Upgrade Parking Garage Sump Pumps - Proj. No. 583-25-505
ID: 36C25025Q0416_1Type: 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)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due May 7, 2025, 4:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to upgrade the sump pumps in the patient parking garage at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, Indiana. The project involves the removal of two failed sump pumps and the installation of two new pumps along with associated system components, ensuring compliance with safety and environmental regulations. This procurement is crucial for maintaining operational efficiency and safety within the medical center, reflecting the government's commitment to supporting veteran-owned businesses. Interested contractors must submit their proposals by the extended deadline of 120 days from the amendment date, with a project budget estimated between $25,000 and $100,000. For further inquiries, potential bidders can contact Brian Rosciszewski at brian.rosciszewski@va.gov.

Point(s) of Contact
Brian Rosciszewski
brian.rosciszewski@va.gov
Files
Title
Posted
Apr 18, 2025, 3:06 PM UTC
The document is a solicitation for the upgrade of patient parking garage sump pumps at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, IN. The project requires the replacement of two failed sump pumps and associated components, ensuring compliance with safety and environmental regulations. Key aspects include site safety measures, extensive inspection and removal of existing systems, installation of new pumps, control panels, electrical components, and meeting strict deadlines within the estimated construction budget of $25,000 to $100,000. Only sealed bids from Service-Disabled Veteran-Owned Small Businesses will be considered, emphasizing accessibility in government contracting. Contractors must provide a one-year warranty on all installed components and submit various compliance documentation, including safety plans and project timelines. A site visit has been scheduled prior to bid submission, and all participants are encouraged to inspect the worksite due to site-specific conditions. This RFP aligns with federal goals of promoting veteran-owned businesses and ensures that contractors adhere to regulations on labor, safety, and environmental standards, illustrating the government's commitment to quality and compliance in its procurement processes.
Apr 18, 2025, 3:06 PM UTC
The document outlines an amendment to solicitation number 36C25025Q0416, issued by the Network Contracting Office (NCO) 10 of the Department of Veterans Affairs, regarding the project to upgrade the patient parking garage sump pumps (No. 583-25-505). Key changes include an extension of the proposal submission deadline from 60 to 120 days and the attachment of a site visit sign-in sheet and an important notice about the System for Award Management (SAM). Additionally, certain provisions and clauses related to equal opportunity and labor standards have been rescinded or replaced with updated versions and deviations. The adjustments are aimed at providing clarity and compliance within the request for proposals process. Overall, the amendment serves to update potential contractors on critical changes that may affect their proposals while ensuring ongoing adherence to federal acquisition regulations.
Apr 18, 2025, 3:06 PM UTC
Apr 18, 2025, 3:06 PM UTC
The document outlines wage determinations for various construction trades under the Davis-Bacon Act applicable in Indiana, detailing minimum wage rates and fringe benefits for multiple counties. It specifies conditions under which federal contracts must comply with Executive Orders 14026 and 13658, indicating the minimum hourly wage for covered workers for contracts awarded on or after January 30, 2022, and those awarded between January 1, 2015, and January 29, 2022. The document lists classifications and rates for trades such as electricians, plumbers, laborers, and various construction positions, in addition to fringe benefits for each classification. A table format is utilized to present wage rates and fringe details effectively across multiple counties, facilitating easy reference. Updates and modifications are noted to ensure contractors remain informed about current pay requirements. This document serves as an essential guide for federal and state compliance in labor standards for contractors and agencies involved in public works and construction projects.
Apr 18, 2025, 3:06 PM UTC
The document serves as a crucial notice regarding the System for Award Management (SAM) updates, specifically around representations related to federal contracts. It clarifies that SAM may still require entities to complete certain representations, such as those related to Affirmative Action and Offeror Representations and Certifications, even if these provisions are no longer included in agency solicitations. Despite this requirement, contracting officers will not consider these outdated representations when making award decisions and do not enforce them. Entities are not obliged, nor able, to remove these representations from their SAM registration, underlining the importance of compliance with current regulations while navigating the federal awards process. This notice is particularly relevant for organizations involved in federal RFPs and grants, ensuring they are aware of the discrepancies between SAM requirements and actual agency solicitations.
Apr 18, 2025, 3:06 PM UTC
Apr 18, 2025, 3:06 PM UTC
This Request for Information (RFI) pertains to Project 583-25-505, titled "Upgrade Patient Parking Garage Sump Pumps," at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, IN. The RFI details requirements for interested contractors to submit questions while referencing specific sections of the solicitation to ensure precise clarifications. One submitted inquiry sought drawings of existing pump locations and piping, to which a response indicated that the provided as-built details may not accurately reflect current conditions as the sump pumps were last replaced about 15 years ago and the government lacks comprehensive documentation of the existing installations. Attached visuals include a layout of the wet well and control panel locations. This RFI serves to engage contractors and facilitate a clear understanding of the project's needs, emphasizing the importance of thorough review and compliance in the submission process.
Apr 18, 2025, 3:06 PM UTC
The document outlines the general requirements for a construction contract related to the Department of Veterans Affairs (VA). It emphasizes strict safety and security measures, including compliance with safety standards, access control, and document security for contractors and subcontractors. Contractors must prepare work sites thoroughly, adhering to agreed specifications, while maintaining ongoing operations at the VA Medical Center. The contractor is also responsible for submitting detailed project schedules using the Critical Path Method (CPM), updating them regularly to track project progress, budget, and timelines. Throughout the project, there are specific provisions for utility services, waste disposal, and the protection of existing structures and vegetation. The contractor must also create a warranty management plan to ensure all warranties are tracked and honored post-completion. Importantly, the document underscores the necessity of constant communication and coordination among the contractor, VA representatives, and subcontractors to maintain compliance with all operational aspects and to minimize disruptions during construction activities. This comprehensive framework aims to ensure quality work while safeguarding the health and safety of VA personnel and patients during project execution.
Apr 18, 2025, 3:06 PM UTC
The Pre-Award Contractor Safety and Environmental Record Evaluation Form is designed for companies responding to Solicitation # 36C25025Q0416. It requires contractors to submit critical safety information from their OSHA 300 Forms for the years 2022, 2023, and 2024, including man-hours, incident rates, and any serious OSHA violations over the past three years, along with explanations and supporting documents. Additionally, respondents must provide their company's six-digit NAICS code (236220), the administrator of their Safety and Health Program, and their Insurance Experience Modification Rate (EMR). This form is essential for assessing contractor safety and compliance with federal, state, and local regulations during the procurement process, ensuring that selected contractors maintain high safety standards and mitigate environmental risks. The overall purpose is to evaluate the safety performance of potential contractors to safeguard workplace conditions in compliance with government regulations.
Apr 18, 2025, 3:06 PM UTC
The document is a Request for Information (RFI) pertaining to the upgrade of sump pumps in the patient parking garage at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, Indiana. It specifies that potential contractors must carefully review all related documents before submitting any questions or requests for clarification. Each inquiry must reference specific sections of the solicitation to ensure timely responses from the Government. The RFI is submitted to Brian D. Rosciszewski, a Contract Specialist with the Department of Veterans Affairs. Public responses to RFI inquiries will be issued as amendments and made available through SAM.gov or via email. This document exemplifies typical procedures in government RFPs, emphasizing compliance and clear communication between contractors and the agency regarding specifications for upcoming projects. The focus on appropriate documentation and adherence to established protocols underscores the importance of precision in federal contracting processes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Z1DA--Replace Vacuum Pumps 553-22-201 - 0002
Buyer not available
The Department of Veterans Affairs is seeking bids for the replacement of medical vacuum pumps at the John D. Dingell VA Medical Center in Detroit, Michigan, under solicitation number 36C25025B0016. This project, designated as a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves replacing nine aging vacuum pumps and requires contractors to provide all necessary resources while ensuring minimal disruption to hospital operations. The estimated cost for this project ranges between $500,000 and $1,000,000, with a performance period of 90 days post-Notice to Proceed. Interested bidders must submit their proposals by April 24, 2025, at 1:00 PM EDT, and can contact Contract Specialist Kyle Lipper at kyle.lipper2@va.gov for further information.
Z1DA--Improve Sewer System and Water Loop 610-21-104
Buyer not available
The Department of Veterans Affairs is seeking proposals for the improvement of the sewer system and water loop at the VA Northern Indiana Healthcare System Marion Campus. The project requires a contractor to provide all necessary labor, materials, and supervision to remove and replace storm and sanitary lines, including repairs to roads and the installation of lift stations, with an estimated contract value between $5 million and $10 million. This initiative is crucial for enhancing the facility's infrastructure to better serve veterans while ensuring compliance with safety and environmental regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their bids by April 30, 2025, and can contact Contract Specialist Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.
659-25-510 | B11 CW Pumps & Condensate Pumps |
Buyer not available
The Department of Veterans Affairs is soliciting bids for the replacement of Chilled Water and Condensate Pumps at the W.G. Hefner VA Medical Center in Salisbury, North Carolina. The contractor will be responsible for providing all necessary equipment, personnel, and services to complete the replacement, ensuring minimal disruption to the facility's operations during the project. This procurement is particularly significant as it aims to enhance the infrastructure of a critical healthcare facility, with a contract value estimated between $500,000 and $1 million. Interested service-disabled veteran-owned small businesses (SDVOSBs) must submit their proposals by April 29, 2025, and can direct inquiries to Contracting Officer Sean Cosby at sean.cosby@va.gov.
Y1DZ--Replace Grease Duct Canteen 610A4-25-504
Buyer not available
The Department of Veterans Affairs is soliciting bids for the replacement of the grease duct and exhaust fan in the canteen at the Northern Indiana Health Care System located in Fort Wayne, Indiana. This project, estimated to cost less than $25,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to adhere to safety standards, provide a project schedule, and ensure compliance with federal and local regulations. The procurement is crucial for maintaining operational efficiency and safety in food service areas within the facility, which serves veterans. Interested bidders must submit their proposals via email by May 26, 2025, and are required to attend a mandatory pre-bid site visit scheduled for May 9, 2025, at 2:30 PM. For further inquiries, contractors can contact Tiffany A Rausch, the Contract Specialist, at Tiffany.Rausch@va.gov.
PMR Reverse Osmosis System
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors to provide maintenance services for Reverse Osmosis (RO) Systems and the exchange of Deionized (DI) Water Tanks at the VA San Diego Medical Center. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure the continued operation and reliability of essential water purification systems. The total estimated award for this contract is $41 million, with a performance period starting on April 30, 2025, and options for extensions through fiscal year 2029. Interested parties must submit their offers by April 25, 2025, and can direct inquiries to Earl Henry at earl.henry@va.gov.
Z2DA--Project 667-25-190 Install Isolation Valves, B1 (Con)
Buyer not available
The Department of Veterans Affairs, through the Network Contracting Office 16, is soliciting proposals for the installation of isolation valves on the domestic water system at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This project, designated as a total Service Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves critical tasks such as asbestos abatement, installation of valves, and ensuring compliance with health and safety regulations during construction. The estimated project cost ranges from $100,000 to $250,000, with contractors expected to commence work within 10 calendar days of receiving the notice to proceed. Interested contractors must submit their proposals, including detailed pricing and performance bonds, by the specified deadlines, and can direct inquiries to Contract Specialist Jennings Herbst at Jennings.Herbst@va.gov.
Renovate Building 16, 610-20-103
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 16 at the Marion Veterans Affairs Medical Center, identified as project number 610-20-103. The renovation aims to modernize the facility to house the VA Northern Indiana Health Care System's administrative and operational departments while ensuring compliance with safety and infection control measures. This project is particularly significant as it will enhance the healthcare environment for veterans, with an estimated cost between $5 million and $10 million, and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit their bids by April 10, 2025, and can contact Contracting Officer Luke A. Turner at luke.turner@va.gov for further details.
Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of public restrooms at the W.J.B. Dorn VA Medical Center, aimed at improving patient safety and facility functionality. The project involves comprehensive upgrades, including modifications to plumbing fixtures, lighting, and finishes across multiple floors, with a focus on compliance with safety and accessibility standards. This renovation is critical for enhancing the overall patient experience and ensuring adherence to current health regulations. Interested contractors, particularly Service Disabled Veteran-Owned Small Businesses (SDVOSB), must submit sealed bids by May 2, 2025, at 12 PM EDT, and can direct inquiries to Contract Specialist Pamela R. Moffitt at pamela.moffitt@va.gov. The estimated contract value ranges between $1 million and $5 million.
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.
Z2DA-- 635-25-103 | Oklahoma City VAMC | OK Upgrade Garage Elevator Controls
Buyer not available
The Department of Veterans Affairs is seeking proposals for the upgrade of garage elevator controls at the Oklahoma City VA Medical Center. This project, with a budget range between $500,000 and $1,000,000, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide all necessary labor, equipment, and materials to install weatherproof elevator controls that prevent service interruptions caused by temperature extremes and water intrusion. The performance period is set for 60 calendar days following the issuance of the Notice to Proceed, with a mandatory site visit scheduled for April 28, 2025, and proposals must be submitted electronically by May 19, 2025. Interested parties can contact Mark A. Holland, Contract Specialist, at Mark.Holland@va.gov for further details.