Y1DA--521-23-121 | SPS Renovation Phase 2
ID: 36C24725R0079Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 5:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for the renovation of the Sterile Processing Service (SPS) at the Birmingham VA Medical Center under solicitation number 36C24725R0079. This project, designated as Y1DA--521-23-121, aims to create a fully functional SPS following a prior demolition phase, with an estimated construction cost between $5 million and $10 million. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of compliance with federal, state, and local codes, as well as adherence to safety and health protocols during construction. Interested contractors must submit their proposals electronically and ensure their registrations with the System for Award Management are current. For further inquiries, potential bidders can contact Contract Specialist Gregory Snyder at gregory.snyder@va.gov or by phone at 762-333-4273, with key deadlines for proposal submissions outlined in the attached documents.

Point(s) of Contact
Gregory SnyderContract Specialist
(762) 333-4273
gregory.snyder@va.gov
Files
Title
Posted
Apr 10, 2025, 5:05 PM UTC
The solicitation number 36C24725R0079 from the Department of Veterans Affairs (VA) initiates a Request for Proposal (RFP) for a construction project involving renovating the Sterile Processing Service (SPS) at the Birmingham VA Medical Center. The project specifically aims to provide a fully functional SPS after the completion of a prior demolition phase. This RFP is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring that the contractor be at least 51% owned by service-connected veterans. The estimated construction cost is between $5 million and $10 million, and the contractor must perform all work in compliance with federal, state, and local codes, following VA specifications. Key requirements include submitting a bid guarantee, maintaining safety and health protocols on-site, and conducting a site visit organized for prospective contractors. The selection is based on past performance, quality of proposal, and pricing, with a strong preference for past performance evaluations being significantly weighed over price. The finalized contract will be a firm fixed-price agreement, and all proposals must be submitted electronically. Offerors are advised to ensure their registrations with the System for Award Management are current and meet specified obligations, including the VETS-4212 reporting requirement.
Feb 12, 2025, 5:07 PM UTC
The U.S. Department of Veterans Affairs (VA) has issued a presolicitation notice for the SPS Renovation Phase 2 project, identified as Contract No. 521-23-121. This construction opportunity is exclusively for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The magnitude of the project is estimated between $5 million and $10 million, with a completion target of 365 days post-Notice to Proceed. The work entails renovating the Sterile Processing Service (SPS) area within the Birmingham, AL VA Medical Center following initial demolition. Contractors must be certified by the SBA and registered in SAM, compliant with relevant VA regulations, and adhere to limitations on subcontracting. The selection process will utilize the Trade-Off Source Selection method based on best value. A pre-proposal site visit will be scheduled, with the full RFP expected to be posted around April 18, 2025. These proceedings are vital for enhancing services provided to veterans in the region, emphasizing the VA's commitment to supporting eligible small businesses.
Apr 10, 2025, 5:05 PM UTC
This document is an amendment to a Request for Proposals (RFP) issued by the Department of Veterans Affairs, specifically the VISN 7 Network Contracting Activity. It primarily aims to update the provisions and clauses in the solicitation due to new federal considerations, notably Executive Orders 14173 and 13899. Certain provisions, particularly related to affirmative action and equal opportunity, have been removed as they are deemed obsolete. Additionally, several clauses have been revised to reflect recent deviations. One key addition is the incorporation of VAAR 852.222-71, which mandates contractors to comply with Executive Order 13899 regarding anti-Semitism and requires timely disclosures of any violations. The amendment underscores the importance of keeping the solicitation aligned with current legal and regulatory frameworks and confirms that other terms of the original solicitation remain unchanged. The document emphasizes the necessity for offerors to acknowledge receipt of these amendments by specified methods. This amendment highlights the adaptive measures taken by the VA to maintain compliance and ensure clarity for prospective contractors.
Apr 10, 2025, 5:05 PM UTC
This document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the VISN 7 Network Contracting Activity. The purpose of the amendment is to provide the Site Visit attendance sheet as an attachment. It outlines the protocol for submitting offers, emphasizing the importance of acknowledging receipt of the amendment by specified methods before the deadline to avoid rejection of offers. It also indicates that all other terms and conditions remain unchanged, and it requires signatures from both the contractor and the contracting officer. The amendment highlights the procedural aspects of managing federal contracting obligations, marking a continuation of the solicitation process while maintaining compliance with established regulations. This document serves to ensure transparency and communication with potential bidders or contractors involved in the solicitation process.
Apr 10, 2025, 5:05 PM UTC
Apr 10, 2025, 5:05 PM UTC
This document serves as part of the RFP (Request for Proposal) 36C24725R0079, focusing on contractor safety and compliance metrics required from offerors. It mandates contractors to provide their OSHA 300 and 300a Forms, detailing the number of man-hours worked, cases of work-related injuries, the Days Away, Restricted, or Transferred (DART) Rate, and any serious OSHA violations from the past three years. The document outlines that four serious violations, one repeat, or one willful violation within that period will disqualify a contractor from consideration. Additionally, contractors must supply their Experience Modification Rate (EMR) for the prior three years. This information, combined with government data from OSHA and EPA inspections, will determine if the contractors meet the required experience standards set forth in the solicitation. The focus is on ensuring that contractor safety records align with federal guidelines to enhance workplace safety and compliance during project execution.
Apr 10, 2025, 5:05 PM UTC
The document outlines a detailed inventory of various spaces within a healthcare facility, specifying dimensions, purpose, and service areas across multiple levels. It categorizes rooms into areas for common use, specialized care, administrative offices, and storage, detailing square footage for each space. This inventory serves as part of a Request for Proposal (RFP) for potential improvements or renovations to the facility, indicating government intent to maintain and upgrade healthcare environments. The document emphasizes the various functional areas, such as examination rooms, patient care facilities, and administrative offices. It aims to provide a clear understanding of spatial allocations, ensuring prospective contractors are well-informed about the facility's structural needs and scope of work. This transparency assists in securing accurate proposals that align with federal and local regulations, particularly in ensuring compliance with healthcare standards and safety protocols during renovations. Overall, the document showcases the government's commitment to enhancing healthcare infrastructure by providing potential vendors with vital information necessary for planning effective renovations and upgrades.
Apr 10, 2025, 5:05 PM UTC
The Birmingham VA Medical Center is initiating the "Renovate SPS Phase II" project, involving extensive renovations to the Sterilization Processing Service (SPS). The project aims to bring the facility up to current federal and local codes while implementing the latest design criteria. As part of the renovation, the contractor is tasked with preparing the workspace, including demolition and installation of VA-provided equipment. Safety is prioritized through stringent protocols related to site security, fire safety, asbestos management, and infection control. Contractors must adhere to specific guidelines for work hours, access to facilities, and utilize proper safety training and equipment. The renovation will take place with minimal disruption to ongoing hospital services, necessitating a detailed work schedule and communication with the VA staff regarding shutdowns or interruptions. Furthermore, the contractor must manage hazardous materials responsibly, ensuring all waste is disposed of per environmental regulations. This project illustrates the VA’s dedication to enhancing healthcare infrastructure while ensuring compliance with safety and operational protocols.
Apr 10, 2025, 5:05 PM UTC
This document outlines specifications for the engineering, supply, and modernization of a traction cartlift system at a federal facility, emphasizing compliance with pertinent regulations and safety standards. It details the requirements for three cartlifts (T-1, T-2, T-3), highlighting specifications such as rated load (1000 lb), speed (300 fpm), and travel distance, as well as the types of materials and construction standards to be employed. Qualifications for contractors include necessary experience in installing cartlift equipment and compliance with various safety standards, including certifications for welders and electricians. Submittals must include detailed drawings, product data, and compliance documentation. Performance standards mandate precise operation, including noise control and safety mechanisms, while installation procedures emphasize cleanliness, proper equipment arrangement, and adherence to structural integrity. The document also sets forth testing protocols, including inspections by certified personnel and balancing tests, to ensure the cartlift’s safe and efficient operation. Comprehensive training for VA personnel on the equipment's usage is also required. Overall, this specification supports the federal government’s commitment to maintaining high standards in infrastructure projects.
Apr 10, 2025, 5:05 PM UTC
The document outlines the certification requirements for offerors bidding on contracts under the VA Notice of Limitations on Subcontracting, established by 38 U.S.C. 8127. It specifies that contractors must comply with subcontracting limitations depending on the type of contract awarded: no more than 50% for services, 85% for general construction, and 75% for special trade contractors can be subcontracted to firms beyond certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB). The document emphasizes the legal implications of providing false certifications and clarifies that contractors must provide evidence of compliance with these limitations, which may include invoices and subcontractor details. The offeror is also required to authorize this certification as part of their bid, which, if not submitted, will render their proposal ineligible for consideration. This certification process is part of a broader governmental effort to ensure contract opportunities are directed to veteran-owned businesses while maintaining integrity in federal contracting practices.
Apr 10, 2025, 5:05 PM UTC
The Past Performance Questionnaire (PPQ) serves as a critical component for contractors responding to RFP 36C24725R0079 concerning the SPS Renovation Phase 2 project. This questionnaire is designed to collect performance evaluations from previous clients regarding the contractor's work. Offerors must fill in Section I and ensure that the PPQs are sent to clients for direct submission to designated VA email addresses. Section II contains a numerical rating scale for evaluators to assess the contractor on various performance criteria, including compliance with contract requirements, management effectiveness, personnel suitability, and financial stability. Evaluators are also prompted to provide feedback regarding any low ratings in Section III. Overall, this document establishes a structured method for evaluating contractors' past performance, ensuring that proposals are backed by verifiable client assessments, critical for the evaluation process of federal contracts aimed at ensuring quality work and accountability within government projects.
Apr 10, 2025, 5:05 PM UTC
The document is a Cost/Price Breakdown Worksheet associated with Solicitation No. 36C24725R0079. It outlines the financial structure for a project, detailing various divisions related to construction and renovation activities. Each division includes categories for materials, labor, and potentially other costs, emphasizing a comprehensive approach to budgeting. Notably, divisions span a wide range of construction activities, including general requirements, existing conditions, concrete, metals, wood, finishes, specialties, plumbing, electrical work, and HVAC, among others. The document is formatted to allow contractors to fill in specific cost estimates across these categories, helping to ensure clarity and organization in proposal submissions. The ultimate goal is to facilitate the assessment of proposals in response to the federal or local RFP, ensuring that all costs are transparent and accounted for in alignment with project requirements and expectations. The structure aids in evaluating bids by providing a systematic method for comparing contractor proposals based on detailed breakdowns of costs.
The document outlines the wage determination for building construction projects in Jefferson County, Alabama, as per General Decision Number AL20250087, effective March 14, 2025. It specifies that such contracts, excluding single-family homes and certain low-rise apartments, are subject to the Davis-Bacon Act, mandating minimum wage requirements under Executive Orders 14026 and 13658. For contracts awarded or renewed on or after January 30, 2022, the required wage is $17.75 per hour, or the higher applicable wage if listed. Contracts awarded between January 1, 2015, and January 29, 2022, not renewed later, must adhere to the $13.30 hourly rate. Any necessary classifications not included in the wage determination must undergo a conformance request. This information is critical for contractors to comply with federal wage regulations while performing government contracts, thus ensuring worker protections and fair compensation in construction projects.
Apr 10, 2025, 5:05 PM UTC
This document outlines the invoicing requirements for contractors working with the Veterans Affairs (VA) under RFP 36C24725R0079. It emphasizes the mandate for electronic invoice submission via the Tungsten Network, a free service for VA vendors. Contractors must register to submit electronic invoices, which must be approved by the Contracting Officer Representative (COR) or Contracting Officer (CO) following service performance. The transition from paper to electronic invoices involves updates to vendor information in the Customer Engagement Portal (CEP), and various contact details for assistance with setup and submission are provided. The document reflects the VA's shift to electronic invoicing as part of its operational efficiency and compliance with federal regulations. This structured approach aims to streamline the payment process and improve vendor engagement with the VA's financial services.
Apr 10, 2025, 5:05 PM UTC
The VHA Infection Control Risk Assessment (ICRA) template outlines procedures for assessing infection risks during construction, renovation, and maintenance activities in healthcare settings. This document serves as a standard for determining the necessary precautions based on the activity's category (A, B, C, D) and the associated patient risk levels (Low, Medium, High, Highest). It includes detailed steps for evaluating the activity type, affected areas, and required infection control measures. The framework highlights four activity categories, ranging from minor inspections to large-scale renovations. It specifies precaution levels tied to patient risk, indicating that higher risks demand stricter infection prevention controls. Control measures are categorized into levels, from simple dust control to complex negative pressure environments, ensuring safety throughout the process. At project completion, various infection control measures like cleaning and HVAC checks must be conducted. A permit showcasing the overall activity specifics and required precautions must be posted at the project site. This document underscores the importance of stringent infection control to safeguard patient health during construction activities, reflecting the VHA's commitment to maintaining high standards of care and compliance in federal healthcare facilities.
Apr 10, 2025, 5:05 PM UTC
The VHA Pre-Construction Risk Assessment (PCRA) document outlines standards and procedures for assessing risks associated with construction, renovation, and maintenance activities within Veterans Affairs facilities. The PCRA's purpose is to categorize types of activities and associated safety risks to ensure necessary precautions are taken to protect patients, employees, and contractors. The document emphasizes the importance of communication and coordination during project planning to minimize disruptive impacts on adjacent areas. Three activity types—inspection/upkeep, small-scale, and large-scale—are defined, each with accompanying control measures tailored to manage safety risks, including noise, vibration, infection control, and fire safety. A notable example is the renovation of the Sterile Processing Service (SPS) space at BVAMC, which necessitates a comprehensive safety plan and coordination with affected areas. The document serves as a foundational guide for contractors and safety officers, including a fillable permit that must be displayed at activity locations. It underscores the commitment to maintaining health and safety standards during construction projects, alongside the regulatory requirements for risk assessments and infection control protocols. This approach not only safeguards individuals during construction but also enhances facility operations in accordance with federal and local guidelines.
Apr 10, 2025, 5:05 PM UTC
The Birmingham VA Medical Center is planning extensive renovations for the Sterile Processing Service (SPS) Suite located on the ground floor of Building 1. The project entails comprehensive architectural, structural, mechanical, and electrical modifications to facilitate the integration of newly purchased VA equipment and support systems. Encompassing approximately 9,500 square feet, the renovations must comply with the 2024 International Building Code and specific VA design requirements, particularly in seismic design. Critical safety protocols, including a comprehensive infection control risk assessment (ICRA), are mandated throughout the construction process. The project features a detailed compliance schedule, with milestones for construction documents and site inspections. Important specifications also include procedures for managing potentially hazardous materials that may be uncovered during the renovations. The involvement of multiple engineering teams suggests an interdisciplinary approach to ensure safety and functionality in the upgraded healthcare facility. This renovation underscores the VA's commitment to enhancing medical facilities for improved patient care while adhering to safety and regulatory standards.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Y1DB--Install SPS Equipment Sources Sought
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 6, is seeking qualified vendors for a construction project involving site preparation for the installation of new Sterile Processing Services (SPS) equipment at the Durham VA Medical Center in North Carolina. The project aims to replace outdated sterilization equipment, ensuring compliance with federal and local codes while minimizing disruption to ongoing SPS operations, which function 24/7. The anticipated contract value ranges from $500,000 to $1,000,000, with a performance period of 365 days from the Notice to Proceed. Interested parties must submit their qualifications and responses by 3:00 PM EDT on April 15, 2025, to Contract Specialist Erica Manglona at erica.manglona@va.gov.
Y1DA--512-23-108 - Renovate C-Segregated Compounding Area for Hazardous Compounding (CON)
Buyer not available
The Department of Veterans Affairs is soliciting bids for the renovation of the C-Segregated Compounding Area for Hazardous Compounding at the Baltimore VA Medical Center, identified by project number 512-23-108. The project involves comprehensive renovations, including structural, architectural, mechanical, plumbing, and electrical work, aimed at ensuring compliance with healthcare standards while minimizing disruptions to ongoing hospital operations. This initiative is crucial for enhancing the VA's infrastructure, particularly in maintaining safety and operational continuity for vulnerable patient populations during construction. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by May 6, 2025, with a project completion timeline of 180 days following the Notice to Proceed. For further inquiries, contact Lisa Lake at lisa.lake2@va.gov or (304) 263-0811 ext 7617.
Y1DA--VHA Minor - Construction - Project #438-460 - Sterile Processing Services - Royal C Johnson Veteran's Memorial Hospital - VISN 23 - Sioux Falls SD
Buyer not available
The Department of Veterans Affairs is seeking proposals for the construction of a new Sterile Processing Services (SPS) addition at the Royal C Johnson Veteran's Memorial Hospital in Sioux Falls, South Dakota. The project involves approximately 8,916 square feet of new construction and renovations to an existing microbiology lab, aimed at enhancing healthcare infrastructure and ensuring compliance with safety and operational standards. This initiative is particularly significant as it underscores the VA's commitment to improving sterile processing capabilities, which are critical for effective medical operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by April 30, 2025, with inquiries directed to Contract Specialist Jennifer K. Braaten at jennifer.braaten@va.gov.
Y1DA--679-21-102 | Correct Failing Sanitary Sewer, Water Main, and Fire Protection Deficiencies
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to address deficiencies in the sanitary sewer, water main, and fire protection systems at the Tuscaloosa VA Medical Center in Alabama. The project, designated as number 679-21-102, involves comprehensive construction efforts to repair and enhance existing infrastructure, ensuring compliance with safety standards and operational efficiency. This initiative is critical for maintaining the quality of healthcare services provided to veterans, reflecting the VA's commitment to improving facility conditions. Interested contractors must submit their proposals by April 24, 2025, at 1:00 PM EDT, and can direct inquiries to Contract Specialist Gregory R. Snyder at gregory.snyder@va.gov or 762-333-4273.
Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of public restrooms at the W.J.B. Dorn VA Medical Center, aimed at improving patient safety and facility functionality. The project involves comprehensive upgrades, including modifications to plumbing fixtures, lighting, and finishes across multiple floors, with a focus on compliance with safety and accessibility standards. This renovation is critical for enhancing the overall patient experience and ensuring adherence to current health regulations. Interested contractors, particularly Service Disabled Veteran-Owned Small Businesses (SDVOSB), must submit sealed bids by May 2, 2025, at 12 PM EDT, and can direct inquiries to Contract Specialist Pamela R. Moffitt at pamela.moffitt@va.gov. The estimated contract value ranges between $1 million and $5 million.
Y1DA--FY25: NRM (PROJ: 516-23-117) BB - Refresh Hemodialysis
Buyer not available
The Department of Veterans Affairs is seeking proposals for the "Refresh Hemodialysis" project at the C.W. Young VA Medical Center in Bay Pines, Florida. This project involves comprehensive demolition, renovation, and construction of the hemodialysis suite, with an estimated budget between $1,000,000 and $2,000,000, and a performance period of 168 days from the Notice to Proceed. The initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with safety and operational standards while minimizing disruption to ongoing medical services. Proposals are due by May 7, 2025, and must be submitted by Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with all submissions evaluated based on cost, technical capabilities, and past performance. Interested contractors can contact Kenneth Caryer at Kenneth.Caryer@va.gov for further information.
Y1BG--EHRM Construction Infrastructure Upgrades - 679-20-104 -Tuscaloosa VAMC
Buyer not available
The Department of Veterans Affairs is seeking proposals for the EHRM Construction Infrastructure Upgrades project at the Tuscaloosa VA Medical Center, designated as Project Number 679-20-104. This initiative aims to enhance the facility's telecommunications, electrical systems, fire safety, and the construction of a new data center, with a focus on compliance with federal and local regulations. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated contract value between $20 million and $50 million. Interested contractors must submit their proposals by May 7, 2025, and can direct inquiries to Dawn Schydzik at Dawn.Schydzik@va.gov or Jennifer Braaten at Jennifer.Braaten@va.gov.
Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
Buyer not available
The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
Y1DA-- Improve Patient Privacy 4B Project# 652-14-106
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the "Improve Patient Privacy 4B" project at the Richmond VA Medical Center, designated as Project Number 652-14-106. This procurement involves extensive renovations to enhance patient privacy, including the construction of 21 patient rooms and supporting spaces, with a contract value estimated between $5 million and $10 million. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of veteran-owned enterprises in federal contracting. Interested bidders must submit their proposals by April 22, 2025, with the bid opening scheduled for April 23, 2025. For further inquiries, potential offerors can contact Contract Specialist Denise Morman at Denise.Morman@va.gov.
Replace Repair Roofs for Buildings 4,15, 90, 93
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to replace and repair roofs for Buildings 4, 15, 90, and 93 at the Central Alabama Veterans Health Care System in Tuskegee, Alabama. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 185 calendar days, with an estimated project cost ranging from $1 million to $5 million. The roofing work is critical for maintaining the structural integrity and safety of facilities that serve veterans, ensuring compliance with safety and health regulations throughout the process. Interested contractors must submit their proposals by April 16, 2025, and are encouraged to contact William Barton or Joseph Osborn for further details regarding the solicitation.