Y1PZ--402-24-001 Close and Infill Underground Vaults Togus VA Medical Center
ID: 36C24125Q0062Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Site Preparation Contractors (238910)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the project titled "Y1PZ--402-24-001 Close and Infill Underground Vaults" at the Togus VA Medical Center in Augusta, Maine. The primary objective of this procurement is to investigate and infill underground vaults, ensuring compliance with safety regulations and building codes while maintaining structural integrity. This project is crucial for mitigating potential safety hazards associated with the underground structures and enhancing the overall infrastructure of the VA facility. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their quotes by February 28, 2025, at 3 PM EST, and can direct inquiries to Contract Specialist Diane C. Davis at diane.davis2@va.gov. The anticipated construction cost ranges between $100,000 and $250,000, with specific requirements for performance and payment bonds.

    Point(s) of Contact
    Alexandru SavaContract Specialist
    Alexandru.Sava@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Quotes (RFQ) for construction services concerning project number 402-24-001, which involves closing and infilling underground vaults at the Togus VA Medical Center in Augusta, Maine. The contractor is required to conduct a thorough investigation of the underground structures and provide a feasibility report on infilling options, adhering to applicable building codes and VA standards. This contract is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, mandating that offerors are both visible and verified through the Small Business Administration (SBA). Key submission deadlines are emphasized: a site visit is scheduled for February 7, 2025, with questions due by February 14, 2025, and quotes must be submitted via email by February 21, 2025. The anticipated construction cost ranges between $100,000 and $250,000, necessitating performance and payment bonds from the contractor. The project aims to ensure safety and structural integrity through required levels of oversight and compliance with federal contracting regulations. Additionally, provisions regarding equal opportunity, affirmative action, and compliance certifications are underscored throughout the solicitation materials. Overall, the RFQ reflects the government’s commitment to leveraging small business participation in public contracts.
    The Department of Veterans Affairs (VA) is seeking potential contractors for construction services related to the closing and infilling of underground vaults at the Togus VA Medical Center in Augusta, Maine. This notice is a part of market research and is not a solicitation. Interested firms must indicate their intention to submit proposals by the response deadline of November 14, 2024, and provide detailed information including their qualifications, business type, and technical expertise. The selected contractor will conduct a thorough investigation of underground structure conditions, providing a final report that encompasses structural dimensions and materials, as well as the feasibility of infilling the structure with suitable materials to prevent collapse. The project emphasizes the importance of having an active registration in the System for Award Management (SAM) and certification for service-disabled or veteran-owned businesses. Overall, this notice serves as a preliminary step to gauge interest and qualifications before a formal solicitation for bids occurs.
    The document outlines an amendment related to a Request for Proposal (RFP) issued by the Department of Veterans Affairs (VA) for a project concerning the investigation and potential infilling of underground structures at the VA Medical Center in Togus, Maine. The primary purpose of this amendment is to extend the deadline for bid submissions from February 21, 2025, to February 28, 2025, at 3 PM EST. It also includes the requirement for the contractor to conduct a comprehensive investigation of the underground conditions and report on the feasibility of infilling with gravel or other materials. The work must adhere to current building codes, industry standards, and VA standards. Additionally, the amendment references a site visit sign-in sheet from a meeting held on February 7, 2025, which may provide further context for potential bidders. Overall, this document highlights the VA's efforts to manage infrastructure requirements while ensuring compliance with relevant safety and regulatory norms.
    The amendment to solicitation RFQ 36C24125Q0062, issued by the Department of Veterans Affairs, extends the deadline for offers to February 28, 2025, at 3 PM EST. The amendment also addresses inquiries from potential bidders regarding the project specifications, particularly the infilling of an underground vault. Key points include the contractor's discretion regarding fill material—options such as gravel, flowable fill, and sand are acceptable—but must prevent structure collapse. Removal of the visible check valve is excluded from the scope, and restoration of the site should leave it as undisturbed as possible. The VA has not conducted prior investigations of the vault but estimates its volume to be 40,000 cubic feet for cost estimation purposes. The contractor is responsible for obtaining necessary environmental permits, which will need to accompany their Environmental Protection Plan. Pricing for various fill options should include unit costs, with flexibility for future modifications. Overall, the amendment clarifies technical requirements and the bidding process for interested contractors, ensuring compliance and attention to environmental controls.
    The VAAR 852.219-75 outlines the limitations on subcontracting for service and construction contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Under this regulation, contractors must ensure that no more than 50% of the government-awarded funds for services, 85% for general construction, and 75% for special trade construction are paid to non-certified firms. Any further subcontracts by similarly situated SDVOSBs/VOSBs are counted toward these limitations. The offeror certifies compliance with these requirements and acknowledges the risk of penalties for false statements, including potential fines and prosecution. Furthermore, contractors are required to maintain documentation to substantiate compliance, and failure to do so may lead to remedial actions by the VA. The formal certification must be submitted with bids, and failure to provide it results in ineligibility for contract award. This document reinforces the VA's commitment to supporting veteran-owned businesses while ensuring accountability and compliance within federal contracting processes.
    The project titled "402-24-001 Close and Infill Underground Vaults" at the Togus campus aims to investigate and mitigate potential safety hazards posed by a previously discovered underground structure. Initiated on September 24, 2024, by Abigail Campbell, the project encompasses a preliminary full investigation of the underground site, including an assessment of its condition, dimensions, entry points, and materials. Following the investigation, the contractor will report findings and propose solutions for infilling the structure to prevent collapse. The work, classified under pre-award submission, is not scheduled to be completed in a single shift and is expected to take less than six months. Precautions for maintaining safety and minimizing impact on nearby facilities are outlined, emphasizing the importance of communication with affected parties and adherence to infection control measures. Excavation and confined space entry require careful planning, validated through various safety protocols. Consultation with infection prevention specialists is also incorporated into the pre-construction risk assessment process. This project focuses on enhancing safety and compliance while addressing underground structural challenges effectively.
    The VA Maine Healthcare System document discusses various aspects of the healthcare facility located in Augusta, Maine, focusing on its operations and compliance requirements. It outlines key administrative and operational details, highlighting the importance of adherence to set guidelines and regulations that govern healthcare services. The document emphasizes the ongoing efforts to maintain and enhance healthcare quality while addressing logistical and operational challenges. Specific requirements and standards for safety, accessibility, and program effectiveness are reiterated to ensure that services align with federal and state regulations. Overall, this file illustrates the VA Maine Healthcare System’s commitment to delivering high-quality care while adhering to regulatory frameworks, thereby ensuring patient safety and operational integrity.
    The VA Maine Healthcare System seeks a contractor to investigate and infill an underground structure located on the Togus campus. The work involves assessing the structure’s conditions, providing a feasibility report on infilling methods, and executing the infill using approved materials. The contractor must comply with federal regulations, VA standards, and local building codes, managing all aspects including labor, materials, procurement, and inspections. Submittals like meeting minutes, site visit reports, and record drawings must be provided electronically and in hard copy. Safety measures and interim life safety plans during construction are mandated, along with adherence to COVID-19 vaccination guidelines. The project is to be completed during normal hours within 60 days post-award, with details about parking and material storage provided to accommodate limited space. The contract will be overseen by a designated Contracting Officer’s Representative (COR) from the VA Engineering Service Project Section, ensuring compliance throughout the project's duration.
    The document outlines safety management protocols for confined space entries and construction activities at the VA Maine Healthcare System. It includes various safety permits, inspections, and procedures to ensure worker safety during tasks involving hot work, excavation, and crane operations. Key components include confined space checks, pre-lift plans for crane operations, weekly construction area inspections, and interim life safety measures (ILSM) to mitigate risks during construction. The safety protocols emphasize precautions like ventilation, emergency response, use of proper personal protective equipment (PPE), and the requirement for proper signage and inspections to maintain a safe environment. The document underscores the importance of compliance with safety regulations and health standards in government contracting and construction projects. This comprehensive approach reflects the VA's commitment to maintaining high safety standards and protecting personnel, especially in high-risk environments.
    The document outlines the requirements for obtaining a badge for personnel associated with the VA Maine Healthcare System. It specifies the types of badges that can be requested—PIV, NON-PIV, or FLASH—condensing vital personal information necessary for badge application, including name, address, Social Security number, gender, date of birth, and contact details. Furthermore, it emphasizes the importance of completing all highlighted fields to ensure badge issuance. Additional sections detail the verification process by the police through VISTA and VAPS records, documenting the check dates and the status of records found. If all requirements are met, the application progresses to HR for further processing. The document serves as a procedural directive aimed at maintaining security protocols within the Department of Veterans Affairs, emphasizing the importance of detailed identification and record verification for staff working in or around healthcare facilities. Overall, it reinforces compliance with federal standards for personnel identification in government settings.
    The Veterans Health Administration (VHA) Directive 1013(1) outlines the policy for preventing and controlling seasonal influenza through vaccination. It emphasizes the importance of annual influenza vaccination for all individuals aged 6 months and older, detailing updated procedures, responsibilities, and guidelines resulting from amendments made in October 2020. Key changes include refined roles for Healthcare Personnel (HCP), documentation protocols for vaccine administration, and enhanced guidance for addressing vaccine shortages. The directive further defines HCP responsibilities, ensuring the proper distribution and administration of vaccines in compliance with applicable standards. It includes comprehensive sections on the different types of influenza vaccines available, their administration, contraindications, and monitoring for adverse reactions. The directive also highlights recommendations for prioritizing vaccination distribution in the event of shortages, focusing particularly on vulnerable populations. Overall, this directive serves as a critical element of the VA's health promotion efforts and enhances the operational framework for managing seasonal influenza within the VA health system, reflecting the agency's commitment to comprehensive preventative health measures for veterans and healthcare personnel.
    The VA Maine Healthcare System outlines the construction documents for the project "Close and Infill Underground Vaults" at the Togus VA Medical Center. The contractor is tasked with preparing the site for building operations, including demolition and infilling the underground structure located behind the "Cabin-in-the-Woods." Key requirements include adherence to safety protocols, VA security management compliance, and the submission of necessary documentation for review. The document details the general and specific construction requirements, including processes for material submittals, site security, and environmental controls. Each contractor is required to establish a comprehensive warranty management plan, conduct thorough inspections, and maintain precise project scheduling and documentation throughout the construction phase. This initiative reflects the VA's commitment to improving infrastructure while ensuring safety, compliance with regulations, and responsible project management.
    The government document outlines a Request for Proposals (RFP) aimed at securing funding for a significant infrastructure enhancement project. The primary purpose is to solicit proposals from qualified contractors to undertake improvements on a state highway system, addressing aging infrastructure, safety concerns, and transportation efficiency. Key details include project goals such as increasing roadway safety, improving traffic flow, and ensuring compliance with federal and state regulations. The RFP specifies eligibility criteria for bidders, requiring demonstrated experience in similar projects, technical expertise, financial stability, and adherence to environmental standards. The document also elaborates on project timelines, expected milestones, and statutory requirements for public engagement. It emphasizes local and federal grant opportunities available to support the initiative, encouraging partnerships between government entities and private contractors. Overall, this RFP reflects the government's strategic effort to modernize transportation infrastructure while promoting economic development and community safety, highlighting the importance of collaboration to achieve these goals.
    The VA Maine Healthcare System has issued a construction contract for the investigation and potential infilling of an underground structure discovered at the Togus campus. The contractor is required to assess the conditions and feasibility of infilling the structure, which is obscured by vegetation and accessed only through four protruding chimneys. Key tasks include providing a report on findings, coordinating plans with the Contracting Officer's Representative (COR), and performing construction services for infilling following VA and building regulations. The project emphasizes compliance with safety regulations, comprehensive management of materials, and timely submissions of documentation, including reports, meeting minutes, and record drawings. Work is scheduled to occur during normal business hours, with strict controls on any disruptions to facility functions and utilities. The contractor is responsible for site safety, proper disposal of debris, and obtaining necessary badging for personnel. This contract reflects the VA's commitment to maintaining safe and functional facilities while following rigorous standards for construction and oversight, making it an essential part of ongoing healthcare infrastructure improvements.
    The document appears to contain fragmented information, largely indecipherable due to encoding or data corruption. It may be associated with federal and state RFPs (Request for Proposals) and grants, indicating potential procurement or funding opportunities. The key focus suggests efforts to secure services or funding for projects relevant to government operations. Key points may include references to various guidelines and compliance measures likely needed for submitting proposals. The original structure appears to be disrupted, offering little coherent information. However, this document could have aimed to outline processes related to project applications, vendor qualifications, and evaluation criteria typically associated with government funding sources. Given its context within federal and state grants, it seems the purpose was to provide foundational information for prospective applicants to understand necessary steps and the importance of compliance with governmental rules. The document's inability to convey clear and structured content reflects the challenges in accessing vital government resources, highlighting the need for effective communication in government contracting and funding processes.
    Similar Opportunities
    F014--Tree Removal
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Tree Removal Services for the Togus VA Medical Center located in Augusta, Maine. The procurement includes tree removal, stump grinding to a minimum depth of six inches, chipping or hauling away debris, and mulching with environmentally safe coloring, with the contract structured as a base year plus one option year. This service is crucial for maintaining the safety and aesthetics of the medical center's grounds, ensuring compliance with environmental regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their firm fixed price quotes, along with a completed Limitation of Subcontracting form and a technical capabilities proposal, by December 26, 2025, at 5:00 PM EST. For further inquiries, contact Kenya R. Mitchell at Kenya.Mitchell1@va.gov.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    Z1DA--648-24-701 EHRM Infrastructure Upgrades Phase 2 Construction - Portland, OR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for the Design-Bid-Build EHRM Infrastructure Upgrades Phase 2 project at the Portland VA Health Care System, which encompasses significant construction and infrastructure enhancements in Portland, OR, and Vancouver, WA. The project requires contractors to assess existing conditions, perform demolition, and provide comprehensive labor, materials, and supervision across various disciplines, including civil, plumbing, mechanical, electrical, and electronic work. This initiative is crucial for upgrading the facility's infrastructure, including fiber optic installations, HVAC systems, and fire safety measures, ensuring improved operational efficiency and safety for veterans. The solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be issued as an Invitation for Bid (IFB) in late October 2025, with an estimated construction value between $5 million and $10 million and a performance period of approximately 365 days. Interested parties can direct inquiries to Contract Specialist Sierra Tate at Sierra.Tate@va.gov or by phone at 216-447-8300.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, focusing on critical infrastructure improvements including dam spillway modifications and drainage enhancements. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with Colorado state regulations while modernizing cemetery facilities. Interested bidders must submit their proposals electronically by January 14, 2026, at 2:00 PM EST, with a virtual bid opening scheduled for the same day at 2:15 PM EST. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    Y1DA--St. Cloud VAHCS Replacement/Addition Steam Mains Presolicitation Notice
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the replacement and addition of steam mains at the St. Cloud VA Health Care System in Minnesota, under Project Number 656-21-114. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) program. The project involves the complete removal and replacement of existing steam line vaults and the installation of new steam piping infrastructure, with a construction magnitude estimated between $5,000,000 and $10,000,000. The Invitation for Bid (IFB) solicitation is expected to be issued on or about December 29, 2025, with a performance period of 640 calendar days from the Notice to Proceed. Interested bidders should direct inquiries to Contracting Specialist Jeffrey Brown at Jeffrey.Brown8@va.gov or by phone at 651-293-3009.
    Replace Steam Trench Cap
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the steam trench cap at the Amarillo VA Medical Center in Texas. The contractor will be responsible for providing all necessary labor, equipment, tools, materials, and supervision to remove the old trench cap and install a new one, adhering to the detailed specifications outlined in the Statement of Work. This project is critical for maintaining the infrastructure of the medical facility, ensuring continued operational efficiency and safety. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or call 915-282-1732 for further details. The procurement process includes stringent requirements for site operations, material management, and compliance with VA security protocols, with a focus on minimizing disruption to existing medical services.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.