Z1DA--Renovate Audiology 515-23-101
ID: 36C25025B0019Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due May 6, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs is soliciting proposals for the renovation of the Audiology department at the Battle Creek VA Medical Center, designated as Project 515-23-101. The project aims to engage a contractor to perform comprehensive renovations across approximately 6,045 square feet in two buildings, with a total contract budget estimated between $5 million and $10 million and a completion timeline of 500 calendar days post-award. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses, emphasizing the importance of compliance with federal labor standards and safety regulations throughout the construction process. Interested contractors should contact Contract Specialist Terrance Deininger at terrance.deininger@va.gov for further details and ensure their proposals are submitted by the specified deadline.

Point(s) of Contact
Terrance DeiningerContract Specialist
terrance.deininger@va.gov
Files
Title
Posted
Mar 28, 2025, 7:05 PM UTC
The document outlines a Request for Proposals (RFP) for the renovation of the Audiology department at the Battle Creek VA Medical Center, identified as Project 515-23-101. The primary aim is to engage a contractor who will provide all necessary resources, including labor and materials, to complete defined construction tasks encompassing the renovation of approximately 6,045 square feet in two buildings. This RFP is exclusively set aside for Service-Disabled Veteran Owned Small Businesses, adhering to the North American Industry Classification System code 236220. Key details include a total contract budget between $5 million and $10 million, with a completion timeline of 500 calendar days post award. Contractors must ensure adherence to federal labor standards, including wage determinations, affirmative action clauses, and environmental regulations. A bid guarantee of at least 20% is required for bid submissions, alongside specific certifications relating to safety records and compliance with veterans' employment reports. The RFP emphasizes the need for detailed compliance with construction regulations, bonds procurement, and environmental management practices. Prospective bidders must also attend a pre-bid site visit and submit their proposals by the specified due date, ensuring a straightforward and compliant bidding process suited for federal construction projects.
Feb 12, 2025, 9:06 PM UTC
The Department of Veterans Affairs has issued a presolicitation notice regarding the renovation project for Audiology at the Battle Creek VAMC (Project 515-23-101). This announcement serves to inform potential offerors about an upcoming Invitation for Bids (IFB) expected to be released around February 26, 2025. The project requires contractors to provide all necessary labor, materials, and supervision to complete the renovations in compliance with applicable building standards. This procurement falls under the NAICS code 236220, with a projected cost range between $5 million and $10 million. Notably, this project is designated entirely for Service-Disabled Veteran Owned Small Businesses (SDVOSB). A Firm Fixed Price Contract will be awarded within 120 days post bid opening. Interested contractors must register and complete the required representations in the System for Award Management (SAM), and email inquiries should be directed to Contract Specialist Thiago Caristo. The presolicitation primarily aims to prepare and inform the relevant contractors about the forthcoming solicitation process while emphasizing veteran business participation in government contracts.
The Renovate Audiology project at the Battle Creek VA Medical Center focuses on extensive renovations to buildings 10 and 136 to accommodate new audiology services. Key components include selective demolition, construction of new facilities, and adherence to safety and environmental standards. The project emphasizes thorough planning, requiring contractors to submit detailed work schedules, maintain security protocols, and comply with VA regulations throughout construction. Specific work phases are outlined, ensuring minimal disruption to ongoing medical operations, which must be maintained 24/7. The contractor will be responsible for managing utilities, and any required service interruptions must be coordinated with the Contracting Officer. The project also mandates the preservation of existing structures and landscaping, as well as strict waste management to meet environmental guidelines. This initiative exemplifies the VA's dedication to enhancing patient care facilities while ensuring a safe working environment for all personnel involved.
This document outlines the requirements for the VA's Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction, as mandated by VAAR 852.219-75. It stresses the importance of including a completed certification with proposals, specifying that failure to do so will lead to rejection. The certification must contain the offeror's legal name, signee's printed name and title, signature, date, and complete business address. Key points include subcontracting limitations: for general construction contracts, no more than 85% of the government-paid amount can be subcontracted to firms that are not certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). Special trade contractors are limited to 75%, whereas service contracts are restricted to 50%. The offeror acknowledges legal implications for false certifications and agrees to provide documentation for compliance verification. This certification is crucial for ensuring that federal contracts are awarded appropriately, adhering to regulations that support small business participation in government contracting, particularly for veteran-owned entities.
Mar 28, 2025, 7:05 PM UTC
The Pre-Award Contractor Experience Modification Rate (EMR) Form is a key document required for the solicitation 36C25025B0019, aimed at assessing contractor responsibility per FAR 9.104-1(e). Contractors must provide information on their EMR and occupational safety statistics in relation to their organization, experience, and safety protocols. The form requests specific data including the number of man hours worked, cases involving workplace incidents over the past three years, the Days Away, Restricted, or Transferred (DART) rate, and any OSHA violations with explanations. Additionally, contractors are asked to submit their 2020 OSHA 300 forms and a letter from their insurance carrier detailing the current EMR rate. Identification of the relevant six-digit North American Industrial Classification System (NAICS) Code and details regarding the individual responsible for the company's Safety and Health Program are also required. The document emphasizes the importance of safety records and compliance to validate a contractor’s capacity for responsible performance in potential awards related to federal contracts. This initiative showcases the federal government's commitment to safety and operational integrity among its contractors.
Mar 28, 2025, 7:05 PM UTC
The document pertains to the renovation project of the Audiology Department at the Battle Creek VA Medical Center, identified by project number 515-23-101. Its purpose is to provide comprehensive guidelines and requirements for construction, including precise processes for demolition and installation without disturbing existing infrastructure. The contractor must verify dimensions, maintain accessible egress, and ensure responsibilities for protection and repair of existing structures. Additionally, all work must adhere to applicable codes, federal regulations, and VA design standards, including life safety and fire protection measures. The project is phased to manage construction in a way that minimizes disruption, particularly in transitions between work areas. Emphasis is placed on using new materials that meet industry standards, coordinating with various contractors, and addressing infection control and safety protocols. The overall objective is to modernize the audiology facilities while ensuring compliance with safety regulations and maintaining service continuity for veterans during renovations.
Mar 28, 2025, 7:05 PM UTC
The Department of Veterans Affairs is requesting a single source award for Project 515-23-101, aimed at renovating audiology facilities at the Battle Creek VA Medical Center by procuring components from Automated Logic Corporation (ALC) for its Direct Digital Control (DDC) Systems. The DDC system is essential for managing climate controls across multiple buildings on the campus, having been installed in 2009 to streamline operations for staff and veterans. The justification for selecting ALC as the sole provider includes the uniqueness of their DDC system, as it is integral to the existing Building Management System (BMS), ensuring cohesive climate control and compliance with warranties. Market research indicates that ALC is the only provider of the necessary components, making it imperative for the continued functionality of the system. The contracting officer has certified this justification in accordance with federal acquisition regulations to proceed with the purchase.
Mar 28, 2025, 7:05 PM UTC
The Department of Veterans Affairs (VA) seeks to justify a single-source acquisition for Project 515-23-101 Renovate Audiology at the Battle Creek VA Medical Center. The project involves purchasing and installing specific components from Hirsch Security Systems, including various Velocity systems necessary for expanding the existing Physical Access Control System (PACS). The document asserts that utilizing only Hirsch Security components is essential for maintaining system interoperability and compliance with federal standards. Market research indicates the exclusivity of the Hirsch Security Solutions in the area, with limited authorized dealers. The contracting officer confirms that this approach aligns with federal acquisition regulations, emphasizing that using any other products would compromise system connectivity and existing warranties. This justification is documented in adherence to the Federal Acquisition Regulation (FAR) for single-source awards.
Mar 28, 2025, 7:05 PM UTC
The Department of Veterans Affairs is seeking to justify a single source procurement under simplified acquisition procedures for the Renovate Audiology project at the Battle Creek VA Medical Center. The request involves acquiring Kaba Peak hardware cores from Dorma Kaba to conform to a station-wide mandate for standardizing locks and keys. The unique requirements for a specific keying system, dictated by federal policy, limit the availability to only this source, as it aligns with existing systems designed to enhance efficiency in materials management. Market research indicates the Kaba Peak cores are available through regional suppliers, such as Bosker Brick Inc and Grainger. The contracting officer has certified that this procurement follows FAR regulations, recognizing it as accurate and complete, while emphasizing the fiscal responsibility of sole sourcing for compliance with relevant control measures. This justification aims to facilitate a streamlined approach to maintaining security and efficiency within VA facilities.
Mar 28, 2025, 7:05 PM UTC
The document outlines a justification for a single-source procurement by the Department of Veterans Affairs, specifically for the renovation of the audiology department at the Battle Creek VA Medical Center. The acquisition plan seeks to expand the existing PELCO VideoXpert Enterprise v 3.14 video surveillance system and install Pelco cameras, which are necessary due to the station's recent upgrades and compliance with security regulations. The existing system is unique, having been installed as part of a standardization effort in 2023, and expanding with compatible components is essential to maintain functionality and warranties. The contracting officer certifies the necessity of this sole-source acquisition under FAR 13.106-1(b), supporting it with a claim of insufficient alternative suppliers due to the system's specific compatibility requirements. Market research was stated as unnecessary because new components are critical for system integrity. Overall, the justification underscores the imperative of maintaining a unified, efficient surveillance setup for the benefit of veterans and staff.
Mar 28, 2025, 7:05 PM UTC
The Department of Veterans Affairs (VA) is seeking to justify a sole source acquisition for the renovation of the audiology department at the Battle Creek VA Medical Center. The project focuses on the purchase of components for a Simplex Fire Alarm System from Johnson Controls Inc., which is necessary to maintain consistency with the existing stationwide fire alarm infrastructure installed in 2024. The unique nature of this system ensures seamless operation across multiple buildings, facilitating centralized control of fire alarm activities. Market research confirms Johnson Controls Inc. as the exclusive supplier for this system, with various service providers available in the region. The contracting officer, Scott D. Brennan, has approved the purchase, affirming its adherence to federal acquisition regulations. By procuring these components, the VA aims to ensure compliance with fire safety systems and uphold warranties, thus prioritizing safety for both staff and veterans.
Mar 28, 2025, 7:05 PM UTC
The document is a Request for Information (RFI) for a renovation project titled "Renovate Audiology" at the Battle Creek, MI VA Medical Center, under Solicitation No. 36C25025B0019. It requests contractors to read all associated documents thoroughly before submitting questions for clarification, emphasizing that inquiries must cite specific sections from the solicitation. The contracting specialist, Terrance Deininger, is the point of contact for submissions, which must adhere to guidelines to ensure timely responses. The format allows submitting multiple questions and includes spaces for replies and attachments, highlighting the structured nature of the government contracting process. This RFI serves as a preliminary step to gauge interest and gather information from potential contractors regarding the renovation project, reinforcing the importance of compliance and clear communication in government procurement.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Z1DA--Battle Creek JOC IDIQ 515-24-500
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract titled "Battle Creek JOC IDIQ 515-24-500," aimed at providing general construction services at the Battle Creek VA Medical Center in Michigan. This opportunity is specifically available for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 236220, with project values ranging from $2,000 to $750,000 over a five-year period. The procurement process emphasizes compliance with safety regulations, including OSHA standards, and requires contractors to submit proposals electronically by April 24, 2025, including detailed pricing, past performance information, and adherence to subcontracting limitations. Interested parties can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov.
C1DA--Renovate PACT Reception B2 515-25-202
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking qualified architect-engineering firms to provide design services for the renovation of the PACT Reception area at the VA Medical Center in Battle Creek, Michigan. The project involves the renovation of approximately 2,375 square feet to enhance patient privacy and accommodation, requiring comprehensive design services including schematics, construction documents, and site visits. This procurement is a Total Small Business Set-Aside for architect-engineering firms, with qualifications evaluated based on professional experience, past performance, and management plans. Interested firms must submit their qualifications via Standard Form 330 by April 21, 2025, at 2:00 P.M. EST, and can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov.
C1DA--515-25-203 Renovate Blood Draw, Building 2
Buyer not available
The Department of Veterans Affairs (DVA) is seeking qualified architect-engineering (AE) firms to provide design services for the renovation of the Blood Draw Lab at the Battle Creek, Michigan VA Medical Center, under project number 515-25-203. The objective is to redesign a 1,500 square-foot space to enhance blood draw capabilities, improve waiting areas, and optimize traffic flow while minimizing disruption to existing services. This project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and emphasizes the importance of improving healthcare facilities for veterans while supporting small businesses. Interested firms must submit their qualifications via Standard Form 330 (SF330) by April 25, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov.
Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the renovation of public bathrooms at the Augusta VA Medical Center, aimed at improving patient safety and facility functionality. This construction project, designated as Project Number 509-23-101, involves comprehensive upgrades across seven floors, including plumbing, lighting, and finishes, while adhering to strict safety and accessibility standards. The contract, valued between $1 million and $5 million, is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by April 18, 2025, at 2:00 PM EST. Interested contractors are encouraged to attend a mandatory site visit on March 4, 2025, and should direct inquiries to Contract Specialist Pamela R Moffitt at pamela.moffitt@va.gov.
Y1DA-- Improve Patient Privacy 4B Project# 652-14-106
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the "Improve Patient Privacy 4B" project at the Richmond VA Medical Center, designated as Project Number 652-14-106. This procurement involves extensive renovations to enhance patient privacy, including the construction of 21 patient rooms and supporting spaces, with a contract value estimated between $5 million and $10 million. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of veteran-owned enterprises in federal contracting. Interested bidders must submit their proposals by April 22, 2025, with the bid opening scheduled for April 23, 2025. For further inquiries, potential offerors can contact Contract Specialist Denise Morman at Denise.Morman@va.gov.
Y1AZ--Renovate Bldg. 15, 2nd Floor
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of the second floor of Building 15 at the Asheville VA Medical Center in North Carolina, under Project No. 637-20-103. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves comprehensive construction tasks including interior demolition, installation of new mechanical, electrical, and plumbing systems, and modernization of office spaces across approximately 12,500 square feet. The successful execution of this renovation is crucial for enhancing the facility's operational integrity while ensuring compliance with safety and environmental regulations. Interested contractors must submit their bids by April 24, 2025, and can direct inquiries to Contract Specialist Shirley L. Gregory at Shirley.Gregory@va.gov, with an estimated project budget between $2 million and $5 million.
Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
Buyer not available
The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
Z2DZ--PROJECT 675-23-103, Bid-Build (BB) Update Lake Nona Canteen
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the construction project titled "Update Lake Nona Canteen" at the Orlando VA Healthcare System. This project involves extensive renovations, including the replacement of flooring, addressing water damage, and reconfiguring kitchen spaces within a 22,777 square foot area, with an estimated construction cost between $1 million and $5 million. The initiative is particularly aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing compliance with safety, labor, and environmental standards throughout the construction process. Proposals are due by May 5, 2025, and interested contractors must contact Contract Specialist Michael C. Zorzi at michael.zorzi@va.gov for further details and to confirm participation in the scheduled site visit on April 14, 2025.
Z1DA--658-24-108 Replace Overhead Paging System
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of the overhead paging system at the Salem Veterans Affairs Medical Center under project number 658-24-108. This design-build project requires contractors to provide all necessary labor, materials, and services to install a modern paging system across multiple buildings, with a budget estimated between $500,000 and $1,000,000. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes compliance with safety and regulatory standards, including adherence to the Davis-Bacon Act for wage determinations. Interested bidders must submit their proposals electronically by April 9, 2025, and can direct inquiries to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
Y1DA--VISN 1 Construction MATOC
Buyer not available
The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for construction services within the New England Healthcare System, specifically for the expansion of the Emergency Department at the West Roxbury VA Medical Center. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a maximum collective value of $1 billion over a five-year ordering period, focusing on various construction services including renovations and infrastructure improvements. The project is critical for enhancing healthcare capabilities for veterans, ensuring compliance with stringent safety protocols, and maintaining operational integrity during construction. Interested contractors must submit their proposals, including past performance data and price schedules, by the specified deadlines, with the seed project estimated to cost between $2 million and $5 million. For further inquiries, potential bidders can contact Jacquelyn Wise at jacquelyn.wise@va.gov.