Z1DA--PROJECT 528A8-22-816 - CONSOLIDATE PRIMARY CARE PHASE 1A BATHROOMS
ID: 36C24224B0037Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, 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 invites contracts for the CO2 Gas System Ventilation Project. The primary objective is to renovate the Albany VA Medical Center's first floor into accessible public restrooms, involving demolition, alterations, and installations while ensuring patient access and safety. Contractors must adhere to strict guidelines, provide detailed drawings, and address challenges like asbestos and lead. With an estimated value between $500,000 and $1 million, the project requires registration in SAM and VetCert, and bids must be submitted electronically by August 19, 2024, ahead of the public bid opening teleconference.

    This opportunity is part of the department's broader aim to improve infrastructure and services at VA Medical Centers across New York State, focusing on construction and renovation while adhering to prevailing wage rates and strict regulations. The solicitation incorporates essential clauses on equal opportunities, buy American requirements, and bid guarantees. Vendors are encouraged to carefully review the specifications and submit compliant bids, as amendments have been issued addressing various concerns and extending deadlines.

    Point(s) of Contact
    Spivack, MichaelContracting Officer
    (716) 862-8890
    Michael.Spivack@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks renovation services for the CO2 Gas System Ventilation Project at the Albany VA Medical Center. The goal is to consolidate primary care with a focus on phase 1A bathrooms. It's a 100% SDVOSB set-aside construction project, estimated between $500,000 and $1 million. Bidders must register in SAM and VetCert, providing an Experience Modification Report and acknowledging solicitation amendments. The solicitation incorporates various clauses, including equal opportunity, buy American requirements, and bid guarantees. Site visits are scheduled, and bids must be submitted electronically by the specified deadline, followed by a teleconference for public bid opening. Evaluation criteria include price and compliance with representations and certifications. Critical dates include the site visit and the bid submission deadline of August 19, 2024.
    The Department of Veterans Affairs issues an amendment to a solicitation for construction or renovation work. The focus is on addressing vendor questions related to printing issues with the solicitation's drawings. The amendment provides guidance on fixing scaling issues encountered when printing the 8.5" x 11" drawings, emphasizing correct printing settings. Offerors are instructed to use specific settings in software like BlueBeam or Acrobat to ensure accurate printing and scaling. This clarification aims to assist bidders in preparing their offers, ensuring they have access to accurately scaled drawings for their submissions. The amendment emphasizes that all other terms and conditions of the solicitation remain unchanged.
    The government seeks to amend an existing contract for construction and related services, primarily extending the deadline for receiving vendor questions and clarifications to August 19, 2024. The amendment also specifies the site visit location and provides updated information on the prevailing wage rates for various classifications of workers, including electricians, laborers, and plumbers, effective January 1, 2024. These rates are mandated for the contract, which appears to cover multiple counties in New York State. The amendment emphasizes the application of these new wage rates and outlines the different rates for various construction roles, seemingly preparing potential contractors for the revised financial terms. Vendors are required to acknowledge receipt of this amendment by the specified deadline.
    This amendment pertains to an ongoing procurement process by the Department of Veterans Affairs, with the subject matter concerning modifications to an existing contract for a 1st Floor Bathroom project. The primary objective of this amendment is to address a vendor's question regarding the optimal location for connecting to the existing BMS IP Network. The vendor inquires about the closest IT closet, which is identified as Room C124C, and requests confirmation or guidance on the best location for adding the work to the BMS Network. The amendment includes an attached diagram (BMS placement) that presumably provides visual details on the specified location and any relevant technical considerations. The contracting officer, Michael Spivack, emphasizes that all other terms and conditions of the contract remain unchanged. Vendors are required to acknowledge receipt of this amendment and are allowed to make changes to their offers accordingly, provided they reference the solicitation and amendment numbers and adhere to the specified deadline. While critical dates are not explicitly mentioned, the amendment does specify a deadline for offer submissions or changes: August 19, 2024, at 10:00 EST. This deadline is in relation to the vendor acknowledgment and potential offer adjustments based on the information provided in the amendment. This summary provides a concise overview of the key procurement-related details within the provided file, focusing on the specific aspect of the contract modification and the associated vendor inquiry.
    Procurement Objective: The Department of Veterans Affairs, through its Network Contracting Office (NCO) 2, is seeking offers for a contract that involves renovation or construction work at one of its facilities. Specifications and Requirements: While specific details are not provided, the amendment addresses the question of how to achieve negative air pressure in the basement area bathrooms. The response suggests that duct work should be run down the hallway and out through the loading dock, or alternative means can be proposed as long as they do not produce dust and are contained. Scope of Work: The contractor will be responsible for ensuring negative air pressure in the basement bathrooms of the facility, adhering to the specifications provided. Contract Details: This amendment (No. 1) extends the deadline for offer submissions and answers a vendor's question about achieving negative air pressure. It does not provide information on the contract type or value. Key Dates: The amendment is effective as of July 31, 2024, and offers must be received prior to 10:00 AM EST on August 19, 2024. Evaluation Criteria: Not specified in this amendment, but it is likely that proposals will be evaluated based on their feasibility, cost, and adherence to the specified requirements for achieving negative air pressure in the basement bathrooms. Summary: The Department of Veterans Affairs is seeking offers for a contract involving construction or renovation work, with a focus on ensuring negative air pressure in the basement bathrooms of one of its facilities. This amendment addresses a vendor's question, providing guidance on acceptable methods to achieve the required air pressure while minimizing dust and containing the work. The deadline for offer submissions has been extended to August 19, 2024. While specific contract details are not provided, vendors are expected to propose solutions that adhere to the specified requirements.
    The Department of Veterans Affairs issues a modification to a previous solicitation for plumbing services. The amendment extends the submission deadline and provides clarifications on venting and piping requirements for plumbing fixtures on the first floor, specifying modifications to be made within walls and above the ceiling. Offerors must acknowledge receipt of this amendment by the specified date. The contracting officer is Michael Spivack, and all other terms and conditions of the original solicitation remain in effect.
    The government agency issued an amendment to a previous solicitation for contracts related to consolidating primary care bathrooms in phase 1A, altering the previous focus on CO2 gas system ventilation. All other terms and conditions remain unchanged, including the requisition number, effective date, and the date and time for receipt of offers. Offerors must acknowledge receipt of this amendment, as failure to do so may result in the rejection of their offers. This amendment extends the hour and date specified for receiving offers, giving contractors more time to respond.
    The file details an amendment to a government solicitation or contract, modifying the project number to align the solicitation and specification documents. Offerors must acknowledge receipt of this amendment by the specified date and hour, or risk their offers being rejected. The amendment corrects the project number to 528A8-22-814, and all other terms and conditions of the original solicitation remain in effect. This change was issued by the Department of Veterans Affairs Network Contracting Office.
    The government agency seeks advanced cybersecurity solutions from experienced vendors. The primary objective is to procure cutting-edge technology and services for proactive network defense, enhancing the organization's ability to detect, prevent, and respond to cyber threats. The solutions should provide comprehensive protection across their IT infrastructure, including network segments, endpoints, and cloud environments. The agency requires a robust combination of network security tools, endpoint protection, and advanced threat analytics, with a focus on automation and orchestrated response capabilities. Vendors must demonstrate expertise in implementing and integrating these solutions within existing infrastructure, ensuring seamless functionality. The scope of work involves the delivery, configuration, and ongoing management of these cybersecurity measures, including regular threat assessments, incident response planning, and real-time monitoring. Key dates include an upcoming bid submission deadline, with evaluations based on the vendor's technical expertise, past performance, and the effectiveness of their proposed cybersecurity solutions. The agency emphasizes the importance of a robust security posture to safeguard their systems and data, seeking innovative partners to achieve this crucial objective. Another procurement objective outlined in the files is the acquisition of advanced language translation and localization services. The government agency seeks a specialized vendor to provide efficient and accurate translation capabilities, facilitating communication and understanding across multiple languages. The primary focus is on written translation, encompassing a wide range of documents, from technical manuals to cultural and educational materials. The agency specifies strict quality standards, emphasizing native speaker accuracy and cultural sensitivity. Vendors must possess a comprehensive understanding of the target languages and cultures, ensuring effective communication and localization of the translated content. The scope of work includes project management, with vendors responsible for coordinating translations, managing workflows, and ensuring timely deliveries. Key dates are mentioned for vendor information sessions and submission deadlines. The agency emphasizes the evaluation of vendors based on their technical expertise, capacity, and past performance in language translation and localization projects. As part of the procurement process, vendors will be assessed on their ability to meet the stringent quality standards and deliverable timelines outlined in the RFP. The files also reveal a requirement for specialized construction services aimed at renovating and upgrading existing government facilities. The procurement objective centers on contracting a skilled construction firm to execute comprehensive upgrades, including structural modifications, mechanical and electrical enhancements, and aesthetic improvements. The focus is on achieving a modern, functional, and aesthetically pleasing environment while adhering to stringent building regulations and sustainability practices. The agency specifies strict compliance with local and federal regulations, incorporating green building principles and accessibility standards. Vendors must provide detailed plans for project management, outlining their approach to phasing the construction process to ensure minimal disruption. Health and safety protocols are a key consideration, with vendors expected to maintain a safe work environment. The procurement process includes a submission deadline for bids, with evaluations based on past similar project experience, financial capabilities, and a comprehensive understanding of the agency's requirements. Vendors will be assessed on their ability to complete the project within specified timelines and budget estimates. Additionally, the files indicate a requirement for consulting services specializing in organizational development and change management. The government agency seeks expert guidance to navigate complex structural and cultural transformations. The primary procurement objective is to engage a consulting firm to facilitate a seamless transition, enhancing employee engagement and productivity during the change process. The agency emphasizes the importance of a human-centric approach, focusing on employee experience and fostering a positive work culture. Vendors must demonstrate a robust methodology for assessing current processes, developing strategic roadmaps, and facilitating effective organizational change. The scope of work involves a range of tasks, including change impact assessments, employee engagement programs, and the design of efficient work processes. Key dates are mentioned for the submission of qualifications and proposals. The agency will evaluate vendors based on their expertise, demonstrated success in similar engagements, and the robustness of their proposed change management strategies. Furthermore, the government agency displays a need for information technology services, particularly focusing on cloud migration and modernization. The procurement objective revolves around engaging a competent vendor to assist in migrating their on-premises IT infrastructure to a secure cloud environment. The agency seeks a partner to provide a seamless transition, ensuring data security and minimizing downtime during the migration process. Cloud architecture design, implementation, and ongoing management are key requirements, with the agency emphasizing compliance with federal cloud computing initiatives. Vendors must detail their technical approach, including infrastructure design, data security measures, and disaster recovery strategies. The scope of work encompasses cloud infrastructure provisioning, application migration, and ongoing support post-migration. Cost estimates and timelines are critical factors, with a stated preference for a fixed-price contract. Vendors are expected to propose innovative solutions while adhering to specified deadlines. Evaluations will be based on technical merit, cost-effectiveness, and past performance in cloud migration projects. In summary, the government agency seeks to enhance its cybersecurity posture, improve multilingual communication capabilities, upgrade physical facilities, manage organizational changes, and migrate to the cloud. These objectives are central to the multiple procurement opportunities outlined in the files.
    The Department of Veterans Affairs seeks contractors for comprehensive renovations to convert the first floor of the Samuel S. Stratton VA Medical Center into public restrooms. The objective is to create accessible, functional restroom facilities by performing demolition, alterations, and installations. The scope entails renovating existing offices, maintaining patient access routes, and ensuring life safety and security measures. The work involves asbestos and lead abatement, carpentry, fireproofing, and door and hardware installations. Additionally, the project requires plumbing, HVAC, and electrical work, including wet-pipe sprinkler systems and low-voltage conductors. Finishings such as flooring, ceilings, and signage are also specified. Contractors must adhere to strict security protocols and provide detailed as-built drawings. The RFP includes a comprehensive list of submittal requirements, emphasizing shop drawings, product data, and samples for various aspects of the work. The estimated contract value is not explicitly mentioned. However, the document implies a substantial budget, with references to government-furnished equipment and a multi-phase project. Key dates include site visits by appointment and the requirement to submit a work plan detailing phasing and milestones before commencing work. Evaluation criteria were not explicitly mentioned. However, it's likely that the VA prioritizes factors such as technical competence, timely execution, and budget compliance in selecting the successful bidder.
    I can provide a summary based on the information provided. Please share the contents of the file, and I will create a summary based on your instructions.
    I can provide a summary based on the information provided. Please share the contents of the file, and I will create a summary based on your instructions.
    The government seeks to procure construction services for various projects across New York State, encompassing building, heavy, and highway construction. This RFP outlines prevailing wage rates for different construction classifications, including plumbers, electricians, carpenters, and laborers, with rates varying based on location and craft. The scope involves tasks like application of insulating materials, asbestos handling, masonry, and electrical work. Holiday pay and vacation days are also specified. Contractors must adhere to Davis-Bacon Act requirements, ensuring compliance with minimum wage laws and providing paid sick leave. Key dates include submission deadlines for conformance requests and a wage determination appeals process. The procurement's focus is on obtaining construction services at predetermined wage rates, with evaluation criteria likely centered on compliance and cost-effectiveness.
    Similar Opportunities
    Z1DA--NRM | 503-19-112 Replace Steam System Project (VA-24-00009779)
    Active
    Veterans Affairs, Department Of
    Presolicitation notice from the Department of Veterans Affairs, Department of, for the procurement of construction services to replace the steam system at the Altoona Veteran Administration Medical Center in Altoona, PA. The project must comply with applicable codes, VA policy/standards, and the terms of the contract. The contractor is responsible for providing all necessary tools, travel, trades, labor, materials, permits, licenses, and supervision. The period of performance is 720 calendar days. The solicitation, specifications, and drawings will be available on the Contracting Opportunities website. Interested parties must register on the website to obtain solicitation documents and amendments. The contract will be awarded in accordance with the procedures specified in the solicitation. The project is being solicited as a tier evaluation, with priority given to service-disabled veteran-owned small businesses, veteran-owned small businesses, and other small businesses. The NAICS code for this procurement is 236220, with a small business size standard of $45 million. The estimated construction cost is between $5,000,000.00 to $10,000,000.00. The solicitation issue date is approximately December 6th, 2023. All questions must be submitted in writing via email. A pre-bid conference/site visit will be conducted, and offerors must be registered in the System Award Management System (SAM) and verified in the Department of Veterans Affairs (VA), Center for Veterans Enterprise (CVE) at the time of proposal offering. Failure to meet these requirements will result in disqualification. A site visit is scheduled for December 13th, 2023, at the Altoona VAMC.
    Y1DA--Project Number: 561A4-21-101 Replace RF Unit Site Prep - Rm. 48 Lyons VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Project Number 561A4-21-101, which involves the replacement of the RF Unit and site preparation in Room 48 at the Lyons VA Medical Center in New Jersey. The project encompasses extensive construction tasks, including demolition, installation of new mechanical systems, plumbing, electrical work, and fire protection, all while ensuring minimal disruption to the facility's 24/7 operations. This initiative is critical for modernizing healthcare technology and improving operational efficiency within the VA system. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their bids by October 8, 2024, at 10:00 AM EST, via email to the designated contracting officers, with the anticipated contract value ranging between $500,000 and $1,000,000.
    Z1DA--Renovate Restrooms 515-22-101
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the renovation of restrooms at the VA Medical Center in Battle Creek, Michigan, under project number 515-22-101. This project, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves comprehensive renovations across approximately 9,124 square feet, including demolition, installation of energy-efficient fixtures, and adherence to strict safety and infection control protocols. The estimated cost for this project ranges from $2 million to $5 million, with a performance period of 380 calendar days post-award. Interested contractors must submit their proposals by October 24, 2024, and can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov or by phone at 216-447-8300.
    Z1DZ--509 Window Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of 25 window panels at Building 509 of the Richmond VA Medical Center, specifically within the 3D Print Lab. The project requires contractors to manage all aspects of construction, ensuring compliance with VA standards, quality assurance, safety protocols, and infection control measures, all while minimizing disruption to healthcare services. This initiative underscores the VA's commitment to providing a safe and effective care environment for Veterans, with an estimated project cost between $25,000 and $100,000 and a completion timeline of 45 calendar days post-award. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers electronically by October 31, 2024, and can direct inquiries to Contract Specialist Donteana R Gibbs at Donteana.Gibbs@va.gov.
    Y1DB--Radiation Oncology Lab Renovation (Oct)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of the Radiation Oncology Laboratory at the Hunter Holmes McGuire Veterans Affairs Medical Center in Richmond, VA. This project, identified by solicitation number 36C24625B0001, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a target bid range of $2,000,000 to $5,000,000, emphasizing the requirement for SDVOSB participation in at least 25% of the work. The renovation aims to enhance healthcare facilities for veterans by upgrading various systems, including structural, mechanical, electrical, and plumbing, while ensuring compliance with safety standards and minimal disruption to ongoing medical operations. Bids are due by November 14, 2024, at 4:00 PM EST, with a pre-bid conference scheduled for October 16, 2024. Interested parties should direct inquiries to Contract Specialist Aaron R. Holmes at Aaron.Holmes@va.gov.
    Z1DA--607-22-101 Renovate Inpatient Ward 7B (VA-25-00007172)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of Inpatient Ward 7B at the William S. Middleton Memorial VA Hospital in Madison, Wisconsin, under project number VA-25-00007172. This project, with a budget ranging from $5 million to $10 million, aims to modernize hospital facilities while ensuring compliance with federal regulations and prioritizing participation from service-disabled veteran-owned small businesses (SDVOSB). The renovation will encompass comprehensive upgrades across various construction disciplines, including architectural, mechanical, and electrical systems, to enhance patient care environments. Interested bidders must submit their proposals electronically by 12:00 PM local time on October 11, 2024, and can direct inquiries to Contracting Officer John J Meyers at john.meyers2@va.gov.
    C1DZ--652-323 Improve Surgical Access (Construction) (VA-24-00021839)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction project titled "C1DZ--652-323 Improve Surgical Access" at the Richmond VA Medical Center in Virginia. The project aims to expand and modernize surgical operating facilities, including the construction of approximately 16,000 square feet to accommodate advanced operating rooms and support spaces, with an estimated cost between $10 million and $20 million. This initiative underscores the VA's commitment to enhancing healthcare infrastructure for veterans, ensuring compliance with federal regulations and labor standards, including adherence to the Davis-Bacon Act for wage determinations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals electronically by October 29, 2024, at 12:00 PM EDT, and are encouraged to attend a mandatory site visit on October 8, 2024. For further inquiries, bidders can contact Contract Specialist Arianne De Los Reyes at Arianne.DeLosReyes@va.gov or Jennifer L. Salerno-Diciuccio at jennifer.salerno-diciuccio@va.gov.
    Z2DA--506-21-705 EHRM Infrastructure Upgrades - Ann Arbor, MI - Construction (VA-25-00001864)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the EHRM Infrastructure Upgrades project at the Ann Arbor VA Medical Center, focusing on significant enhancements to the facility's mechanical, plumbing, and electrical systems. This construction initiative, set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to modernize the healthcare infrastructure in compliance with VA standards and local regulations, ensuring improved operational efficiency and patient safety. The total project cost is estimated between $10 million and $20 million, with bids due electronically by September 23, 2024, and a mandatory pre-bid site visit scheduled for September 4, 2024. Interested contractors can contact David Mark at david.mark2@va.gov or Sheila Vickers at sheila.vickers@va.gov for further information.
    Z1DA-- 529-22-101 Replace Bldg. #7 Master Control Panel
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of the Master Control Panel in Building 7 at the Butler VA Medical Center, designated as Project 529-22-101. The procurement aims to select a contractor to provide comprehensive construction services, including demolition and installation, while adhering to strict safety, environmental, and regulatory standards. This project is critical for maintaining operational efficiency and safety within the facility, ensuring that services to veterans are not disrupted during the upgrade process. Proposals must be submitted electronically by November 1, 2024, at 3:00 PM EST, with an estimated contract value between $5 million and $10 million. Interested contractors can contact Amanda M. Murphy at amanda.murphy5@va.gov for further details.
    Y1DA--FY25: NRM (PROJ: 673-21-149) BB Convert 6 West to Private Patient Rooms
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a construction project aimed at converting the 6th-floor West Wing of the James A. Haley VA Hospital in Tampa, Florida, into private patient rooms. The project involves extensive renovations, including the complete demolition of existing structures, upgrades to mechanical, electrical, and plumbing systems, and minor asbestos abatement, all while adhering to strict safety and operational protocols to minimize disruption to hospital services. This initiative is crucial for enhancing the healthcare environment for veterans, ensuring compliance with federal regulations and safety standards throughout the construction process. The anticipated contract value ranges between $5 million and $10 million, with proposals due by 2:00 PM EST on November 4, 2024. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Contract Specialist David M Hernandez at David.Hernandez1@va.gov for further details.