Z1DA--ID/R Indy Asbestos
ID: 36C25025R0076Type: Presolicitation
Overview

Buyer

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

NAICS

Remediation Services (562910)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a Requirements Contract focused on asbestos abatement at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. The contractor will be responsible for providing all necessary resources, including materials, labor, and equipment, to perform asbestos-related work in compliance with VA specifications and safety regulations. This initiative is crucial for maintaining safe medical facilities and adhering to regulatory standards regarding hazardous material management. The estimated project budget ranges from $500,000 to $1,000,000, with the Request for Proposal (RFP) anticipated to be released around April 18, 2025, and proposals due within 30-45 days thereafter. Interested parties can contact Contracting Officer Luke A. Turner at luke.turner@va.gov or 513-559-3712 for further details.

    Point(s) of Contact
    Luke A. TurnerContracting Officer
    (513) 559-3712
    luke.turner@va.gov
    Files
    Title
    Posted
    The modification notice pertains to a project under the Department of Veterans Affairs (VA) designated by solicitation number 36C25025R0076, focusing on asbestos remediation. The modification updates the previous posting to indicate a shift to a 100% total small business set-aside, emphasizing the VA's commitment to engaging small enterprises in federal contracting. The response deadline is set for April 18, 2025, at 10:00 AM Eastern Time, with the contract related to services categorized under the product service code Z1DA and aligned with the NAICS code 562910. The primary place of performance will be at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. This notice exemplifies the VA's initiative to alter contract parameters to foster small business participation while ensuring that projects meet necessary compliance and performance standards.
    The Department of Veterans Affairs is soliciting proposals for a Requirements Contract dedicated to asbestos abatement at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. This contract will allow for task orders to be issued as needed, requiring the contractor to provide all necessary resources—including materials, labor, and equipment—to perform asbestos-related work in compliance with VA specifications. The estimated project budget ranges between $500,000 and $1,000,000. The Request for Proposal (RFP) is anticipated to be released around April 18, 2025, with proposals due within 30-45 days thereafter, and all documentation will be made available electronically. This solicitation is set aside for small businesses specifically identified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The initiative underscores the VA's commitment to maintaining safe medical facilities while adhering to regulatory standards regarding hazardous material management.
    The Department of Veterans Affairs is soliciting proposals for a Requirements Contract dedicated to asbestos abatement at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. This contract will allow for task orders to be issued as needed, requiring the contractor to provide all necessary resources—including materials, labor, and equipment—to perform asbestos-related work in compliance with VA specifications. The estimated project budget ranges between $500,000 and $1,000,000. The Request for Proposal (RFP) is anticipated to be released around April 18, 2025, with proposals due within 30-45 days thereafter, and all documentation will be made available electronically. This solicitation is set aside for small businesses specifically identified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The initiative underscores the VA's commitment to maintaining safe medical facilities while adhering to regulatory standards regarding hazardous material management.
    This document serves as an amendment to a solicitation issued by the Department of Veterans Affairs' Network Contracting Office. The primary purpose is to extend the deadline for proposal submissions from May 30, 2025, to July 30, 2025, at 10:00 EDT. Interested offerors are required to submit their proposals via email to the designated contact, Luke Turner, with no physical copies accepted. The amendment also emphasizes the necessity for bidders to acknowledge receipt of this amendment to avoid rejection of their offers. Overall, this amendment highlights procedural adjustments to ensure a smooth submission process for upcoming project proposals under federal contracting protocols, while reinforcing the importance of adherence to specified timelines and communication methods.
    The document outlines wage determinations applicable to construction contracts in Indiana, following the Davis-Bacon Act and related Executive Orders. It specifies the minimum wage rates for various trades and labor categories across numerous counties, emphasizing that rates may vary by job classification and geographical area. Contracts initiated on or after January 30, 2022, are subject to Executive Order 14026 with a minimum wage of $17.75 per hour, while those awarded earlier may adhere to Executive Order 13658's rate of $13.30 per hour unless renewed or extended after the specified date. Wage rates for skilled labor, including asbestos workers, boilermakers, carpenters, electricians, and laborers, are detailed alongside fringe benefits. Particular attention is given to the need for contractors to submit conformance requests if required job classifications are not listed. The document serves as vital guidance for contractors in understanding their obligations regarding worker wages and necessary compliance with federal standards on public construction projects in Indiana. This reflects broader federal efforts to ensure fair labor practices and adequate compensation on government contracts.
    The Richard L. Roudebush VAMC is issuing a Request for Proposals (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on asbestos abatement projects. The contractor is expected to prepare the site for operations, including the removal of existing structures and compliance with safety and security regulations mandated by the Department of Veterans Affairs. The contractor must follow OSHA guidelines and industry practices during abatement procedures, with tasks organized into defined project schedules. Security protocols entail restricted site access for those involved in the project, along with detailed planning to minimize disruption to the Medical Center's operations. The contractor must manage utilities and ensure continuous operation of essential services throughout construction. Key components of the contract include executing necessary alterations, maintaining existing conditions, keeping accurate project records, and adhering to defined project schedules and milestones. Additionally, a robust warranty management plan is required to guarantee quality and accountability post-construction. The RFP showcases the VA's commitment to providing safe facilities for veterans, ensuring compliance with regulations while prioritizing project efficiency and worker safety.
    The Past Performance Questionnaire is a structured document designed for gathering essential information regarding contractual agreements with government agencies. It requires the completion of several key fields, including the awarding government agency or company, contract number, and a detailed description of the contract's scope. Additional required details encompass the total dollar value and the period and place of performance. Furthermore, the document mandates the inclusion of the contract officer or procurement official's contact information such as name, email, phone number, and address. This questionnaire serves as a critical tool in evaluating past performance in response to federal RFPs, grants, and local procurement opportunities, ensuring that stakeholders can assess compliance and previous contract success, which is vital for future contracting decisions.
    Lifecycle
    Title
    Type
    Z1DA--ID/R Indy Asbestos
    Currently viewing
    Presolicitation
    Similar Opportunities
    Y1DA--528A6-26-611 Abate Asbestos Pipe Insulation - B76
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the abatement of asbestos pipe insulation in Building 76 at the Bath VA Medical Center in New York. The project involves the removal and disposal of approximately 200 linear feet of asbestos-containing material (ACM) pipe insulation, adhering to all local, state, and federal regulations, with a completion timeframe of 30 days from the Notice to Proceed. This work is critical for maintaining a safe environment in a fully operational medical facility, ensuring compliance with health and safety standards. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by December 17, 2025, with a pre-bid site visit scheduled for December 3, 2025. For further inquiries, contact Devan Bertch at Devan.Bertch@va.gov.
    C1DA--AE Project No. 583-25-202 - Upgrade Nursing Unit Isolation Rooms & Airflows.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms for Project No. 583-25-202, which involves upgrading nursing unit isolation rooms and airflows at the Richard L. Roudebush VA Medical Center in Indianapolis. The project aims to establish and maintain specific air pressure differentials in designated patient rooms, ensuring compliance with current VA regulations and industry standards, particularly under normal and epidemic conditions. This initiative is critical for enhancing patient safety and operational efficiency within the medical facility. Interested firms must submit an electronic SF330 package to Contracting Officer Luke A. Turner at luke.turner@va.gov by the specified deadline, with a focus on qualifications, past performance, and the commitment to utilizing service-disabled veteran-owned small businesses as subcontractors.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for a significant construction project at the Malcom Randall VA Medical Center in Gainesville, Florida, aimed at replacing deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24. This project, designated as 573-21-705, involves comprehensive site preparation, demolition, and installation of new HVAC systems to enhance operational efficiency and reliability within the medical facility. The estimated value of the contract ranges between $50 million and $100 million, with a performance period of approximately 1,095 calendar days following the notice to proceed. Interested contractors should note that the Request for Proposal (RFP) is expected to be posted on or around January 2, 2026, and all inquiries must be directed to Amber C. Milton via email at Amber.Milton@va.gov.
    Z2DA--Project 521-22-119 NRM Replace windows (VA-26-00016046)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the construction project titled "Replace Windows Phase III" at the Birmingham VA Medical Center in Alabama. This project involves the demolition and replacement of existing windows, including the installation of non-operable windows, interior wall painting, and the replacement of select windowsills, all while ensuring compliance with safety regulations regarding asbestos and lead removal. The estimated construction cost is between $5 million and $10 million, with the solicitation expected to be released on January 8, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), are encouraged to contact Contracting Officer Zaire Naylor at Zaire.Naylor@va.gov or (803) 776-4000 ext. 4359 for further details.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@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.