaborations related to government requests for proposals (RFPs) and grants. The presence of multiple construction, engineering, and architectural firms suggests a strong interest in participating in federal and local projects. These firms range from prominent construction companies like Turner Construction and JE Dunn Construction to engineering consultants like HDR and Stantec Consulting Inc. This gathering emphasizes the government’s efforts to engage the private sector in upcoming projects, signifying a proactive approach to garnering expertise and resources for improving infrastructure and services. The diverse representation articulates the government's initiative to foster partnerships that enhance project viability and compliance with regional development needs.
The document outlines a Request for Proposal (RFP) for the design-build of new construction and seismic upgrades at the White City Veterans Affairs Southern Oregon Rehabilitation Center and Clinics. This RFP includes various appendices, each providing critical information necessary for prospective bidders. Key appendices contain a topographic survey, site plans, stormwater facility design, geotechnical reports, and detailed infrastructure assessments, which outline existing conditions and requirements for the project. The document emphasizes the need for seismic upgrades to ensure safety and compliance with current regulations. Additionally, the proposal includes standards for finishes and aesthetics, as well as responsibilities regarding technology integration, highlighting a structured approach to project development. These components collectively illustrate the federal government's commitment to enhancing facilities for veteran care while ensuring adherence to environmental and safety standards. Overall, the RFP aims to involve firms in creating a modern, safe infrastructure for veteran rehabilitation services.
The document outlines a Request for Proposal (RFP) for construction work at the U.S. Department of Veterans Affairs facility in White City, Oregon. It includes details on existing site conditions, utility structures, parking and laydown areas, and construction requirements. The primary goal is to maintain pedestrian and vehicular access during the construction phase while ensuring that utility services to existing buildings remain uninterrupted. The contractor must seek government approval for any work outside the designated developable areas and restore all affected surfaces to new condition. Critical infrastructure, including stormwater systems, sanitary sewers, and utility lines (gas, electrical, and steam), are also highlighted, showcasing their significance in planning and executing the construction work. The document emphasizes safety regulations, accident prevention plans, and adherence to government safety requirements throughout the project. Overall, this RFP demonstrates the commitment to improving VA facilities while ensuring compliance with regulatory and safety standards.
The document outlines the Geotechnical Data Report for the construction of new buildings B300 and B301 at the VA Southern Oregon Rehabilitation Center and Clinics in White City, Oregon. The project involves significant site development including the demolition of existing structures, the construction of new buildings totaling approximately 190,800 gross square feet, and improvements to site infrastructure such as roads and utilities. The report is the result of subsurface investigations and testing aimed at providing essential data regarding soil conditions, groundwater levels, and design considerations necessary for safe and effective construction. Findings indicate the site has a history of previous developments, with alluvial deposits impacting soil variability. The testing identified varying soil types, hydraulic conductivities, and potential seismic hazards. Preliminary pavement design recommendations are included, aiming for durability under traffic loads. The report emphasizes the necessity of adhering to safety and restoration protocols during construction, ensuring compliance with government standards and mitigating environmental risks. Overall, it presents a comprehensive analysis vital for guiding the design-build phase of the construction project in alignment with U.S. Department of Veterans Affairs requirements.
The solicitation W9127N25XXXXX outlines a Design-Build Request for Proposals (RFP) for the new construction and seismic upgrades of the White City Veteran Affairs Southern Oregon Rehabilitation Center and Clinics. The project aims to enhance facilities while ensuring compliance with various federal and local regulations. Key components include instructions for proposers, existing site conditions, applicable design criteria, and specific project requirements for geotechnical, civil, structural, and architectural aspects. A structured governance approach will be employed, involving regular partnering workshops, risk management, and effective communication within the contractor and the government teams. Key personnel with extensive experience in construction management and design are mandatory for successful proposal submissions. Labor standards under federal regulations must be adhered to, emphasizing veteran employment emphasis and safety protocols. Additionally, contractors are expected to submit plans for public access, environmental control measures, and a comprehensive field office for government personnel during project execution. Through this RFP, the VA signals its commitment to modernizing infrastructure for veterans while ensuring safety, sustainability, and operational efficiency during construction activities.
Apr 18, 2025, 9:08 PM UTC
This government request for proposals (RFP) outlines the scope of work for the demolition and construction of multiple buildings and site improvements at a specified location. Key activities include the demolition of existing structures B222, B223, and associated corridors, while maintaining operational status for nearby building B224. The project entails the design and construction of a new Support Building (B300) and Primary and Specialty Care Building (B301), as well as surface parking infrastructure. It also addresses the management of asbestos remediation and the installation of utilities, site grading, landscaping, and other infrastructure elements per the RFP specifications. The document encompasses options for preventative maintenance, extended warranties, and the removal of additional asbestos as they arise. Each line item specifies labor, equipment, and materials needed for distinct tasks or phases of the project, as well as additional work options focused on demolition, soil management, and interior mockup spaces. Overall, the RFP emphasizes meticulous planning and adherence to safety and compliance standards while ensuring construction continuity and logistical considerations. This comprehensive undertaking reflects the government’s commitment to upgrading healthcare facilities and maintaining an adaptive operational environment during the construction period.
Apr 18, 2025, 9:08 PM UTC
The Portland District of Veterans Affairs is initiating seismic upgrade projects at the Southern Oregon Rehabilitation Center and Clinics (SORCC) in White City, OR. This collaboration with the U.S. Army Corps of Engineers (USACE) aims to address seismic deficiencies through two construction packages. Package 1 focuses on the design-build of new support (B300) and medical buildings (B301), the demolition of existing structures, and creation of parking facilities, with an estimated cost between $100 million and $250 million. The procurement process involves a two-phase Request for Proposal (RFP), emphasizing open competition and small business subcontracting goals. Timeline milestones include industry feedback collected by early May 2025, with official Phase 1 solicitation anticipated in the first quarter of fiscal year 2026. The document outlines potential organizational conflicts of interest, project funding secured without congressional approval, and environmental assessments indicating no significant impacts. Feedback from potential bidders is requested to refine the project scope and RFP. Overall, this initiative underscores the VA's commitment to modernizing medical facilities to enhance safety and operational efficacy.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Z1DA--Abate B219 Ceilings-Select Rooms
Buyer not available
The Department of Veterans Affairs is soliciting proposals for a construction project titled "Abate B219 Ceilings-Select Rooms" at the Southern Oregon Rehabilitation Center and Clinics in White City, Oregon. The project involves the abatement of asbestos-containing materials and the replacement of acoustic ceiling tiles in specified rooms, with strict adherence to safety and environmental protocols. This initiative is crucial for maintaining a safe and compliant healthcare environment for veterans, reflecting the VA's commitment to high standards in facility management. Interested contractors should note that the estimated contract value is between $100,000 and $250,000, with sealed offers due by April 28, 2025. For further inquiries, contact Contract Officer Helen Woods at Helen.Woods@va.gov.
Y1DA--692-24-102 CON NRM Relocate B232 ITOPS
Buyer not available
The Department of Veterans Affairs is seeking contractors for the relocation of ITOPS equipment from Building 232 to a newly constructed closet on the third floor mezzanine at the White City VA Medical Center in Oregon. The project, identified as 692-24-102, involves comprehensive construction tasks including the installation of new fiber cabling, construction of a wooden closet with communications racks, and the installation of a split system A/C unit, all while ensuring minimal disruption to ongoing medical operations. This initiative is crucial for enhancing IT operations and maintaining efficient communication systems for veterans' services. Interested contractors must submit their proposals by April 25, 2025, and can direct inquiries to Contract Officer Helen Woods at Helen.Woods@va.gov.
Rogue River South Jetty Partial Repair 2025
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the Rogue River South Jetty Partial Repair project located in Gold Beach, Oregon. The project entails the procurement, delivery, and placement of jetty armor stone to address channel-side damage and includes mandatory repairs over a construction length of approximately 260 feet, with optional additional repairs extending the scope. This initiative is critical for maintaining navigation safety and protecting coastal environments, emphasizing the importance of adhering to federal regulations and environmental stewardship throughout the construction process. Interested parties should note that the estimated construction cost ranges from $1 to $5 million, with responses due by May 4, 2025, and the project timeline indicating advertisement in June 2025 and completion by the end of 2026. For further inquiries, contact Christopher Burroughs at christopher.d.burroughs@usace.army.mil or Brian Johnson at brian.m.johnson@usace.army.mil.
Y1DA--CON-NRM 648-20-119 Correct Electrical FCA Deficiencies (Portland)
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to address electrical deficiencies at the Portland VA Medical Center (VAMC) in Portland, Oregon. The project involves providing all necessary labor, materials, and equipment to correct identified electrical deficiencies as outlined in the draft Statement of Work, with a focus on upgrading electrical power distribution systems based on recent assessments. This initiative is crucial for enhancing the safety and operational efficiency of veteran healthcare facilities, with an estimated project magnitude between $10 million and $20 million. Interested firms must respond to the Sources Sought notice by April 28, 2025, and provide relevant company information, capabilities, and past performance examples to Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov.
SOURCES SOUGHT / INDUSTRY DAY: Construction of a New Critical Care Center on the VA Campus for the GLAVAHS, Los Angeles, CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking industry input for the construction of a new Critical Care Center at the Greater Los Angeles Veterans Affairs Healthcare System (GLAVAHS) campus in Los Angeles, California. The project aims to enhance medical service capabilities by constructing a 450,000-square-foot facility that includes 160 beds, operating rooms, and a data center, while also addressing seismic deficiencies and renovating existing structures. This initiative is crucial for improving healthcare infrastructure for veterans, ensuring compliance with safety and regulatory standards throughout the construction process. Interested parties can contact Lawrence Forde at lawrence.forde@usace.army.mil or Michael G. Robinson at michael.g.robinson@usace.army.mil for further details, with funding anticipated from the VA's FY25 President's Budget, pending congressional approval.
Industry Day - Cape Cod Space Force Station Power Generation Microgrid, US Army Corps of Engineers, New England District
Buyer not available
The U.S. Army Corps of Engineers (USACE), New England District, is hosting an Industry Day on May 13th at 10:00 AM for contractors interested in the Cape Cod Space Force Station (CCSFS) Power Generation Microgrid project. This military construction initiative, part of the Energy Resiliency and Conservation Investment Program (ERCIP), aims to replace the existing power generation plant and infrastructure with new electrical systems and backup power assets, including enhancements such as a wind turbine integration and compliance with Uptime Institute’s Tier IV requirements. The estimated construction cost for this project ranges from $100 million to $250 million, and interested parties should RSVP for the event and ensure they have valid identification to access the secure military installation. For further inquiries, contact Tyler Maryak at tyler.s.maryak@usace.army.mil.
L099--CON-NRM 653-25-101 Commissioning-Replace Bldg. 65 Chillers
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide architect-engineer services for the commissioning and replacement of chillers at Building 65 of the Roseburg VA Medical Center in Oregon. The selected firm will be responsible for delivering comprehensive services including schematics, design development, construction documents, technical specifications, and construction period services, with a focus on minimizing downtime during the project. This procurement is critical for enhancing operational efficiency at the facility, with an estimated contract value of under $25,000 and a projected award date on or before June 30, 2025. Interested firms must submit their qualifications via Standard Form (SF) 330 by May 6, 2025, and direct any inquiries to Contract Specialist Robert B. Weeks at robert.weeks@va.gov.
Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the Design-Bid-Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot barracks facility designed to support the Non-Commissioned Officers Academy and the 80th Training Command, incorporating essential systems such as fire protection, energy monitoring, and accessibility features, while adhering to stringent safety and sustainability standards. The contract, valued between $25 million and $100 million, is set aside exclusively for small businesses, with a proposal submission deadline of April 29, 2025, and interested contractors must maintain active registration in the System for Award Management (SAM). For further inquiries, contact Ryan King at ryan.m.king2@usace.army.mil or by phone at 502-315-6348.
USACE SPK DB/DBB Construction MATOC, for Sacramento Corps of Engineers district.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is conducting a Sources Sought Notice to gauge interest and capabilities for a Multiple Award Task Order Contract (MATOC) focused on design-bid-build and design-build construction projects. The anticipated MATOC will support a variety of construction needs, including the development of commercial and institutional buildings, with a total capacity of $499 million over five years, addressing projects such as office buildings, barracks, and data centers. This procurement is crucial for ensuring adequate competition among small businesses, including those in various socioeconomic categories, as the government seeks to understand market capabilities and potential sources for upcoming construction contracts. Interested contractors are encouraged to submit capability statements by May 12, 2025, to the primary contact, Melita Doyle, at melita.s.doyle@usace.army.mil.
Presolicitation and Virtual Industry Day - W912HN25R4001 - Construct UEPH Barracks Fort Stewart GA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is preparing to solicit proposals for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) Barracks at Fort Stewart, Georgia. This project aims to address a significant housing deficit by constructing two buildings totaling approximately 192,737 square feet, providing quality accommodations for 372 soldiers and improving their quality of life. The anticipated contract, valued between $100 million and $250 million, will be awarded using a Best Value Trade Off approach, emphasizing past performance and management strategies. Interested contractors should note that the solicitation is expected to be released around April 30, 2025, with proposals due by May 30, 2025; for further inquiries, contact Mr. Gregory Graham at gregory.m.graham@usace.army.mil or call 912-652-5476.