RFP for PROJ: 673-18-617) AE Upgrade Facility Security Phase II
ID: 36C24825R0066Type: Presolicitation
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

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due May 28, 2025, 8:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for the Upgrade Facility Security Phase II project at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. This procurement, designated as a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves the installation of a new Personal Identity Verification (PIV) system and upgrades to the Physical Access Control Systems (PACS), with an estimated project budget between $5 million and $10 million. The project is critical for enhancing security measures at the facility, ensuring the safety of veterans and staff while complying with federal regulations. Interested contractors must submit their proposals electronically by May 7, 2025, following a mandatory site visit on May 1, 2025, and can contact Contracting Officer Kenneth Caryer at kenneth.caryer@va.gov for further information.

Point(s) of Contact
Kenneth CaryerContracting Officer
(813) 616-9487
kenneth.caryer@va.gov
Files
Title
Posted
Apr 16, 2025, 8:06 PM UTC
The government solicitation 36C24825R0066, issued by the Department of Veterans Affairs, seeks proposals for the "Upgrade Physical Campus Security Phase II" project at the James A. Haley VA Hospital in Tampa, Florida. The contractor will be responsible for providing a range of professional services, including site investigation and the installation of a new Personal Identity Verification (PIV) and Physical Access Control System (PACS). The project, classified under NAICS Code 236220, has a budget estimated between $5 million and $10 million, and the performance period is set for 365 calendar days from the notice to proceed. Key requirements include adherence to standardized wage determinations and compliance with various regulations such as the Buy American requirement and affirmative action for equal employment opportunity. A formal site visit is scheduled for May 1, 2025, to familiarize potential contractors with the project’s specifics. Interested parties must submit their proposals electronically, with a deadline for requests for information set for May 7, 2025. The solicitation emphasizes the importance of safety, compliance, and proper bonding to ensure project success while adhering to federal guidelines. This project demonstrates the VA’s commitment to enhancing security measures at its facilities, thereby prioritizing the safety of veterans and staff.
Mar 10, 2025, 7:06 PM UTC
The presolicitation notice from the Department of Veterans Affairs outlines a set-aside contract for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) related to the Bid-Build Upgrade Facility Security, Phase II (Project # 673-18-617) at the James A. Haley Veterans Affairs Medical Center in Tampa, FL. The anticipated project cost is estimated between $1 million and $2 million, categorized under NAICS code 236220 for Commercial and Institutional Building Construction. This presolicitation serves to inform potential bidders that the project is specifically reserved for certified SDVOSBs, as per 38 U.S.C. 8127 regulations concerning veteran-owned business opportunities. Contractors must ensure compliance with SBA’s Veteran Small Business Certification Program (VetCert) and remain registered in SAM.gov throughout the contract duration. The notice emphasizes the importance of qualifying status for bidders to participate, with submissions due by April 7, 2025, and an anticipated solicitation posting date around March 27, 2025. The document reinforces the commitment of the VA to supporting SDVOSBs and outlines requirements for certification, compliance, and limitations on subcontracting, ensuring participation rules are clear for those interested in this opportunity.
Apr 16, 2025, 8:06 PM UTC
The Federal Government is issuing a presolicitation notice for the Upgrade Facility Security Phase II project at the James A. Haley Veterans Affairs Medical Center in Tampa, FL. This project (RFP # 36C24825R0066) is designated as a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under the authority of 38 U.S.C. 8127 and the NAICS code 236220 for Commercial and Institutional Building Construction, with a project magnitude between $5 million and $10 million. The primary scope includes the installation of a new Personal Identity Verification (PIV) system and upgrading Physical Access Control Systems (PACS). The presolicitation emphasizes that only certified SDVOSBs can submit bids, requiring prospective contractors to be registered with the SBA Veteran Small Business Certification Program at the time of submission and contract award. Offers from non-certified businesses will be deemed non-compliant. The anticipated solicitation posting is set for March 27, 2025, and contractors must remain registered in the SAM.gov portal throughout the contract period. For any inquiries, Kenneth Caryer, the Contracting Officer, can be contacted directly. The notice outlines essential documentation and specifications which will support the project ahead of its official solicitation.
The document pertains to VAAR 852.222-71, which mandates compliance with Executive Order 13899, addressing the issue of anti-Semitism in alignment with Title VI of the Civil Rights Act of 1964. Key obligations for contractors include the timely disclosure to the Contracting Officer of any credible evidence of violations related to anti-Semitism committed by their personnel during the contract's award, performance, or closeout. Additionally, contractors are required to incorporate these provisions into all subcontracts or purchase orders to ensure accountability throughout the supply chain. This clause emphasizes the federal government's commitment to combating anti-Semitism and upholding civil rights within its contracting processes.
The document addresses wage determination for construction projects in Hillsborough County, Florida, under the Davis-Bacon Act. It outlines minimum wage rates mandated by Executive Orders 14026 and 13658 for federal contracts. If contracts commence or extend after January 30, 2022, workers must earn at least $17.75 per hour; contracts from January 1, 2015, to January 29, 2022, require a minimum of $13.30. It specifies rates for various construction roles, including asbestos workers, elevator mechanics, operators, and trades such as plumbing and electrical work. The wage determination notes that rates may be adjusted annually and includes references to worker protections and sick leave obligations under Executive Order 13706. Appeals for wage determinations or conformance can be submitted to the Wage and Hour Division of the U.S. Department of Labor. The document is structured to provide wage rates, classifications, and procedures for addressing disputes, aiming to establish compliance for federal and local contractors in building construction projects, thereby promoting fair labor standards.
Apr 16, 2025, 8:06 PM UTC
The Divisional Breakdown Sheet outlines the organization and allocation of resources across various divisions within a federal or state government project. It highlights the key objectives, specific tasks, and responsible units that will execute these tasks. Each division is expected to adhere to budgetary constraints, timelines, and compliance standards associated with government funding and grants. The document organizes information into distinct sections that cover project scope, division responsibilities, reporting structures, and expected outcomes, thereby facilitating accountability and transparency in governmental operations. This detailed framework is essential for fostering effective project management and ensuring that all divisions align with the overarching goals of securing federal, state, or local grants and RFPs. Overall, the document serves as a critical tool for enabling systematic coordination and effective execution of government initiatives.
Apr 16, 2025, 8:06 PM UTC
Apr 16, 2025, 8:06 PM UTC
The provided document outlines the requirements for bidders/offerors participating in a federal or state contracting process, focusing on their safety and environmental records. It mandates that bidders submit a certification of their past safety records, ensuring no more than three serious OSHA or EPA violations in three years. If this benchmark isn't met, an explanation and detailed information regarding those violations must be provided. Bidders are also required to present their Experience Modification Rate (EMR) from their insurance carrier, with additional documentation required if the EMR exceeds 1.0. Self-insured or uninsured bidders must obtain their EMR rating from the National Council on Compensation Insurance (NCCI) or their state insurance bureau if applicable. This comprehensive evaluation includes a pre-award contractor safety and environmental record evaluation form, necessitating various safety data for several years. The document emphasizes accuracy in reporting and submission of relevant documentation, underscoring the government's approach to ensuring contractor responsibility and compliance with safety and environmental standards. This detail is crucial for assessing contractors' qualifications in the bidding process for federal and state contracts.
Apr 16, 2025, 8:06 PM UTC
The VA is soliciting proposals for a project involving the upgrade of physical security systems at the James A. Haley VA Hospital. Offerors must obtain proposal materials electronically from the Contract Opportunities website and register as interested vendors. A mandatory site visit is scheduled for May 1, 2025, followed by submission of proposals due no later than May 7, 2025. The RFP outlines requirements for proposal preparation, including the separation of technical and price submissions, and emphasizes accuracy, completeness, and adherence to submission guidelines. Proposals will be evaluated based on a series of technical factors: understanding of the project, relevant experience, capabilities in construction management, and past performance. Offerors must demonstrate compliance with federal regulations such as SAM registration and VETS 4212 reporting. A bid guarantee is required with proposals, and selected contractors must provide performance and payment bonds after award. The document emphasizes the importance of clarity in proposals and indicates that non-compliance with requirements could lead to proposal rejection. Overall, the RFP aims to ensure a fair and compliant procurement process while enhancing the security infrastructure of the facility.
Apr 16, 2025, 8:06 PM UTC
The document outlines records management requirements for federal contracts, especially those involving Federal records created or handled by contractors. It emphasizes the necessity for clarity regarding legal obligations for managing these records while integrating them into procurement processes. Key points include the definition of a "Federal record," compliance with relevant laws like the Federal Records Act and the Privacy Act, and the responsibility of contractors to securely manage, preserve, and report on records. Specific requirements detail the prohibition of unauthorized disclosures, the necessity for proper handling of sensitive information, and the ownership of data and records by James A. Haley Veterans’ Hospital and Clinics, which can use or dispose of these records as needed. Contractors are also mandated to ensure training for personnel handling records and to flow down these requirements to subcontractors. This comprehensive framework is critical for maintaining proper records management and compliance in government contracting contexts, particularly for RFPs and grants.
Apr 16, 2025, 8:06 PM UTC
Wavelynx Technologies has introduced the Ethos™ line of PKI readers, engineered to meet high-security standards suitable for government applications. These readers leverage unique encryption protocols to comply with FIPS 201-2 for user verification and supports OSDP for smart card interactions. Key features include support for various credential types (PIV, CAC, TWIC), remote firmware upgrades, and tamper detection capabilities. The models offer flexible mounting options and a robust design, making them suitable for both indoor and outdoor installations while meeting stringent certifications such as NIST SP-800-116 and IP55. The technical aspects include operational temperature ranges, voltage requirements, and size specifications, making them compatible with varied security systems. By accommodating smart card operations, these readers facilitate Federal Identity, Credential, and Access Management requirements. The document targets government entities by providing detailed specifications to support procurement efforts in response to RFPs and grants for secure identity verification technologies.
Apr 16, 2025, 8:06 PM UTC
The document is a Past Performance Questionnaire related to the United States Department of Veterans Affairs contract for the BB Upgrade Facility Security Phase II project. It outlines instructions for contractors to complete their information and request references to fill out the questionnaire assessing the contractor’s past performance. The reference contacts are required to evaluate various performance metrics on a scale of 1 to 5, including contractor supervision, problem resolution, quality control, and responsiveness to changes. Additionally, respondents must indicate whether the contractor was ever issued a notice regarding performance issues and whether they would award future contracts to the contractor. This form is utilized to gauge contractor reliability and effectiveness in meeting contract requirements, critical for federal procurement assessment and decision-making processes. The goal is to ensure that contractors have demonstrated satisfactory performance in previous projects before being awarded new contracts. This document plays a vital role in enhancing the transparency and accountability of government contracting practices.
Apr 16, 2025, 8:06 PM UTC
The James A. Haley VA Hospital's Upgrade Security Phase II project aims to enhance the facility's security by installing a new Personal Identity Verification (PIV) and Physical Access Control System (PACS) at selected doors in Building 1. The project requires professional services, materials, and compliance with federal, state, and VA regulations, with a performance period of 365 days. Key tasks include adhering to design specifications, integrating security systems, replacing doors, and ensuring infection control measures are in place. Contractors must use specific equipment, provide workers trained in OSHA standards, and attend weekly progress meetings. Employee conduct, identification, and safety protocols are strictly outlined, emphasizing professionalism and compliance with safety regulations. The project underscores the VA's commitment to security upgrades while maintaining a safe environment for staff and patients, ensuring all work aligns with the latest VA guidelines and standards.
Apr 16, 2025, 8:06 PM UTC
The file outlines the construction documents for the "Upgrade Facility Physical Security - Phase II" project at the James A. Haley VA Medical Center (VAMC) in Tampa, Florida. The primary focus is on enhancing physical security across the facility, which is detailed under project number 673-18-617. The document encompasses various specifications, including general requirements, safety protocols, and extensive procedural guidelines for contractors. Key aspects include the preparation for site operations, adherence to safety and environmental standards, and strict security measures for contractor activities. Contractors are required to maintain the integrity of existing structures while implementing security enhancements. Detailed plans cover the demolition of existing structures, material management, and construction phasing to ensure uninterrupted medical operations during the project. The document emphasizes the necessity of compliance with VA security policies, proper disposal of hazardous materials, and maintaining operational efficiency at the medical center. Overall, it serves to define contractor responsibilities and outline the expectations for improving facility security, prioritizing patient and staff safety throughout the construction process.
Apr 16, 2025, 8:06 PM UTC
The document outlines the construction specifications for Phase II of the Upgrade Facility Physical Security project at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida (Project No. 673-18-617). It details requirements for various construction components, including physical security measures, glazing specifications, and construction waste management processes. The document is organized into multiple sections addressing general requirements, existing conditions, metal framing, openings, finishes, and electronic safety and security systems, ensuring compliance with VA standards and applicable building codes. Critical elements include the specifications for materials (e.g., glass types, framing systems) and installation methodologies that prioritize safety, durability, and aesthetic coherence. The project underscores the VA's commitment to enhancing facility security and operational effectiveness while adhering to environmental and construction guidelines. These thorough specifications are essential for ensuring the project's successful execution and alignment with federal grant expectations.
Lifecycle
Title
Type
Similar Opportunities
BB Correct Patient Privacy Deficiencies 2N/2S Lake City, FL Project # 573A4-18-603
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a construction project aimed at correcting patient privacy deficiencies at the Lake City Veterans Affairs Medical Center in Florida. The project, designated as 573A4-18-603, involves comprehensive renovations, including demolition, installation of new HVAC systems, and modifications to existing utility systems, all while maintaining hospital operations. This initiative is crucial for enhancing patient privacy and safety standards within the facility, reflecting the VA's commitment to improving healthcare environments for veterans. Interested contractors must submit their proposals by May 19, 2025, with a performance period of 693 calendar days post-award, contingent on funding availability. For further inquiries, contact Amber C. Milton at amber.milton@va.gov or 727-251-2899.
Y1JZ--FY25: NRM (PROJ: 673-21-144) BB Install Main Water Well and Tower
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the installation of a main water well and elevated water tower at the James A. Haley VA Medical Center in Tampa, Florida, under Project Number 673-21-144. The project aims to enhance the facility's water supply system, which currently does not meet the necessary pressure and storage requirements, by constructing a new 1,000,000-gallon elevated tank and associated infrastructure while ensuring minimal disruption to ongoing operations. This procurement is particularly significant as it reflects the VA's commitment to improving essential services for veterans, with an estimated construction cost between $10 million and $20 million and a project duration of approximately 550 days. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors must submit their proposals electronically by May 29, 2025, and can contact Contracting Officer Cynda J Rosa at Cynda.Rosa@va.gov for further information.
Project 573A4-21-700 EHRM Infrastructure Upgrades construction project at the Lake City, FL VAMC
Buyer not available
The Department of Veterans Affairs is soliciting bids for the EHRM Infrastructure Upgrades construction project at the Lake City VA Medical Center in Florida. This project, designated as Project 573A4-21-700, involves comprehensive upgrades to the facility's infrastructure, including electrical, HVAC, plumbing, and telecommunications systems, with a focus on maintaining operational continuity during renovations. The contract is a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, reflecting the VA's commitment to supporting veteran-owned enterprises, and has an estimated construction magnitude between $20 million and $50 million. Interested contractors must submit their bids by adhering to the specified requirements, including a mandatory site visit scheduled for April 23, 2025, and can contact Jason Philip at 216-447-8300 or via email at Jason.Phillip@va.gov for further information.
Y1DA--FY25: NRM (PROJ: 516-23-117) BB - Refresh Hemodialysis
Buyer not available
The Department of Veterans Affairs is seeking proposals for the "Refresh Hemodialysis" project at the C.W. Young VA Medical Center in Bay Pines, Florida. This project involves comprehensive demolition, renovation, and construction of the hemodialysis suite, with an estimated budget between $1,000,000 and $2,000,000, and a performance period of 168 days from the Notice to Proceed. The initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with safety and operational standards while minimizing disruption to ongoing medical services. Proposals are due by May 7, 2025, and must be submitted by Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with all submissions evaluated based on cost, technical capabilities, and past performance. Interested contractors can contact Kenneth Caryer at Kenneth.Caryer@va.gov for further information.
Z2DZ - Improve Security at Mountain View
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to improve security at the VA Mountain View Center in California. The project entails the installation of a Physical Access Control System (PACS) and an Intrusion Detection System (IDS) in Building 801, requiring contractors to provide all necessary labor, materials, and equipment while ensuring minimal disruption to facility operations. This initiative is crucial for enhancing the safety and security of veteran services, aligning with federal standards for healthcare facilities. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals by May 19, 2025, following a site visit scheduled for April 21, 2025. For further inquiries, contact Kristin Tribble at kristin.tribble@va.gov or (279) 842-7359.
Z2DA--675-22-706A EHRM Infrastructure Upgrades Construction Viera VA Clinic
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the EHRM Infrastructure Upgrades Construction project at the Viera VA Clinic in Florida, with an estimated contract value between $2 million and $5 million. This project aims to modernize the clinic's infrastructure to enhance electronic health record management, requiring contractors to provide all necessary tools, labor, and materials while adhering to strict safety and compliance standards. The procurement process is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran-owned enterprises. Interested bidders must submit their offers by April 24, 2025, at 12:30 PM EDT, and can direct inquiries to Contract Specialist Sharese H McKinney at sharese.mckinney@va.gov.
BB Correct Electrical Deficiencies Lake City, FL PROJECT # 573A4-21-710
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified contractors to address electrical deficiencies at the Lake City VA Medical Center in Florida, under Project 573A4-21-710. The project involves comprehensive renovations, including the replacement of outdated electrical components such as switchboards, panelboards, and transformers, while ensuring minimal disruption to hospital operations over a performance period of 730 days. This initiative is crucial for enhancing the safety and functionality of the facility's electrical systems, thereby improving service delivery to veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by May 1, 2025, and can direct inquiries to Contracting Officer Amber Milton at amber.milton@va.gov or 727-251-2899.
Z2DA--Renovate Second Floor Mental Health Outpatient Clinic and Chapel
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the renovation of the second floor Mental Health Outpatient Clinic and Chapel at the VA Caribbean Healthcare System in San Juan, PR. This project, identified as Solicitation Number 36C24825R0063, aims to enhance healthcare facilities while ensuring compliance with safety and environmental regulations, specifically targeting verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). 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. Interested contractors must submit their proposals, including safety records and proof of SDVOSB verification, by the specified deadline and are required to attend a mandatory site visit. For further inquiries, contact Ray Santana at Ray.Santana@va.gov.
Z2DZ--PROJECT 675-23-103, Bid-Build (BB) Update Lake Nona Canteen
Buyer not available
The Department of Veterans Affairs is soliciting bids for the "Update Lake Nona Canteen" project at the Orlando VA Healthcare System, which involves extensive renovations and repairs to enhance the facility's canteen services. The project includes replacing flooring, addressing water damage, and reconfiguring kitchen spaces, with an estimated construction cost ranging from $1 million to $5 million, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This initiative is crucial for improving the infrastructure of veteran healthcare facilities while ensuring compliance with safety and labor standards. Proposals are due by May 12, 2025, with a site visit scheduled for April 14, 2025; interested contractors should contact Contract Specialist Michael C. Zorzi at Michael.Zorzi@va.gov for further details.
Facility Badge In System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement, delivery, and installation of a Facility Badge-In System at MacDill Air Force Base in Tampa, Florida. The objective is to replace an outdated key access method with a comprehensive ID badging system that enhances security through updated card readers, surveillance cameras, and independent entry access control compatible with the DoD Common Access Card (CAC). This upgrade is crucial for protecting significant DoD assets and efficiently managing authorized access, with proposals due by May 1, 2025, at 10:00 A.M. ET. Interested vendors must reference RFQ number FA481425TF050 in their submissions and ensure they are registered in the System for Award Management, with evaluations based on technical capability and pricing.