Z2DA--653-21-102 Bldg. 3 Seismic Retrofit and Renovation
ID: 36C26024R0060Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, 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 seismic retrofit and renovation of Building 3 at the Roseburg VA Medical Center in Oregon. This project, designated as 653-21-102, aims to modernize the facility while ensuring compliance with safety and accessibility regulations, including the installation of new mechanical systems, structural enhancements, and energy-efficient upgrades. The initiative is particularly significant as it reflects the government's commitment to improving healthcare infrastructure for veterans, with a contract value estimated between $10 million and $20 million. Proposals are due by September 16, 2024, with a mandatory site visit scheduled for August 30, 2024; interested parties should contact Contract Officer Stephen E. Slaby at Stephen.Slaby@va.gov for further details.

    Point(s) of Contact
    Stephen E SlabyContract Officer
    Stephen.Slaby@va.gov
    Files
    Title
    Posted
    The Veterans Affairs (VA) is issuing a pre-solicitation notice for the seismic retrofit and renovation of Building 3 at the Roseburg VA Medical Center, designated by solicitation number 36C26024R0060. This announcement indicates that a request for proposals will be available starting July 3, 2024, with the intention of full and open competition after a set-aside for small businesses. The project includes addressing facility deficits and enhancing seismic safety, requiring contractors to provide all necessary labor, materials, and equipment for the renovation. The estimated duration for completing the project is 90 days for initial submissions, followed by 720 days after receiving a notice to proceed. This renovation will enhance the administrative functions of a 13,469 square foot area supporting various VA services. The notice is purely informational at this stage, clarifying that no offers are being solicited and that the government is not committed to award a contract at this time.
    This document outlines a government solicitation (RFP 36C26024R0060) issued by the Network Contracting Office 20 for a construction project concerning seismic retrofitting and renovation of Building 3 at the Roseburg VA Healthcare System. The project, valued between $10 million and $20 million, invites submissions exclusively from verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due by September 16, 2024, with a mandatory site visit scheduled for August 23, 2024. Offerors must demonstrate relevant past experience, particularly in VA facility projects, and complete various required submission forms, including the Standard Form 1442. The evaluation process will consider technical experience, past performance, and price, with an emphasis on recent and relevant work. Offerors must provide a minimum of one example of past projects on similar construction or renovation tasks and comply with comprehensive proposal requirements, including representations and certifications regarding their business status and operational integrity. The document reinforces established contracting procedures within a federal context, ensuring compliance with various regulations for public procurement while fostering opportunities for small and veteran-owned businesses.
    The document details an amendment to a government solicitation identified by the number 36C26024R0060, specifically issued by the NCO 20 Network Contracting Office in Vancouver, WA. The amendment corrects the due date for offers to September 16, 2024, at 12 PM PST and adds an additional site visit scheduled for August 30, 2024, at 10 AM PST at the Roseburg VA Healthcare System. Participants will meet a designated point of contact, Mark Rodgers. The document notes that there is no change to the deadline for Requests for Information (RFI), which remains due on the same date as the offers. The amendment serves to provide clarity and updates on important dates while ensuring that terms and conditions from prior documents remain in effect. This is a standard process in government solicitations to keep bidders informed and facilitate a smooth bidding process.
    This document pertains to Amendment 0002 of Request for Proposal (RFP) 36C26024R0060, which is related to the Project 653-21-102 for the Building 3 Seismic Retrofit and Renovation at Roseburg, OR VAMC. The primary purpose of this amendment is to communicate the questions and answers collected during the solicitation period to all potential offerors. The amendment details cover the effective date of August 16, 2024, and confirm that all other terms and conditions of the original solicitation remain unchanged and in effect. The document is structured to include sections for contract identification, contractor information, and specific modifications related to the amendment. It emphasizes the requirement for offerors to acknowledge the amendment prior to submission, and it offers multiple methods for this acknowledgment to ensure compliance. The pivotal focus of this amendment lies in transparency during the bidding process and keeping communication open among all bidders, reinforcing the government's commitment to fair and informed competition in public contracting.
    This document is Amendment 0003 to RFP 36C26024R0060 concerning the Building 3 Seismic Retrofit and Renovation project at the Roseburg, OR VA Medical Center. The amendment serves to communicate additional questions and answers addressed during the solicitation period, outlined in Attachment 1. Notably, Specification Section 01 45 00 Quality Control has been entirely removed from the project specifications, with updated details provided in Attachment 2. The amendment ensures that all remaining terms and conditions of the original solicitation are upheld. This modification is deemed necessary for maintaining the integrity and clarity of the proposal process, ultimately ensuring compliance and effective communication with potential contractors. The document reflects the government's continuous efforts to refine project specifications in response to bidder inquiries, thereby enhancing the procurement process.
    This document pertains to Amendment 0004 of Request for Proposal (RFP) 36C26024R0060 related to the seismic retrofit and renovation project at Building 3 of the Roseburg, Oregon Veterans Affairs Medical Center (VAMC). The amendment includes a site visit roster from a conducted site visit on August 23, 2024, which is attached as Attachment 1. Importantly, the amendment clarifies that the proposal submission deadline remains unchanged, with proposals still due on September 16, 2024, at 12:00 PM PT. The document emphasizes the necessity of acknowledging receipt of this amendment as part of the proposal submission process. All previously established terms and conditions of the RFP continue to apply without alteration. The amendment underscores the procedural and administrative changes made under the authority of the relevant Federal Acquisition Regulation (FAR) guidelines. Overall, this document serves to update potential contractors on site visit information while maintaining the overall schedule for proposal submissions.
    The document outlines the construction specifications for the seismic retrofitting and renovation of Building 3 at the Roseburg Veterans Affairs Medical Center. It details various project requirements, emphasizing safety protocols, quality control, and the responsibilities of the contractor, particularly in preserving existing structures and complying with security regulations. Key sections include general requirements for preparation, demolition processes, construction security measures, and environmental controls. It mandates comprehensive documentation processes, including as-built drawings and photographic record-keeping throughout the project lifecycle. The document underscores the need for coordination with the VA medical staff to minimize disruption and maintain utility services during construction. Overall, it serves as a framework for ensuring that the renovation meets safety standards while enhancing the building's structural integrity and functionality for veteran care.
    The document provides specifications for the Seismic Retrofit and Renovation of Building 3 at the Roseburg Veterans Affairs Medical Center. The project is set aside for Service Disabled Veteran Owned Small Businesses, emphasizing the VA's commitment to inclusivity and veteran support. The specifications detail the common work results for plumbing, including definitions, abbreviations, and related work sections. Key requirements include compliance with various engineering standards, ensuring high-quality materials, and strict adherence to safety codes for all plumbing systems. Significant considerations involve the coordination of plumbing with existing systems, maintaining continuous service during construction, and ensuring accessibility for maintenance. The contractor is responsible for submitting detailed shop drawings, ensuring quality assurance throughout the process, and providing as-built documentation upon project completion. This extensive document underscores the importance of meticulous planning and execution in government construction projects, reflecting the need for adherence to federal regulations and standards.
    The Geotechnical Engineering Report prepared for the seismic retrofit of Building 3 at the Roseburg VAMC addresses subsurface conditions and provides recommendations for construction. The project includes renovations aimed at meeting modern seismic standards, with a new elevator addition. The preliminary findings highlight the site's geology as primarily residual soils overlying basalt bedrock and indicate groundwater conditions from previous assessments. Key recommendations include using shallow foundations with an allowable bearing pressure of 5,000 psf and a minimum embedment of 18 inches to account for frost. The report indicates specific earthwork practices, emphasizing the need for careful demolition, site preparation, and fill material requirements to ensure stable foundation support and proper drainage. Moreover, seismic considerations classify the site as Seismic Site Class B, which informs design parameters for earthquake resistance. The report provides detailed insights into earthwork protocols, foundation design, and pavement specifications, all critical for ensuring the structural integrity and safety of the renovated building. Overall, the document serves as a vital resource for compliance and engineering guidance in executing the retrofit project effectively within federal standards.
    The document outlines a renovation project for Building 3 at the VA Roseburg Healthcare System, aimed at modernizing facilities while ensuring compliance with safety and accessibility regulations. Key tasks include replacing interior clay tiles with metal stud and gypsum board walls, upgrading restroom facilities to be code-compliant, and adding an elevator and exit stairs to enhance egress efficiency. The project also involves the complete overhaul of lighting fixtures to energy-efficient LEDs and the reconfiguration of HVAC systems. A phased approach will be implemented for construction, with prior relocation of occupants. Environmental safety measures emphasize the removal of hazardous materials, particularly asbestos and lead-based paints, with strict adherence to disposal regulations. The project's overall goal is to create a fully accessible and safe environment while preserving the historical aspect of the building's exterior. This initiative aligns with government objectives for facility upgrades within the healthcare sector, reflecting a commitment to improve infrastructure for veteran services.
    The document outlines the fire protection enhancements as part of the Seismic Retrofit and Renovation project for Building 3 at the VA Roseburg Healthcare System. It details plans for the demolition and installation of fire alarm and sprinkler systems, requiring careful coordination with existing infrastructure. Key tasks include retaining existing alarm devices and wiring when practical, evaluating equipment for reuse, and connecting to new fire sprinkler water flow switches. Each floor plan specifies existing fire alarm device totals and includes notes on compliance with NFPA standards for safety and performance. Additionally, guidelines are set for ensuring proper drainage, accessibility for maintenance, and structural modifications to accommodate new systems. The overall objective is to modernize the facilities while maintaining high safety standards and compliance with federal regulations. This aligns with government RFPs aimed at improving healthcare infrastructure.
    The document details the specifications and requirements for the seismic retrofit and renovation of Building 3 at the VA Roseburg Healthcare System. Key elements outlined include mechanical, plumbing, and fire suppression system upgrades necessary to meet VA standards and local codes. Notably, it emphasizes the need for seismic bracing, accessibility of fixtures, and coordination among various trades during construction. The construction plans involve demolishing existing infrastructure while protecting essential units and conducting thorough verification of field conditions. The project highlights the installation of new mechanical systems, plumbing fixtures, and backflow preventers, ensuring compliance with updated safety and performance standards. The detailed schedules for plumbing and electrical systems, along with instructions for installation and inspection, reinforce a structured approach to managing complex renovations. Additionally, the document outlines the obligations for contractors regarding quality control and seismic restraint systems, ensuring structural integrity during seismic events. Overall, the initiative underscores the VA's commitment to upgrading healthcare facilities while prioritizing safety, compliance, and effective management of construction processes.
    The document outlines plans for a seismic retrofit and renovation project at Building 3 of the VA Roseburg Healthcare System. The primary focus is on electrical demolition and installation of new systems, adhering to VA standards. The project requires the complete removal of electrical devices such as lighting fixtures and wiring devices, ensuring all abandoned circuits are disconnected and removed. Safety protocols highlight the need for seismic anchorage for new equipment, structural considerations for lighting, and emergency egress lighting systems. Each floor plan details specific notes for the lighting system, including the use of LED fixtures and occupant controls integrated with occupancy sensors. The plan mandates compliance with local codes and guidelines, including lateral bracing for fixtures and special considerations where circuits cross seismic joints. This renovation reflects the VA's commitment to modernizing healthcare facilities to better serve the needs of veterans while ensuring safety during and after construction. The document provides a comprehensive framework for the project's electrical work, making it essential for contractors involved to follow precisely for effective execution.
    The document outlines the electrical design plans for the seismic retrofit and renovation of Building 3 at the VA Roseburg Healthcare System. It includes electrical power layouts for various floors, detailing modifications to existing electrical systems while ensuring compliance with National Electric Code (NEC) standards and VA specifications. Key tasks involve the installation of new equipment such as panelboards, transformers, and safety disconnects, along with conduit and wiring setups to enhance overall functionality and safety. Special considerations are given to seismic joint requirements and environmental conditions during implementation. The project aims to modernize the healthcare facility's infrastructure, improve energy efficiency, and adhere to safety regulations, demonstrating the VA’s commitment to providing high-quality care through upgraded facilities.
    The document outlines the structural enhancements and seismic retrofitting plans for Building 3 at the VA Roseburg Healthcare System. It includes detailed architectural and engineering drawings showcasing floor elevations, shear wall elevations, and framing plans necessary for renovation. The project emphasizes the installation of shotcrete shear walls, rebar reinforcement, and the integration of various components such as concrete columns and openings, crucial for structural stability. Key notes detail specifications for existing structures, including the need for coordination with mechanical and electrical systems. The design reflects holistic safety measures, prioritizing compliance with federal standards to ensure the building's integrity under seismic conditions. Additionally, it incorporates elements for drainage, slab thickness, and mounting for mechanical components. The documentation serves as a vital resource for contractors involved in the construction phase, ensuring their adherence to the outlined technical requirements and restoring the facility to meet current health and safety standards. Overall, the endeavor showcases the VA's commitment to modernizing healthcare infrastructure while adhering to safety protocols.
    The document outlines the details of a seismic retrofit and renovation project for Building 3 at the VA Roseburg Healthcare System. It includes critical project specifications such as the project number (653-21-102), drawing title, and relevant stakeholder information, including the architect and engineers involved. The document highlights specific construction tasks, namely porch framing upgrades and column enhancements, aimed at reinforcing structural integrity. The project is carefully approved for construction and marked as fully sprinklered, emphasizing safety compliance. It features participation from multiple consulting firms, namely Blue Trident, LLC and Reid Middleton, Inc., with a focus on modernizing healthcare infrastructure. This initiative reflects the government’s continuous effort to enhance facilities, ensuring they meet contemporary standards for seismic safety, structural reliability, and operational efficiency.
    The document outlines structural and construction specifications for the seismic retrofit and renovation of Building 3 at the VA Roseburg Healthcare System. Focused on preserving existing structures while enhancing structural integrity, the plans detail various components, including shotcrete walls, concrete slabs, joists, and reinforcement details. Specific requirements include maintaining existing reinforcements, anchoring methods, and connections to adjacent columns and walls. Key elements consist of the installation of shear walls, ensuring appropriate anchoring with threaded rods and dowels, and using epoxy grout where needed. The design emphasizes scanning existing elements prior to drilling to prevent damage, and specifies clear guidelines for the reinforcement of structures. Included are dimensions and locations for footings, pilasters, and other foundational elements. In the context of government RFPs and grants, this document serves to ensure compliance with safety codes and engineering standards for federal projects. It reflects the government's commitment to maintaining structural safety in healthcare facilities while integrating modern seismic resilience measures. The attention to detail demonstrates the proactive approach required in federal infrastructure projects, emphasizing the importance of meticulous planning and documentation during renovations.
    The document outlines a series of demolition and construction tasks associated with the seismic mitigation of Building 3 at the VA Roseburg Healthcare System. Key actions include the careful removal of existing windows, doors, and associated framing while preserving significant historical elements such as wood cornices and columns. Specific tasks also involve removing concrete and brick walls, staircases, and canopies, as well as safeguarding original materials for potential reinstallation. Additional details include instructions for filling in openings with concrete and brick to match existing structures, relocating security cameras, and refinishing wooden trim. The project emphasizes meticulous documentation and restoration to ensure compliance with historical preservation standards while enhancing the building's structural integrity. This initiative forms part of the federal government’s efforts to upgrade healthcare facilities, ensuring they are functional and safe for use by veterans.
    The document details construction plans for a seismic mitigation project at the VA Roseburg Healthcare System, specifically for Building 3. The project involves roof repairs, including vent removal, patching, and matching tile finishes, while ensuring the protection of existing roof materials during construction. It outlines detailed measures for refurbishing existing wood-framed windows and dormer louvers, repainting exterior wood trim, and cleaning wrought iron railings. Key specifications include replacing specific wall louvers, maintaining the existing brick veneer, and integrating new steel structures, with particular attention to a fully sprinklered system. Safety standards and compliance with building codes are emphasized, reflecting the project's importance in modernizing healthcare facilities while ensuring structural integrity and safety for occupants. The document serves as a reference for contractors responding to the RFP and highlights the requirement for preservation of existing materials wherever feasible, aligning with objectives common in government construction initiatives aimed at efficiency, safety, and adherence to federal standards.
    The document pertains to the construction specifications for a seismic mitigation project at the VA Roseburg Healthcare System. It outlines the construction details related to roof and wall systems, specifying materials such as TPO roofing membrane, gypsum fiber sheathing, and various types of insulation. Key components include the installation of metal studs, air vapor membranes, and rigorous adherence to fire safety and seismic standards. Detailed sequences present materials and methods for modifications such as window refurbishing, door installations, and comprehensive waterproofing procedures for foundational structures. Existing features, including wood-framed elements and brick veneers, are to be preserved or refinished while ensuring structural integrity and moisture resistance. The project aims to enhance the building's safety and functionality by imposing a set of meticulous construction guidelines. It emphasizes compliance with federal regulations and the VA's commitment to maintaining a safe, functional healthcare environment through systematic upgrades. This initiative aligns with larger goals of infrastructure improvement, emphasizing the importance of safety in public facility operations.
    The document details the architectural and construction plans for seismic mitigation of Building 3 at the VA Roseburg Healthcare System. It outlines a comprehensive set of renovation and design specifications, emphasizing the seismic safety of the structure. The plans include interior elevations, corridor enhancements with wood slat ceilings, and the installation of distinct lighting fixtures. Key elements also address the painting of exposed steel and wood structures, signage specifications, and the regulation-compliant arrangement of office furniture. Blue Trident, LLC is the contractor overseeing the project, with a focus on creating a fully sprinklered facility while adhering to federal guidelines. The documentation showcases various room layouts, required materials, and structural integrations essential for enhancing the building’s resilience and functionality. This initiative reflects the VA's commitment to improving healthcare infrastructure for veterans by ensuring safety and modernization within its facilities.
    The document outlines the specifications for a flooring and built-in cabinetry project at the VA Roseburg Healthcare System. It details materials to be used, including lower and upper cabinets, solid surface countertops, various types of flooring such as carpet tiles and bio-based polyurethane plank flooring, and ceramic tiles for wall applications. Additionally, it includes installation requirements and color palettes to ensure a cohesive design throughout the facility. The project, identified as a seismic retrofit and renovation, emphasizes adherence to safety standards, utility access, and aesthetic consistency in line with VA guidelines. Key components also include fire alarm systems and renovations to toilet, locker, and shower rooms, ensuring compliance with building codes and improving functionality. The specifications reflect a commitment to enhancing the healthcare environment for veterans while maintaining rigorous safety and quality standards.
    This government document outlines the instructions and requirements for a construction solicitation related to the VA Roseburg Health Care System, specifically the remodel of Building 57. It emphasizes that pricing is fixed and stresses the importance of accuracy in the proposal pricing schedule. The document classifies various construction tasks into divisions aligned with the Construction Specification Institute (CSI) structure and mandates that all areas highlighted in yellow must be filled out for compliance. The entire price schedule is for informational purposes only, with various specific categories, including general requirements, facility services, and site infrastructure, detailed but listed as N/A. There are clear guidelines regarding overhead, taxes, and profit margins. The proposal is ultimately deemed noncompliant if any required information is not provided or inaccurately completed. The document aims to ensure a structured approach to bidding on the project, maintaining clarity regarding deliverables and pricing logic.
    This document outlines responses to construction-related inquiries, specifically regarding changes in wall types and mechanical unit placements in a building project. It confirms that certain walls can be constructed with lightweight studs, while others need alterations in their design as per structural engineering guidelines. Specific wall types are to be modified, including the removal of wall type A8 and replacements with type A2. Additionally, the placement of mechanical units needs to shift to designated areas, ensuring proper integration within the ceiling designs. The responses also clarify details about the ceiling structures and specifications for materials used, emphasizing the importance of clean-cut edges for aesthetics. Finally, modifications in referenced structural details indicate the ongoing adjustments required to align with material specifications and mechanical layouts. Overall, this document serves to ensure compliance with architectural and structural frameworks while facilitating the execution of the project.
    The document outlines a series of questions and answers regarding a Request for Proposals (RFP) related to a project involving security systems and video surveillance for a VA facility. Key topics addressed include fixture specifications, the existing security system (Notifier), and clarification on proposal due dates, which are confirmed as September 16, 2024, at 12:00 PM PT. The project is noted as an extension of the existing Schneider Electric security system and does not require new security panels, software licenses, or servers. The existing video surveillance infrastructure, particularly Pelco cameras and recorders, will remain in place, with no new cameras or network requirements. Additionally, it is stated that the contractor is responsible for ensuring the functionality of existing systems after the project, including the removal and reinstallation of public address systems. The document emphasizes the project's alignment with VA specifications while underscoring that no new major hardware or infrastructure will be installed. Overall, it indicates a focus on utilizing and optimizing existing systems as opposed to implementing new technology.
    The document outlines a site walk sign-in for the federal project titled "Building 3 Seismic Retrofit" under project number 653-21-102, scheduled for August 23, 2024, at the Roseburg VA Healthcare System in Roseburg, Oregon. The onsite facility contact is Mark Rodgers, with additional contracting points of contact being Meredith Valentine, Stephen Slaby, and Sandra Snediker. The document lists attendees, their affiliations, and contact information likely for coordination during the project. This retrofit project aims to enhance the seismic safety and structural integrity of Building 3, ensuring compliance with federal regulations concerning safety in government facilities. The presence of multiple contracting points of contact indicates an organized approach to communication and project management. Overall, this document serves administrative purposes crucial for keeping track of participants and ensuring effective partnerships in the project's execution.
    The document outlines the specifications for the seismic retrofit and renovation of Building 3 at the Roseburg VA Medical Center, under Project No. 653-21-102. This federally funded construction project is set aside for service-disabled veteran-owned small businesses and includes comprehensive details on safety, construction requirements, environmental controls, and operational protocols. The project entails site preparation, demolition, and the installation of various building systems, while adhering to VA standards. Key specifications include safety and security management, procedures for handling hazardous materials, and strict documentation protocols to ensure compliance with regulations throughout construction. The contractor is responsible for the coordination and execution of tasks, maintaining communication with VA officials, and providing comprehensive reporting on operational processes and warranty management. The emphasis on protecting existing structures and vegetation, alongside substantial guidelines for material disposal, highlights the project's commitment to sustainable practices. This undertaking represents the government's effort to enhance healthcare facilities while maintaining strict adherence to safety protocols and quality standards.
    The document outlines requirements for past performance references as part of government Request for Proposals (RFPs). It emphasizes that offerors must provide contact information for references related to their previous projects, which will be used to evaluate their performance history. If a reference cannot be contacted, it would lead to disqualification for that reference and could result in a neutral past performance rating if no other verifiable references are available. The structured format includes fields for the project name, customer contact details, phone number, email, and the relevance of the project to the current solicitation. This documentation is crucial for assessing an offeror's capability and reliability in fulfilling government contracts, highlighting the significance of demonstrated past performance in the procurement process.
    The document outlines the technical experience submission requirements for offerors responding to federal and state RFPs. It includes essential fields for offerors to fill out, such as their name, address, project name, contract details, completion dates, total contract value, and a description of the work performed. Offerors are required to provide information on responsibility roles, project relevancy to the solicited work, any problems encountered during the contract, and whether subcontracts were used. The information aims to assess the offeror's capability and experience relevant to the project being bid on. This structured approach is designed to ensure that potential contractors can demonstrate their ability to meet the technical and operational demands of the solicitation, helping the government make informed decisions on contract awards.
    The project involves a seismic retrofit and comprehensive renovation of Building 3 at the Roseburg VAMC campus, encompassing a total area of 13,250 square feet. Key components of the work include demolition, new construction, interior alterations, and improvements to exterior drainage and grading, as well as the addition of an elevator and stair tower. All construction activities will be executed by the contractor without the building being occupied, ensuring safety and uninterrupted workflow. Coordination with VA staff will be vital, requiring regular project meetings to facilitate communication. These meetings will occur weekly, with the contractor responsible for organizing agendas and minutes. The overall timeline for project completion includes a preliminary 90 days for submittals and a total of 720 days for construction after receiving the Notice to Proceed. This project not only aims to enhance operational efficiency within the building but also aligns with emergency preparedness and infrastructure strengthening initiatives, reflective of the VA’s commitment to modernizing its facilities.
    The document outlines wage determination specifics under the Davis-Bacon Act for building construction projects in Douglas County, Oregon, as of June 7, 2024. It establishes that contractors must pay covered workers minimum hourly wages—$17.20 under Executive Order 14026 or $12.90 under Executive Order 13658—based on contract terms initiated or renewed after specified dates. The wage rates for various construction classifications, such as heat and frost insulators, bricklayers, operators, and laborers, are provided, including rates and fringe benefits. The document also addresses additional requirements related to paid sick leave for federal contractors, emphasizing compliance with federal labor standards. It explains classifications and identifiers for different wage rates, highlighting the importance of accurate wage determinations and the appeal process for contractors and interested parties. Such determinations address prevailing wages based on local surveys or state-adopted rates. This detailed framework supports government contracting, ensuring fair labor compensation and adherence to labor regulations in federally funded construction projects. The content is structured with relevant headings and clear sections, making it accessible while conveying essential regulatory information for contractors within the context of government RFPs and grants.
    Similar Opportunities
    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--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.
    692-CSI-101 New MRI Site Prep
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the "692-CSI-101 New MRI Site Prep" project, which involves site preparation for new MRI installations at the White City SORCC and Portland VA Medical Center in Oregon and Washington. The project requires extensive civil work, including site grading, utility adjustments, and the installation of modular MRI units, with a focus on adhering to safety and environmental regulations. This procurement is critical for enhancing medical imaging capabilities at the VA facilities, ensuring that veterans receive timely and effective healthcare services. Interested contractors should contact Meredith F. Valentine at Meredith.Valentine@va.gov or Helen Woods at Helen.Woods@va.gov, with proposals due by September 20, 2024, following organized site visits.
    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.
    White City VAMC Damper and Detector Inspection
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for fire safety damper and detector inspection services at the White City Veterans Affairs Medical Center (VAMC) in Oregon. The project requires comprehensive inspections of life/safety support devices, including smoke and heat detectors, in accordance with National Fire Protection Association (NFPA) standards. This initiative underscores the importance of maintaining safety measures in healthcare facilities, particularly those serving veterans, and is set aside exclusively for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a total award amount of $41.5 million. Interested parties must submit their quotes by September 17, 2024, and direct any questions to Brian Millington at brian.millington@va.gov by September 13, 2024.
    Y1DA-- 650-345 Expand and Renovate Space for New MRI (VA-25-00001326) (VA-25-00001326)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Firm-Fixed-Price contract to expand and renovate space for a new MRI at the Veterans Affairs Medical Center located in Providence, Rhode Island. The project involves comprehensive site preparation, including demolition, construction, and installation of various systems such as HVAC, electrical, plumbing, and fire safety, with work expected to occur outside of normal operating hours due to the facility's 24/7 status. This construction initiative is crucial for enhancing medical services provided to veterans, with a contract value estimated between $10 million and $20 million. Interested small businesses must submit inquiries in writing to both Contract Specialist Kathryn Allison and Contracting Officer Dean W. Flanders, with the solicitation anticipated to be issued around October or November 2024.
    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.
    Annual/Semi-Annual Hood Cleaning and Inspection Service, Roseburg VAHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for annual and semi-annual hood cleaning and inspection services at the Roseburg VA Medical Center in Oregon. The contract, which spans five years with several option years, requires compliance with NFPA 96 standards and includes thorough cleaning of kitchen exhaust hoods, ducts, and grease filters, along with strict documentation and safety protocols. This procurement is particularly significant as it is set aside for small businesses, emphasizing the government's commitment to supporting such enterprises, with a total contract budget of $47 million. Interested contractors must submit their quotes by September 18, 2024, at 5:00 PM PT, and can direct inquiries to Christine Thomas at christine.thomas1@va.gov.
    H212--Fire Alarm Inspection, Testing, Maintenance, & Monitoring Base Plus 4 // 653 Roseburg //
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs seeks a vendor for the Roseburg VA Medical Center's fire alarm system requirements. The chosen provider will manage inspection, testing, maintenance, and monitoring services, ensuring the system's integrity and compliance with safety standards. This service-disabled veteran-owned small business (SDVOSB) set-aside procurement is overseen by Contracting Specialist Tyrone Whalen, with a solicitation deadline of September 16, 2024, at 5:00 PM ET. Based in Roseburg, Oregon, the medical center seeks a comprehensive solution to maintain its fire safety infrastructure.
    Z2DA--Montana VA Surgical Suite Floor Renovation Project: 436-24-121
    Active
    Veterans Affairs, Department Of
    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.