Z1DA--Renovate MICU/SICU 539-20-104
ID: 36C25025B0001Type: Presolicitation
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
    Description

    The Department of Veterans Affairs is soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under project number 539-20-104. The project encompasses comprehensive construction activities across approximately 11,000 square feet, including upgrades to mechanical, plumbing, and electrical systems, with a focus on enhancing patient care and ensuring compliance with health and safety regulations. This initiative is critical for modernizing healthcare facilities to better serve veterans, particularly in light of deficiencies identified during the COVID-19 pandemic. Interested contractors, particularly Service Disabled Veteran-Owned Small Businesses, must submit their proposals by January 29, 2025, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.

    Point(s) of Contact
    Ron HeidemannContracting Officer
    (513) 559-3708
    ronald.heidemann@va.gov
    Files
    Title
    Posted
    The document outlines a federal Request for Proposal (RFP) for the Renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati Veterans Affairs Medical Center. The project involves comprehensive construction activities across approximately 21,600 square feet, including demolition and reconstruction of patient rooms, offices, and support facilities. The Contractor is required to provide all necessary materials, labor, and supervision, and is mandated to complete the work within 430 calendar days after receiving the Notice to Proceed. This solicitation is set aside specifically for Service Disabled Veteran-Owned Small Businesses, with a project budget estimated between $5 and $10 million. Essential bidding requirements include an organized site visit, submission of a bid guarantee, and adherence to wage determinations. Bidders must be registered in the System for Award Management (SAM) and comply with federal regulations regarding subcontracting, safety, and environmental standards. The importance of compliance with various federal programs and regulations, such as affirmative action and the Buy American Act, is emphasized, highlighting the government's commitment to ensuring equal employment opportunities and domestic sourcing in federal contracts.
    The Department of Veterans Affairs is soliciting construction services for the “Renovate MICU/SICU” project at the Cincinnati VAMC, with the solicitation number 36C25025B0001. The project has an estimated construction cost between $5,000,000 and $10,000,000 and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The invitation for bids is expected to be issued around October 8, 2024, and all relevant documents, including specifications and drawings, will be available electronically at no cost. Interested parties should submit requests for the bids based on the actual posting of the solicitation. This initiative underscores the VA's commitment to providing construction projects that support veteran-owned businesses, ensuring compliance with federal contracting regulations. The contracting officer for this project is Ron Heidemann, reachable at the provided contact information.
    This government document serves as an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 10. The primary purpose of the amendment is to clarify the bid opening date for the associated project, now set for November 8, 2024, at 1:30 PM. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged. It outlines procedures for offerors to acknowledge receipt of the amendment, specifying that failure to do so may result in the rejection of their offers. The document highlights the structured nature of government procurement processes, ensuring clarity and compliance with established protocols for contract modifications and solicitations. Overall, it underscores the importance of accurate communication regarding bid dates in government contracting processes.
    This document is an amendment relating to solicitation number 36C25025B0001 issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 10. The primary objective of this amendment is to clarify the project's square footage, which is specified as 11,000 square feet. The amendment emphasizes that all other terms and conditions from the original solicitation remain unchanged. Offers from bidders must acknowledge receipt of this amendment by a specified deadline to ensure their proposals are considered. The amendment reflects compliance with federal contracting regulations, maintaining transparency and clarity in the bidding process. The document is signed by Ronald T. Heidemann, the Contracting Officer, indicating formal approval of these modifications.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 10. Its primary purpose is to extend the deadline for the submission of offers regarding a contract solicitation identified as 36C25025B0001. The new deadline is set for December 11, 2024, at 2:30 PM EST. This extension allows additional time for offerors to prepare their proposals. The amendment requires acknowledgment of receipt from bidders and confirms that, except for the changes specified in this document, all terms and conditions of the original solicitation remain unchanged. The identified contract and modification numbers suggest an ongoing procurement process aimed at fulfilling the VA’s operational requirements. This modification reflects standard practice in government contracting to ensure adequate time for submission and compliance by potential contractors.
    This document pertains to an amendment of a solicitation issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 10. The primary purpose of this amendment is to extend the deadline for receipt of offers, changing it to January 10, 2025, at 1:30 PM EST. It outlines the necessary steps for offerors to acknowledge the amendment, highlighting that failure to do so may result in the rejection of their offers. The amendment also affirms that other terms and conditions of the original solicitation remain unchanged and in full effect. The document serves as an administrative modification to the contract and specifies that all amended details are required to be respected by the contractors involved. This action is part of the broader scope of government procurement processes seeking to ensure that contractors have a fair opportunity to submit their bids within the newly established timeframe.
    This document serves as an amendment to a federal solicitation from the Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 10. The primary purpose of the amendment is to extend the bid opening date for the solicitation identified as 36C25025B0001. The new deadline is set for February 14, 2025, at 1:30 PM EST. The amendment outlines the required procedures for bidders to acknowledge receipt, which can be done in multiple ways including returning copies of the amendment or including acknowledgment in their submitted offers. The document also retains all previous terms and conditions from the original solicitation, ensuring continuity in the bidding process. Overall, this amendment effectively communicates the extension of the deadline while providing clear instructions to participating contractors and maintaining the integrity of the initial solicitation framework.
    This document serves as an amendment to solicitation number 36C25025B0001 issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 10. The amendment extends the deadline for receipt of offers to January 29, 2025, at 08:00 EST. Additionally, it announces the cancellation of the solicitation in its entirety. The document outlines necessary actions for bidders to acknowledge the amendment, which includes extending the submission deadline and provides instructions for changing any previously submitted offers. The contracting officer, Ronald T. Heidemann, is responsible for this amendment, indicating adherence to the formal procedures stipulated in federal contracting regulations. The document emphasizes the importance of acknowledgment to ensure bid receptiveness, underscoring compliance with procurement practices.
    The document appears to be corrupted or consists of non-readable content, making it impossible to ascertain the main topic or key ideas. It does not present any coherent structure or discernible information pertaining to federal RFPs, grants, or state/local requests. Typically, such documents would include details such as objectives, funding opportunities, and eligibility criteria for prospective applicants. However, due to the unreadable nature of the text, a comprehensive summary cannot be constructed based on the provided content. Further analysis cannot be performed without accessible and relevant information.
    The document outlines the Renovation Project for the Medical Intensive Care Unit/Surgical Intensive Care Unit (MICU/SICU) at the Veterans Affairs Medical Center in Cincinnati, Ohio. It details the requirements for contractors, including safety protocols, project management, construction specifications, and security measures. The project involves comprehensive renovations, including general construction, plumbing, mechanical, electrical work, and alterations, to be completed within 430 calendar days after receiving the Notice to Proceed. The document is organized into multiple sections, covering general requirements, demolition, existing conditions, specialized equipment, and various construction divisions such as plumbing, HVAC, electrical, and communications systems. It emphasizes the necessity for contractors to comply with Veterans Affairs security protocols and maintain continuous operations of the Medical Center during renovations. Moreover, the document stresses the need for proper disposal of hazardous materials, thorough site surveys, utility maintenance, and coordination with existing medical services throughout the renovation process. The emphasis on adherence to safety requirements and environmental controls reflects the government's commitment to ensuring the integrity and functionality of essential healthcare facilities while modernizing them to meet current standards.
    The document outlines the renovation plans for the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Department of Veterans Affairs Medical Center in Cincinnati, Ohio. The project involves extensive construction and demolition across multiple floors, ensuring compliance with the latest safety codes, such as the NFPA 101 Life Safety Code and the International Building Code. Specific operations include the removal of existing structures, installation of new medical equipment, and improvements to mechanical systems, all while maintaining operational safety and functionality. Key construction notes highlight the necessity for the contractor to verify dimensions, provide fire-retardant materials, and ensure that all work meets specified codes and standards. Safety measures, including managing contractor access and addressing infection control protocols, are emphasized throughout the plans. The renovation aims to enhance patient care facilities, promoting better healthcare delivery while adhering to a rigorous timeline and budget. Overall, the document serves as a comprehensive blueprint for executing the renovation with a focus on safety, quality, and regulatory compliance.
    The document outlines the renovation project for the Medical Intensive Care Unit/Surgical Intensive Care Unit (MICU/SICU) at a Veterans Affairs facility in Cincinnati, Ohio. The project includes comprehensive work on mechanical, plumbing, and electrical systems to upgrade the infrastructure. Key aspects of the renovation involve the extension and replacement of existing fixtures, coordination of electrical components, and ensuring all plumbing is compliant with VA standards. Additionally, the plans specify a negative pressure environment in certain areas, important for health and safety regulations. This project requires meticulous planning and adherence to construction timelines and coordination with other ongoing works to minimize service disruption. General instructions also emphasize safety protocols, including infection control and maintaining existing services while expanding the facility's capabilities. The initiative demonstrates the VA's commitment to enhancing healthcare environments, catered to patient needs and professional standards for veteran care.
    The document appears to be a corrupted or improperly formatted file and does not convey any coherent information regarding government requests for proposals (RFPs), federal grants, or state/local RFPs. It contains numerous unreadable characters and symbols, suggesting a failure in data extraction or conversion process. Consequently, the main topic or purpose cannot be discerned, and no key ideas or supporting details can be identified. Given the nature of RFPs and grants, one would expect content related to funding opportunities, project proposals, eligibility criteria, application processes, and evaluation metrics. However, due to the corrupted nature of the file, this essential information is not available. A thorough analysis cannot be conducted as the document lacks meaningful content. Further attempts to retrieve the original data or context are necessary to fulfill the requirements of summarization and analysis concerning government grants and RFPs.
    The Department of Veterans Affairs is seeking approval for a series of sole-source contracts to renovate the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center. The renovation, prompted by deficiencies identified during the COVID-19 pandemic, aims to enhance patient care and ensure pandemic preparedness by redesigning approximately 11,000 square feet of space. Key components of the project include installing new mechanical, electrical, and plumbing systems, a HEPA filtration system, and various specialized medical equipment such as Arjo Patient Lifts, Ascom Nurse Call Systems, and Honeywell fire alarms. The justification for sole-source contracts emphasizes the necessity for uniformity in patient care equipment and systems for operational efficiency and safety. The contracts would ensure integration with existing infrastructure, minimizing the risks of interoperability issues. Each supplier was selected based on their unique qualifications, and necessary market research was conducted to verify the availability of products from Service-Disabled Veteran-Owned Businesses. The process highlights the VA's commitment to maximizing patient safety while modernizing healthcare facilities efficiently.
    The document is a Request for Information (RFI) related to the renovation project of the Medical Intensive Care Unit/Surgical Intensive Care Unit (MICU/SICU) at the Cincinnati VA Medical Center. It is articulated under project number 539-20-104 and is organized by the Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 10, led by Contract Specialist Ronald T. Heidemann. The RFI outlines procedures for potential contractors to seek clarifications regarding the solicitation. Contractors must review all relevant documents thoroughly before submitting inquiries and must explicitly cite the section numbers of the specifications or drawings connected to their questions. This requirement is critical to ensure timely and effective responses from the Government. The document emphasizes the importance of compliance with these guidelines, as failure to follow them may delay the Government's ability to provide necessary information. This RFI serves as a formal communication tool to prepare for the subsequent bidding process associated with the renovation project, highlighting the Government’s effort to maintain transparency and facilitate contractor engagement in improving Veteran healthcare facilities.
    The "Pre-Award Contractor Safety and Environmental Record Evaluation Form" is a document designated for Solicitation No. 36C25024B0075 that evaluates contractor safety performance and compliance with Occupational Safety and Health Administration (OSHA) regulations. It requires contractors to provide information from their OSHA 300 Forms for the years 2021, 2022, and 2023, including the number of man hours worked, cases involving workplace incidents, and the Days Away, Restricted, or Transferred (DART) rate. Contractors must disclose any serious OSHA violations from the past three years and provide their company’s Insurance Experience Modification Rate (EMR). The form also requests the NAICS code pertinent to the acquisition, specifically 238220. This evaluation is essential for ensuring that contractors meet safety standards and adhere to regulations, which is a critical component of the federal procurement process. Overall, the document aims to promote safe work environments and accountability among contractors bidding for government projects, ensuring compliance with established safety standards prior to contract awards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z2DA--Remediate Temperature Controls 539-21-108
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Repair FTD Building Envelope 539-25-509
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    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.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    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.
    Y1DZ--EHRM Infrastructure Upgrades Tier 1 Construction 695-21-700 Milwaukee
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the EHRM Infrastructure Upgrades Tier 1 Construction project at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This project involves a single firm-fixed-price contract for design-bid-build infrastructure improvements, including electrical upgrades, HVAC assessments, communication infrastructure enhancements, and physical security upgrades across multiple buildings on the campus. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is anticipated to be issued in early to mid-January 2026, with a performance period of approximately 1,460 calendar days and an estimated construction magnitude between $50 million and $100 million. Interested parties should direct all inquiries to Contract Specialist Bailey Donato at bailey.donato@va.gov.
    Z1DA-- Renovate OR for Hybrid Installation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating rooms for a hybrid installation at the VA Northern California Healthcare System in Mather, California. This project involves the comprehensive renovation of approximately 12,500 square feet of existing operating room space, including the upgrade of four operating rooms and the addition of a fifth hybrid operating room, with a focus on adhering to current VHA Design Guides. The renovation is crucial for enhancing surgical capabilities and ensuring compliance with modern healthcare standards. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by January 29, 2026, following a mandatory site visit on December 11, 2025. For further inquiries, contractors can contact Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511. The estimated project value ranges between $10 million and $20 million.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Z1DA--Remodel Building 1, Marion 610-21-101
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Building 1" project at the VA Northern Indiana Healthcare System in Marion, Indiana. This comprehensive renovation project, estimated to cost between $10 million and $20 million, involves the remodeling of approximately 20,000 square feet, including hazardous material abatement, structural modifications, and upgrades to HVAC, electrical, and IT/security systems. The project is critical for consolidating various services within the facility while ensuring compliance with safety and environmental regulations, particularly concerning the removal of hazardous materials such as asbestos and lead-based paints. Bids are due by January 30, 2026, at 9:00 AM EST, with a mandatory pre-bid site visit scheduled for January 6, 2026. Interested contractors should contact Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.