Z2DA--Renovate Second Floor Mental Health Outpatient Clinic and Chapel
ID: 36C24825R0063Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to renovate the second floor of the Mental Health Outpatient Clinic and Chapel at the VA Caribbean Healthcare System in San Juan, PR. This project, identified as Solicitation Number 36C24825R0063, is specifically set aside for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes requirements for third-party asbestos abatement inspection and certification services, emphasizing compliance with safety and environmental regulations. The anticipated contract value ranges from $2,000,000 to $5,000,000, with a performance period of 730 days from the notice to proceed, and proposals are due by May 20, 2025, at 3:00 PM (AST). Interested parties should contact Contract Specialist Ray Santana at Ray.Santana@va.gov for further details.

    Point(s) of Contact
    Ray SantanaContract Specialist
    Ray.Santana@va.gov
    Files
    Title
    Posted
    The document outlines Solicitation Number 36C24825R0063 issued by the Department of Veterans Affairs for the renovation of the second floor Mental Health Outpatient Clinic and Chapel at the VA Caribbean Healthcare System, San Juan, PR. This project is specifically set aside for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), adhering to federal regulations under 38 U.S.C. Part 74. The anticipated contract value is between $2,000,000 and $5,000,000, with a performance period of 730 days starting from the issuance of the notice to proceed. The proposal requires detailed technical qualifications, specialized experience, and relevant past performance in healthcare construction projects, emphasizing adherence to safety and environmental regulations. Offerors must comply with various solicitation requirements, including submission of safety records and proof of SDVOSB verification via VetCert. A scheduled site visit is mandatory for bidders, and all proposals must be emailed by the deadline provided. The evaluation will consider technical approaches, experience, and pricing, aiming for the most advantageous offer to the government while ensuring minimal disturbance to ongoing hospital operations during construction. The focus of this solicitation highlights the VA's commitment to enhancing healthcare facilities while fostering veteran-owned businesses.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 8 for the renovation of the second-floor mental health outpatient clinic and chapel. The main purpose of this amendment is to address queries from bidders and extend the deadline for submission of offers to May 20, 2025. Included in the amendment are responses to questions posed by potential contractors and an existing second-floor plan. Key administrative details such as contract ID, issuing office address, and procedural requirements for offer acknowledgment are also outlined in the document. The amendment emphasizes the continued importance of adhering to all original terms and conditions despite the changes made. Overall, the document reflects a structured process to ensure clarity and collaboration between the contracting office and bidders, facilitating the completion of the renovation project.
    The Department of Veterans Affairs (VA) is seeking construction services for the Renovation of the Second Floor Mental Health Outpatient Clinic and Chapel at the VA Caribbean Healthcare System in San Juan, Puerto Rico. This project aims to improve both the aesthetic and functional aspects of the chapel and outpatient waiting area, with a construction budget ranging from $2,000,000 to $5,000,000. The contractor will be expected to complete the work within 730 calendar days after receiving the Notice to Proceed. The solicitation for this project is anticipated to be issued around April 8, 2025. Interested contractors must be registered with the System for Award Management (SAM) and certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), verified through the SBA’s VetCert program, prior to the solicitation deadline. All relevant solicitation information will be available on SAM.gov, ensuring transparency and accessibility for participating firms.
    The document outlines the construction plan for renovating the second floor of the VA San Juan Chapel and Mental Health Outpatient Clinic, located at 10 Calle Casia, San Juan, PR. The renovation focuses on upgrading existing spaces while ensuring compliance with applicable codes and safety regulations. Key activities include addressing infection control measures, implementing demolition and construction notes, and maintaining the integrity of adjoining areas during the renovation process. Specific precautions include the installation of barriers, maintaining negative air pressure, and regular cleaning to prevent contamination. The project emphasizes minimal disruption to hospital operations, ensuring that work schedules accommodate patient care needs. The renovation adheres to federal standards while enhancing patient environments, illustrating the VA's commitment to improving healthcare facilities while upholding safety protocols throughout the project lifecycle.
    The document outlines the specifications for renovating the second floor of the Mental Health Outpatient Clinic and Chapel at the VA Caribbean Healthcare System. This project, identified as Project No. 672-23-100, is prepared by ThinkForm Design Architect LLC and involves multiple contractors. Key elements include compliance with safety and infection control measures, detailed work schedules, and specific requirements for demolition, construction, and waste management. The contractor must coordinate closely with VA personnel to ensure continuous operation of medical services during renovations. Critical focus areas include effective communication protocols, security measures for personnel and sensitive information, and adherence to utility service management. Temporary facilities will be required to maintain utility services and ensure the safety of patients and staff. The document emphasizes the importance of thorough documentation, including as-built drawings and warranty management plans, reflecting a commitment to quality and compliance with federal standards. Overall, the renovation aims to modernize facilities while ensuring safety, efficiency, and unimpeded medical care.
    The document outlines the requirements for bidders/offerors regarding their safety and environmental records in relation to government contracts. All bidders must certify that they have no more than three serious OSHA violations or one repeat/willful violation in the past three years. If they cannot certify this, a detailed explanation of their violations is required. Additionally, bidders must provide their Experience Modification Rate (EMR), obtained from their insurance carrier on official letterhead; if the EMR exceeds 1.0, a written explanation detailing the reasons and a reduction timeline is necessary. Self-insured contractors or those unable to provide an EMR rating must obtain a rating from appropriate state or national bodies. The gathered information, along with government databases, will inform the initial determination of the contractor's responsibility, applicable to all subcontracting tiers. The document includes a form for bidders to report their safety record, including OSHA data and their NAICS code, ultimately ensuring adherence to safety standards and regulatory compliance for awarded contracts.
    The document outlines the requirements for submitting a Key Personnel Resume Form as part of government Requests for Proposals (RFPs), with a focus on qualifications for key project roles. Firms responding to the RFP must detail the qualifications of individuals in pivotal positions, including the Project Manager, Architect of Record, Site Superintendent, Safety and Health Officer (SSHO), and Construction Quality Manager (CQM). Each submission requires specific information such as the individual's name, title, assignment, educational background, years of experience, active registrations, types of certifications, and relevant project experience. The structure necessitates detailed documentation to establish the competence and reliability of personnel involved in government projects, ensuring they meet the standards required for successful project execution. This thorough approach reflects the government's emphasis on accountability and expertise in the management and execution of federal grants and contracts.
    The "Subcontractor Information and Consent Form" is a critical component within federal contracting processes, especially related to the Department of Veterans Affairs. This document seeks consent from subcontractors or teaming partners for the disclosure of their past performance information to prime contractors during the procurement process. The form emphasizes the importance of past performance in source selections, aiming to enhance the government's ability to evaluate the reliability and quality of subcontractors. Each subcontractor is required to provide their consent and complete a reference list, detailing prior contracts and work performed, which must include references that are not related to the proposing prime contractor. The document outlines the necessity of obtaining at least three references for each major subcontractor to support the proposal. Ultimately, this consent process ensures transparency and aids in the selection of contractors who demonstrate proven capabilities in their respective fields.
    The government file outlines the scope and requirements for third-party asbestos abatement inspection and certification services for the VA's renovation of the mental health waiting area and chapel (Project 672-23-100). The contractor is required to employ an independent Professional Industrial Hygienist (VPIH) to oversee the abatement process, ensuring compliance with safety regulations and minimizing health risks to patients and staff. Key qualifications for the VPIH include certification from the American Industrial Hygiene Association, specific EPA training, and supervisory experience in at least four asbestos abatement projects. The Industrial Hygiene Technician (IHT) must also possess relevant training and field experience, particularly in air sampling. The document details the roles of the VPIH, which encompasses background air sampling, compliance inspections before and during abatement work, and final clearance testing post-abatement. It emphasizes the importance of real-time air monitoring, procedures for unexpected contamination, support for the VA facility representative, and adherence to strict laboratory analysis protocols. Ultimately, this Request for Proposal (RFP) exemplifies the government's focus on maintaining environmental health standards and ensuring the safety of all individuals on VA property during hazardous material management projects.
    This document outlines a series of questions and answers related to a construction project scope of work (SOW) for a hospital. The SOW is specified to be limited to the 2nd floor, with temporary facilities provided only for dumpsters. Clarifications on floor finishes indicate inconsistencies in the drawings, which will be revised by the architect-engineer (AE) contractor. The document addresses necessary measures for a temporary exhaust air system, determining that HEPA-filtered air may be routed to existing ductwork for compliance during construction. Work hours are regulated to avoid disrupting hospital operations, with demolition work scheduled after normal hours. No requirements for unarmed guards and temporary cameras have been established, with indications for updates in specifications. The labor rates for construction workers should be confirmed with the Department of Labor, as federal wage determinations do not apply in Puerto Rico. This summary encapsulates the pre-construction details to ensure compliance, safety, and coordination with ongoing hospital activities.
    Similar Opportunities
    Y1DA--VISN 8 MATOC - CARIBBEAN
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to solicit proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Construction Multiple Award Task Order Contract (MATOC) for the Caribbean VA Healthcare System, which will encompass various construction and renovation projects across medical facilities in Puerto Rico and the Virgin Islands. This contract aims to address a wide range of construction disciplines, including the construction, repair, and alteration of facilities, with an estimated total contract value of $700 million and task orders ranging from $1,000 to $50 million. The solicitation is designated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, and interested contractors must be registered in the System for Award Management (SAM) and certified by the Small Business Administration (SBA). The initial proposal is expected to be issued around May 2025, and all inquiries should be directed to the Contracting Officer via email at katherine.gibney@va.gov or jacquelyn.wise@va.gov.
    Z2DA--Construct New Hybrid Operating Room
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking proposals for the construction of a new hybrid operating room in San Juan, Puerto Rico. This opportunity is outlined in Amendment 0002 to Solicitation 36C24825R0026, which extends the proposal submission deadline to May 28, 2025, at 3:30 PM (AST), ensuring that all interested contractors have adequate time to prepare their submissions. The construction of this facility is crucial for enhancing healthcare infrastructure and improving surgical capabilities within the Veterans Affairs system. Interested parties must acknowledge receipt of the amendment and can direct inquiries to Contracting Officer Ana G Alvarado at ana.alvarado@va.gov.
    Y1DA--Renovate Radiology Floors |658-25-103
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of radiology floors at the Salem VA Medical Center under solicitation number 36C24625B0021. This project, estimated to cost between $500,000 and $1,000,000, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), which must perform at least 25% of the work with their own labor force. The renovation includes critical tasks such as asbestos abatement and significant alterations to flooring and wall surfaces, all while ensuring the medical facility remains operational. Interested contractors must submit their bids by June 6, 2025, and are encouraged to attend a pre-bid conference on May 7, 2025. For further inquiries, contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov.
    Z2DZ-- Building 520 Correct Mental Health Deficiencies
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to address mental health deficiencies in Building 520 at the VA Palo Alto Health Care System. The project involves extensive renovations, including the installation of ligature-resistant fixtures, upgrades to plumbing and electrical systems, and enhancements to safety protocols, all aimed at improving the mental health care environment for veterans. This initiative is crucial for modernizing healthcare facilities while ensuring compliance with safety and operational standards during construction. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must register in the System for Award Management (SAM) and verify their status in VetCert. The estimated project value is between $2,000,000 and $5,000,000, with proposals due by 3:00 PM Pacific Time on June 11, 2025. For inquiries, contact Contract Specialist Christopher Aguon at Christopher.Aguon@va.gov or (808) 433-0600.
    Y1DA--VISN 1 Construction MATOC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the VISN 1 Construction Multiple Award Task Order Contract (MATOC), specifically for the expansion of the Emergency Department at the West Roxbury VA Medical Center in Massachusetts. This project, valued between $2 million and $5 million, aims to enhance healthcare services by renovating existing facilities, including the installation of new air handlers and the creation of ligature-resistant mental health exam rooms, while ensuring operational continuity during construction. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) certified in the SBA’s VetCert database, reflecting the government's commitment to supporting veteran-owned enterprises. Interested contractors must submit their proposals by May 14, 2025, and can direct inquiries to Contract Specialist Jacquelyn Wise at jacquelyn.wise@va.gov.
    S216--FY25: Stormwater Management Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Stormwater Management Services under a Blanket Purchase Agreement (BPA) for the VA Caribbean Healthcare System in San Juan, Puerto Rico. The procurement aims to ensure effective maintenance of stormwater systems, including cleaning catch basins, installing sediment filtration systems, and managing waste disposal, with a performance period spanning five years from September 15, 2025, to September 14, 2030. This initiative is crucial for maintaining environmental compliance and operational efficiency within the healthcare system. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes electronically by May 15, 2025, at 3:00 PM Atlantic Standard Time, and can direct inquiries to Contracting Officer Wilfredo Perez at wilfredo.perez3@va.gov or by phone at 939-759-6783.
    Z2DA--542-25-108 | Replace Roof and Remediate Building 3 Stair Tower
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the roof and remediation of the stair tower at Building 3 of the Coatesville VA Medical Center in Pennsylvania, under Project 542-25-108. This construction project, valued between $50,000 and $100,000, is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, emphasizing the government's commitment to supporting veteran-owned enterprises. Contractors will be required to adhere to strict safety and environmental regulations, complete the work within 45 days of the notice to proceed, and provide necessary performance and payment bonds. Interested bidders must acknowledge receipt of amendments, attend a site visit scheduled for May 6, 2025, and submit their proposals by June 5, 2025. For further inquiries, contact Contract Specialist Lamar D Thomas at lamar.thomas2@va.gov.
    Y1DZ--620-22-105 Relocation of Radiology Suite B3
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the relocation of the Radiology Suite B3 at the James J. Peters VA Medical Center in Bronx, NY. This project, designated as solicitation number 36C24225B0023A, is specifically reserved for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under the NAICS code 236220 for Commercial and Institutional Building Construction. The initiative aims to enhance healthcare facilities for veterans, reflecting the government's commitment to improving medical services through upgraded infrastructure. Interested contractors should contact Contracting Officer Dany Humphreys at dany.humphreys2@va.gov or (914) 737-4400 x2066, with responses due by June 4, 2025, at 10:00 AM Eastern Time.
    Z1DA--FY25 36C25725AP2590 | Cons-New | Bldg. 60 VAV Box Replacement | PND 5-26-2025
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of Variable Air Volume (VAV) boxes in Buildings A and B of the Dallas VA Medical Center. Contractors are required to conduct comprehensive site assessments, demolish existing VAV boxes, and install new units while adhering to safety and environmental regulations. This project, estimated to cost between $500,000 and $1,000,000, is specifically designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes the importance of enhancing facility infrastructure to support veteran care. Interested contractors must attend a mandatory site visit on May 20, 2025, and submit their quotes by June 13, 2025; for further inquiries, they can contact Contract Specialist Miguel A Gonzalez at Miguel.Gonzalez4@va.gov.
    Y1DZ--620-22-105 Relocation of Radiology Suite B3
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the relocation of the Radiology Suite B3 at the James J. Peters VA Medical Center in Bronx, NY, under solicitation number 36C24225B0023. This project involves a complete renovation of approximately 1,720 square feet into a functional radiology suite, requiring various construction disciplines, including architectural, mechanical, electrical, and plumbing work. The initiative is part of the VA's commitment to enhancing healthcare infrastructure for veterans and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of veteran-owned business participation in federal contracts. Interested contractors must submit their bids by June 4, 2025, at 10:00 AM Eastern Time, and can contact Contracting Officer Dany Humphreys at dany.humphreys2@va.gov or (914) 737-4400 x2066 for further information.