Y1DZ--NRM 640-25-101 -- Site prep Radiology | Rm F1-201 Retrofit
ID: 36C26125R0027Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER HOSPITAL BUILDINGS (Y1DZ)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the retrofit of the Radiology Room F1-201 at the Palo Alto Health Care System, aimed at accommodating new medical equipment. The project involves replacing flooring, repainting, lead shielding design, and seismic anchoring, with contractors required to provide all necessary labor, materials, and equipment while adhering to strict safety and compliance standards. This initiative is crucial for enhancing healthcare infrastructure and ensuring operational safety within the facility. Interested contractors must submit their proposals to Contract Specialist Alex D Arter at alex.arter@va.gov, with a mandatory site visit scheduled for January 28, 2025, and the proposal deadline extended to March 14, 2025.

    Point(s) of Contact
    Alex D ArterContract Specialist
    alex.arter@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the retrofit of a radiology room at the VA Palo Alto Healthcare System, California. This project includes the provision of materials, labor, and equipment necessary for a complete installation, specifically focusing on coordination with Philips Healthcare for X-ray equipment installation. The General Contractor will handle flooring replacement, casework, painting, and the required drilling for conduits. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS Code 236220, with a size standard of $39.5 million. The solicitation is expected to be released on January 23, 2025, and will close on February 11, 2025, at 8:00 AM Pacific Time. Inquiries must be submitted via email by February 10, 2025. A site visit is scheduled for January 28, 2025. Proposals are limited to contractors holding a Multiple Award Construction Contract (MACC) with Veterans Integrated Service Network 21. Eligible contractors must be specifically named in the notice to qualify for submission. The entire process will be conducted electronically, with all amendments and updates made available on the designated website. This initiative reflects the VA's commitment to enhancing healthcare facilities through collaborative, veteran-focused vendor engagements.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs (VA) for the retrofit of Radiology Room F1-201 at the Veterans Affairs Palo Alto Health Care System. The project, designated as Project No. 640-25-101, requires comprehensive construction services including flooring replacement, repainting, installation of lead shielding for new medical equipment, and seismic anchoring. Key requirements include adherence to interim life safety and infection control measures, coordination with Philips Healthcare for equipment installation, and the necessity of performance and payment bonds. The contract seeks a qualified General Contractor with a minimum of five years' experience and emphasizes compliance with various federal standards such as the Secretary of Labor's wage determinations. Proposals must be submitted electronically, with a mandatory site visit set for January 28, 2025, to facilitate contractor assessment. The bidding process is focused on ensuring fairness and value, specifying evaluation based solely on price. This initiative reflects the VA’s commitment to enhancing its medical facilities while prioritizing safety and regulatory compliance within proposed timelines and operational constraints.
    The document outlines the site preparation requirements and installation specifications for the ProxiDiagnost N90 medical imaging equipment at VA Palo Alto, California. It highlights essential conditions for a successful setup, including pre-installation site readiness such as painted walls, operational electrical systems, dust-free environments, and proper HVAC configurations. The equipment plan describes detailed layouts, anchorage, and connection needs, directing the responsibility for site preparation and compliance with safety and building codes to the customer. It emphasizes the necessity of multidisciplinary collaboration among the project team members, particularly in ensuring that conditions meet Philips specifications. Additionally, it discusses electrical and HVAC requirements, remote service capabilities, and considerations for electromagnetic interference that may affect the equipment's performance. Ultimately, the document aims to ensure considerations are made for the efficient installation of medical equipment while prioritizing safety standards and operational effectiveness.
    The VHA Infection Control Risk Assessment (ICRA) template serves as a guideline for evaluating infection risks associated with construction, renovation, and maintenance activities within healthcare facilities. This document outlines a structured approach for categorizing activities by risk level—ranging from low to high—and the corresponding infection control precautions needed. The assessment process includes identifying the type and location of the activity, evaluating potential impacts on patient safety, and determining necessary infection prevention measures. It categorizes work into four categories (A-D), from minor inspections to large-scale renovations, and assesses patient risk across various healthcare areas. The guidance includes specified levels of precautions, indicating required control measures for each level, reflecting the risk of dust and debris generated during the activity. The ICRA must be used in conjunction with a Pre-Construction Risk Assessment (PCRA), ensuring a comprehensive safety evaluation. An infection control permit must be displayed on-site for higher-risk activities. Overall, this ICRA aims to minimize infection risks during construction activities while ensuring compliance with healthcare standards, ultimately safeguarding patient health and well-being.
    The provided file comprises a sequence of numbers, likely structured to categorize various responses or evaluations pertaining to federal RFPs, grants, or local initiatives. Each number could represent a rating system for proposals or submissions, indicating performance across multiple criteria. The repetition of sequences suggests a matrix or scoring system employed to assess and prioritize applications based on predetermined metrics. This document likely supports decision-making processes in evaluating funding requests or project proposals, pivotal in ensuring that resources are allocated efficiently and effectively. The systematic approach to quantifying responses reflects a structured methodology to derive insights and guide funding decisions within government agencies. The overall purpose of the document appears to be related to the administration and analysis of proposals in accordance with federal and state regulations, ensuring that the assessment is transparent and based on measurable outcomes. This is crucial in a landscape where government fiscal responsibility and accountability are emphasized.
    The document outlines a series of federal RFPs (Request for Proposals) and grants, aimed at engaging various stakeholders in community development initiatives. It emphasizes the need for responses to specific projects that facilitate economic growth, provide social services, and enhance public welfare at state and local levels. Key points include eligibility criteria for potential applicants, funding scopes, project expectations, and timelines for submissions. The structure of the file presents sequentially numbered RFPs and grant opportunities, indicating their alignments with federal priorities. This initiative is directed to foster collaboration among government entities and community organizations, ensuring effective use of federal funds to drive local improvements. Overall, the document serves as a resource for identifying and applying for financial aid to address pressing local issues.
    The document appears to be a fragment of a government file concerning federal and state/local Requests for Proposals (RFPs) and grants. Its primary focus is on funding opportunities for government projects, emphasizing the need for precise documentation, proposal submissions, and adherence to regulatory frameworks. Key ideas involve the structured processes for engaging with government agencies, highlighting timelines, eligibility requirements, and evaluation metrics crucial for selecting winning proposals. It likely serves as a guide for potential applicants to navigate the complexities of securing funding for various governmental initiatives. The outline suggests an organized approach to understanding and responding to RFPs, ensuring compliance with established standards, thus promoting effective use of public resources.
    The document outlines the Contractor Certification requirements concerning safety and environmental standards for a project titled "Install Site Prep Radiology Room." It emphasizes the importance of assessing the contractor’s compliance with OSHA regulations over the past three years. Specifically, any contractor with four serious violations, one repeat violation, or one willful violation will be disqualified. Additionally, contractors must provide their current Insurance Experience Modification Rate (EMR), supported by a signed letter from their insurance carrier. The document includes spaces for the contractor's signature, typed name, and title, signifying their agreement to adhere to the stated safety and environmental criteria. This certification process is crucial in ensuring that contractors are qualified and operate safely, aligning with federal and local government standards while minimizing health risks in project execution.
    The document outlines a Divisional Cost Break-Out for the installation of a Radiology Room (F1-201) in Building 100. It requires a detailed breakdown of costs associated with various project divisions, starting with Division 1, which covers general requirements. Additional lines are provided for any other relevant divisions or costs that may arise throughout the project’s execution. The summary includes distinct categories for bonds and insurance, overhead, and profit, culminating in the total project bid amount. This structure is essential for transparency and accountability in project budgeting, common in federal and local RFPs, ensuring that all costs are itemized and justifiable to facilitate project funding and oversight. The document emphasizes adherence to regulations and standards typical in government contracting.
    The document presents a Task Order Proposal Request (TOPR) for retrofitting a radiology room at the VA Palo Alto Health Care System, open only to contractors awarded a Multiple-Award Construction Contract (MACC) under Veterans Integrated Service Network 21 (VISN 21). The project will be executed at Building 100, 3801 Miranda Ave., Palo Alto, CA, and further details will be available electronically via https://sam.gov. Interested contractors must submit their proposals to Alex Arter, the Contract Specialist. A mandatory site visit is scheduled for January 28, 2025, at 11:00 AM PDT. The request specifies eligible contractors for the task order, listing various firms including Acierto, LLC and Hawk Contracting Group, among others. Offers from non-listed contractors will not be considered. This document serves to solicit proposals for necessary renovations in compliance with federal regulations, ensuring that awarded contractors are pre-qualified through the MACC process, enhancing project efficiency and accountability.
    The Department of Veterans Affairs (VA) is soliciting bids for the Radiology Room F1-201 Retrofit project at the Palo Alto Health Care System. The objective is to retrofit the room to accommodate new medical equipment, which includes replacing flooring, repainting, lead shielding design, and seismic anchoring. Contractors must provide all labor, materials, and equipment while adhering to strict safety and code compliance measures during the construction process. Key highlights include a site visit scheduled for January 28, 2025, and a requirement for contractors to be registered in the System for Award Management (SAM). The contract awarded will prioritize proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and follow FAR guidelines for execution. The entire project must be completed within 60 days of receiving the Notice to Proceed, and various health and safety protocols, including infection control measures, must be implemented throughout construction. A comprehensive scope of work details responsibilities such as coordinating with Philips Healthcare, ensuring compliance with national and local regulations, and maintaining operational safety within the healthcare facility. The solicitation emphasizes the VA's commitment to enhancing healthcare infrastructure while ensuring the highest standards of safety and construction quality.
    The document pertains to an amendment of a solicitation related to the Department of Veterans Affairs (VA) services. Its primary purpose is to include two essential documents that were omitted in the initial solicitation: a Price Breakdown sheet and a Contractor Certification Regarding Safety and Environmental. The amendment does not alter the response date for the Request for Proposals (RFP), which remains unchanged. The issuing authority is the VA Sierra Pacific Network (VISN 21), specifically the Network Contracting Office (NCO) 21. The amendment highlights the importance of acknowledging receipt to avoid the rejection of offers, maintaining all original terms and conditions intact. The contracting officer, Charee Harris, signed the amendment, indicating the formal approval of these adjustments. This document illustrates the procedural elements of federal contracting and the importance of compliance in ensuring all required documents are submitted for the bidding process.
    The document is an amendment to a solicitation related to contract number 36C26125R0027 issued by the Department of Veterans Affairs, specifically the VA Sierra Pacific Network (NCO 21). The primary purpose of the amendment is to extend the deadline for receipt of offers by 14 days, moving the due date from February 18, 2025, to March 4, 2025. This extension is communicated to all potential offerors/bidders, allowing additional time for them to prepare and submit their proposals. Additionally, the amendment includes important supplementary information, such as a copy of the second site visit log sheet from February 11, 2025, and two parts of the structural as-built design set as requested by contractors. All terms and conditions pertinent to the original solicitation remain unchanged unless specified in the amendment. The document underscores the federal government's procedural adherence in managing contract modifications, ensuring clarity and fairness in the bidding process while accommodating contractor needs during the proposal preparation stage.
    The document details an amendment to a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) regarding the replacement of flooring, casework, and painting in specific rooms as part of a project for new medical equipment installation. The amendment extends the original proposal deadline from March 4, 2025, to March 14, 2025, and includes responses to various requests for information (RFI) regarding scope, contractor qualifications, and responsibilities. Key points address whether existing finishes should be matched, the responsibilities of contractors regarding equipment installation, and confirmation that certain construction aspects, such as HVAC and plumbing, are not included in the RFP. The contractor will not need to manage the equipment's delivery and has increased the project's duration from 60 to 90 days to allow for thorough preparation and coordination. This document exemplifies the structured communication typically found in government contracts and grants, ensuring potential contractors understand expectations and requirements thoroughly.
    This document is an amendment to Solicitation 36C26125R0027 issued by the Department of Veterans Affairs, specifically by the VA Sierra Pacific Network (NCO 21). The amendment's primary purpose is to update the solicitation's cover page by incorporating references to FAR Part 16 and removing those related to FAR Part 15, reflecting a procedural adjustment in the contracting process. Additionally, it includes an attached Site Visit Log pertinent to the solicitation process. It emphasizes that all existing terms and conditions remain unchanged except where explicitly stated in the amendment. Offerors are reminded to acknowledge the amendment receipt by the specified deadline to avoid rejection of their offers. The document concludes with signature lines for the contracting officer and contractor representative, indicating formal acceptance and acknowledgment of the modifications made. Overall, the amendment enhances compliance with federal acquisition regulations while providing additional information relevant to potential bidders.
    The document is an amendment to a Request for Proposal (RFP) issued by the Department of Veterans Affairs' Network Contracting Office (NCO) 21. It primarily serves to extend the deadline for the submission of offers by seven days, moving the original due date from February 11, 2025, to February 18, 2025, at 8 AM Pacific Time. Additionally, the amendment announces a second organized site visit scheduled for February 11, 2025, at the Palo Alto VA Health Care System, providing participants with details on the meeting location and contact person. The purpose of this amendment is to ensure that all interested bidders have ample time to prepare their submissions and can participate in the site visit for a comprehensive understanding of the RFP requirements. The document emphasizes the importance of acknowledging receipt of the amendment to avoid rejection of bids. Overall, the amendment reflects the government's commitment to facilitating transparency and encouraging participation in the procurement process by extending deadlines and providing further engagement opportunities for vendors.
    The document serves as a site visit log for the Room Retrofit project associated with solicitation number 25R0027. The scheduled site visit occurred on January 28, 2025, at 1:00 AM Pacific Time, with proposals due by February 11, 2025, at 8:00 AM Pacific Time. It includes details about the visiting escort, identified as Hanna, alongside space for participants to log their printed names, company affiliations, and contact information, although only one entry appears filled in. The log emphasizes the importance of an authorized badge for access to the site, reflecting security requirements essential for such government-related projects. This file facilitates the organization and documentation of site visits, crucial for bidders to understand project scopes and align their proposals accordingly, adhering to federal RFP standards.
    This document is a Site Visit Log related to solicitation number 25R0027 for a room retrofit project. The site visit is scheduled for January 28, 2025, at 1:00 AM Pacific Time, ahead of the proposal due date on February 11, 2025, at 8:00 AM Pacific Time. The document includes the escort's name, Hanna, and outlines additional requirements for the visit, specifically the need for a badge. The log is intended for participants to record their company details, printed names, and contact information, ensuring organized communication and verification during the site visit. This log is a critical component of the procurement process, enabling interested parties to familiarize themselves with the project site before submitting proposals, thus promoting transparency and competition among bidders.
    The document contains elements related to federal government Requests for Proposals (RFPs), federal grants, and state and local RFPs, but lacks coherent content or identifiable details. Its structure appears fragmented, with repetitive sequences of letters and symbols, rendering it unusable for analysis. The primary purpose of such documents typically involves outlining funding opportunities, project specifications, and criteria for submission. Key ideas typically highlight eligibility requirements for applicants, guidelines for proposal submissions, evaluation criteria, funding amounts, and the objectives that the federal or state program aims to achieve. In a typical context, these RFPs serve as essential tools for government agencies to solicit services or products from external entities, thereby fostering public-private partnerships aimed at addressing community needs or enhancing program efficiency. However, due to the lack of meaningful content in the provided file, the potential for analysis and summarization is void, making it impossible to extract any relevant information regarding federal or state funding opportunities or requirements. Effective responses to RFPs or grants derive from clear, detailed presentations of guidelines and objectives, which are absent in this document.
    Similar Opportunities
    Improve Patient Experience at VA Palo Alto HCS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified contractors to improve patient experience at the VA Palo Alto Health Care System through various construction projects. The initiative includes renovations aimed at enhancing security, upgrading restroom facilities, and installing weather protection structures, with a project value estimated between $2 million and $5 million. This procurement is particularly significant as it aligns with the VA's commitment to providing safe and efficient healthcare environments for veterans, emphasizing the importance of maintaining operational integrity during construction activities. Interested contractors, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit sealed bids by April 4, 2025, and are encouraged to attend a pre-proposal site visit on March 20, 2025. For further inquiries, potential bidders can contact Corey R. Kline at corey.kline3@va.gov or by phone at 702-791-9000 ext. 13969.
    4120--36C26125Q0299 PAD Cooling Tower Repair
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the repair of cooling towers at the VA Palo Alto Healthcare System, with a contract exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves critical repairs to cooling tower components, including gear box bearings, motors, support frames, and fan blades, which must be completed within a 15-day timeframe. This initiative underscores the VA's commitment to enhancing infrastructure and supporting veteran-owned businesses in the procurement process. Interested contractors should note that proposals are due by March 10, 2025, and must acknowledge receipt of amendments to the solicitation, with a total estimated project value of $45 million. For inquiries, contact Contract Specialist Alex D Arter at alex.arter@va.gov.
    6525--SEP 2024 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement and installation of high-tech medical equipment (HTME) with extended installation services, specifically focusing on turnkey solutions for various VA facilities. The objective is to enhance healthcare delivery through the acquisition of advanced imaging technology, including digital radiography systems and computed tomography (CT) scanners, which are critical for improving diagnostic capabilities and patient care for veterans. This initiative underscores the VA's commitment to modernizing its medical infrastructure to meet the growing demands of healthcare services while ensuring compliance with federal standards. Interested vendors must submit their proposals by March 12, 2025, and can direct inquiries to Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov.
    Z2AA--Epoxy Floor Repairs
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for epoxy floor repairs at the Central Arkansas VA healthcare facility, with a total budget of $19 million. The project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 30 days following contract award, emphasizing adherence to infection control risk assessments and VA regulations. Interested bidders must attend a mandatory site visit scheduled for February 18, 2025, and a second visit on February 24, 2025, to familiarize themselves with the project requirements, with the deadline for inquiries set for February 25, 2025. For further details, potential contractors can contact Contracting Officer Felicia Lovelady at Felicia.Lovelady@va.gov.
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of medical equipment under the solicitation titled "6525--DEC 2024 Equipment Only Consolidation." This initiative aims to acquire high-tech medical imaging equipment, specifically targeting the needs of the National Acquisition Center (NAC) for various healthcare facilities serving veterans. The procurement process is crucial for enhancing healthcare services, ensuring that the VA can provide state-of-the-art diagnostic and treatment capabilities. Key deadlines include the submission of vendor questions by February 19, 2025, and the final offer submission due by April 9, 2025. Interested vendors should direct inquiries to Contract Specialist Hermann A. Degbegni at hermann.degbegni@va.gov for further details.
    6525--JAN 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the JAN 2025 Consolidation of Health Technology Management Equipment (HTME) with Extended Installation Services, which includes turnkey services. This procurement aims to enhance the efficiency of medical equipment installation across various VA facilities, thereby improving healthcare services for veterans. The contract is particularly significant as it aligns with the government's commitment to upgrading medical infrastructure and patient care. Interested vendors must submit their responses by 11:59 PM Central Time on July 28, 2025, and can direct inquiries to Michael Kuchyak at michael.kuchyak@va.gov or by phone at 708-786-5906.
    Z1DA--Correct SPS Ceiling System Finding 506-25-502
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Correct SPS Ceiling System Finding" project at the Ann Arbor VA Medical Center, identified by project number 506-25-502. This federal contract involves the complete removal and replacement of the existing Acoustical Lay-in ceiling system in SPS room DB34 with a suspended gypsum board ceiling, requiring contractors to provide all necessary labor, materials, and equipment while ensuring minimal disruption to medical center operations during renovations. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction cost between $500,000 and $1,000,000, and proposals are due by 2:00 PM EDT on March 19, 2025. Interested contractors should direct inquiries to Contract Specialist Leland Ruedel and are encouraged to attend a pre-bid site visit on February 25, 2025, to familiarize themselves with the project requirements.
    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 No. 652-14-106. This procurement involves extensive renovations to enhance patient privacy, including the construction of 21 patient rooms and supporting spaces, with a completion timeline of 540 calendar days from the Notice to Proceed. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the requirement for such businesses to perform a minimum of 25% of the construction work. Interested bidders must submit their electronic proposals by February 25, 2025, with a bid opening scheduled for February 26, 2025. For further inquiries, potential offerors can contact Contract Specialist Denise Morman at Denise.Morman@va.gov.
    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. This project, valued between $2 million and $5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves comprehensive construction work to modernize the clinic's electronic health record management infrastructure. Key requirements include providing all necessary tools, labor, and materials, with a completion timeline of 455 calendar days post-award, while adhering to strict safety and operational protocols to minimize disruption to ongoing medical services. Interested bidders must submit their offers by the extended deadline of March 18, 2025, and can direct inquiries to Contract Specialist Sharese H McKinney at sharese.mckinney@va.gov.
    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 bathrooms at the Augusta VA Medical Center, aimed at improving patient safety. This project involves comprehensive construction and alterations across seven floors, including upgrades to plumbing fixtures, lighting, and finishes, while adhering to stringent safety and security protocols due to the facility's continuous operation. The estimated contract value ranges from $1 million to $5 million, and the opportunity is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit sealed bids by March 28, 2025, with a mandatory site visit scheduled for March 4, 2025. For further inquiries, potential bidders can contact Contract Specialist Pamela R Moffitt at pamela.moffitt@va.gov.