Z2DA--666 | 24-AP-4277 | 666-22-107 | Install Emergency Eyewashes in HACs
ID: 36C25924R0121Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the installation of emergency eyewash stations in 24 Housekeeping Aid Closets (HACs) at the Sheridan VA Medical Center in Wyoming. The project aims to enhance safety measures by installing tempered, plumbed eyewashes while also making necessary electrical, plumbing, and storage improvements, all while adhering to strict infection control and safety protocols. This initiative is crucial for maintaining health and safety standards in active medical areas, ensuring compliance with federal construction regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by September 6, 2024, following a pre-proposal site visit scheduled for August 13, 2024; the estimated project cost ranges from $500,000 to $1,000,000. For further inquiries, contractors can contact Timothy R. Verburgt at Timothy.Verburgt@va.gov.

    Point(s) of Contact
    Timothy R Verburgt (CS)Contract Specialist
    Timothy.Verburgt@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting proposals for upgrades to 24 existing Housekeeping Aid Closets (HACs) at the Sheridan Veterans Affairs Medical Center in Wyoming. The project includes installing tepid, plumbed emergency eyewashes and making necessary electrical, plumbing, and storage improvements. The estimated cost for this construction ranges from $500,000 to $1,000,000, with a performance period of 122 calendar days post-award. This solicitation exclusively invites proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring them to be verified by the Small Business Administration (SBA) to qualify. Interested contractors must submit proposals via email by September 6, 2024, and are encouraged to attend a pre-proposal site visit on August 13, 2024, to understand the project scope better. Proposals will be evaluated based on past performance and price, with significant emphasis placed on the quality of past work. The contractor must ensure adherence to health and safety standards knowing the work occurs in active medical areas. The procurement emphasizes compliance with applicable federal construction regulations and guidelines to enhance the safety and functionality of the facility.
    The document is an amendment to the solicitation 36C25924R0121 issued by the Department of Veterans Affairs Network Contracting Office. The amendment serves two primary purposes: to provide the sign-in sheet and documentation from a recent site visit, and to offer responses to Requests for Information (RFIs) received during that visit. It includes references to attached documents that substantiate these updates, specifically a site visit meeting document, RFI responses, and attendance records. Contractors and offerors are reminded to acknowledge receipt of this amendment before the specified deadline to ensure their submissions are considered. The aim of this amendment is to keep potential bidders informed and facilitate transparent communication, essential components of the contracting process under federal guidelines. Overall, this document plays a vital role in maintaining compliance and engagement within the federal contracting framework.
    The document is a Past Performance Questionnaire designed to assess a contractor's previous work and performance relevant to government contracts, particularly in relation to solicitations and grants. It includes sections for contractor and client information, detailing their roles and contact information. The questionnaire encompasses evaluations across various categories, such as quality of work, schedule adherence, customer satisfaction, management effectiveness, cost management, safety compliance, and overall performance. Key aspects include rating the contractor’s performance on a scale from Exceptional to Unsatisfactory, providing narrative explanations for ratings, and detailing strengths, weaknesses, and deficiencies noted during the project. The document aims to inform future procurement decisions by gathering thorough feedback on past performance, emphasizing the importance of quality assurance and client relationships in governmental contracting. By evaluating both technical and managerial aspects, the questionnaire serves as a comprehensive tool for gauging contractor reliability and capability for future projects within the contexts of federal and state/local RFPs.
    The "Safety, Security, Environmental & Infection Control Handbook for Contractors" serves as a comprehensive guide for contract workers engaged at the Medical Center, emphasizing the vital importance of safety protocols and regulations. It underscores the necessity for contractors to understand the Medical Center's environment, whereby their health and that of patients is paramount. Key topics covered include security measures, environmental compliance, and specific health safety practices. Contractors are required to follow security protocols, obtain visible identification, and adhere to strict environmental regulations including compliance with acts like the National Environmental Protection Act and Safe Drinking Water Act. Safety guidelines prescribe strict precautions regarding fire safety, personal protective equipment, and the handling of hazardous materials. Furthermore, it encompasses procedures for confined space entry, trench safety, and infection control measures, detailing the use of protective gear and maintaining cleanliness in construction zones. The handbook is instrumental in ensuring that contractors collaborate effectively to minimize risks, maintain patient confidentiality, and preserve the integrity of medical operations during projects. Ultimately, it aims to facilitate a secure, environmentally compliant work setting while promoting health and safety for all personnel within the facility.
    The Sheridan VA Medical Center is set to implement a construction project aimed at installing tempered eyewash stations in housing aid closets across various buildings. The initiative, designated as VA project number 666-22-107, emphasizes strict adherence to infection control measures and containment during construction to prevent air contamination. Contractors are responsible for installing infection control barriers before commencing any work that could generate dust or infectious materials. The project outlines detailed mechanical and electrical specifications, ensuring the new units comply with safety regulations, including GFCI outlets and plumbing connections. There is a comprehensive focus on maintaining cleanliness during all phases of construction, outlining procedures for debris handling, HVAC system management, and monitoring of air quality to further protect the health of occupants and staff. The document serves as a guideline within the context of federal RFPs, highlighting the VA's commitment to improving healthcare facilities while ensuring patient safety and regulatory compliance.
    The Facilities Management Service Safety Plan (SOP 138-02) for the Sheridan VA Health Care System outlines procedures to maintain a hazard-free environment and reduce injury risks for all employees. Effective April 7, 2023, this plan mandates comprehensive safety training for Facilities Management Service (FMS) staff, ensuring supervisors monitor and track training through the Training Management System (TMS). Employees must complete safety training annually, and contractors are required to adhere to these standards through oversight by the Contracting Officer's Representative (COR). The document specifies essential safety practices, including the use of personal protective equipment (PPE), immediate action protocols for incidents, and management of hazardous materials like asbestos. Special attention is given to tool control, particularly in sensitive areas like the Acute Psych Unit (APU), emphasizing the need for strict security measures to prevent patient self-harm. Regular monitoring and reporting by supervisors and safety committees are integral to the program, fostering a culture of safety awareness among staff. The SOP is set for recertification by April 7, 2028, reinforcing its alignment with national safety policies and standards. This plan reflects the organization's commitment to ensuring a safe workplace in alignment with federal safety regulations and VA standards.
    The VHA Infection Control Risk Assessment (ICRA) template serves as a foundational tool for evaluating infection risks associated with construction, renovation, and maintenance activities in facilities. It provides guidance for categorizing activities based on their potential impact on patient safety and outlines corresponding infection prevention measures. The document includes several tables to aid in determining the activity category (A through D), affected areas, patient risk levels (Low, Medium, High, Highest), and the requisite infection control precautions (I through IV). Activities are categorized by duration and level of disturbance, detailing necessary precautions such as maintaining cleanliness, controlling airborne dust, and ensuring isolation from patient care areas. The overall goal is to mitigate infection risks while maintaining operational flow during construction projects. Essential procedures upon project completion include thorough cleaning, HVAC verification, and continued surveillance of water systems. This comprehensive approach underscores the importance of rigorous infection control practices in healthcare settings during construction activities, ultimately supporting patient safety and public health standards.
    The VHA Infection Control Risk Assessment (ICRA) document provides a structured approach for assessing infection risk during construction, renovation, and maintenance activities in healthcare facilities. It outlines a template that categorizes activities into four levels (A to D) based on complexity, duration, and potential for infection risk exposure. For each activity, a patient risk assessment is conducted to match specific infection control precautions, ranging from Level I (minimal risk and precautions) to Level IV (maximum risk and rigorous precautions). The assessment emphasizes the need for collaboration with Infection Prevention and Control professionals, highlighting measures that must be in place before, during, and post-activity completion. The document also includes templates for identifying affected areas and necessary permits for compliance, ensuring patient safety throughout construction processes. This comprehensive framework aims to minimize infection risks while supporting necessary facility upgrades, ultimately enhancing healthcare delivery standards and safeguarding patient care areas.
    The Lockout/Tagout (LOTO) Program established by the Sheridan VA Health Care System outlines procedures to ensure the safe management of hazardous energy during maintenance and servicing activities. The program aims to prevent unexpected equipment start-ups and energy releases that could cause employee injuries, following OSHA standards. Key components include defining the roles and responsibilities of authorized employees, ensuring proper use of locks and tags, and detailing procedures for locking out energy sources of various types (e.g., electrical, hydraulic). Contractors are required to comply with LOTO protocols, and comprehensive training programs ensure all employees understand LOTO procedures. Regular inspections and documentation are mandated for compliance with training and procedural efficacy. The program is set for recertification in 2029, demonstrating a commitment to ongoing safety and adherence to regulations. Overall, the LOTO Program at the Sheridan VA emphasizes the importance of systematic safety measures in protecting personnel during equipment maintenance.
    The Department of Veterans Affairs has initiated a project (VA Project No. 666-22-107) at the Sheridan VA Medical Center aimed at installing tempered eyewash stations in Housing Aid Closets (HACs). The project involves comprehensive construction activities, including plumbing, electrical work, and necessary finishes, while ensuring compliance with safety requirements and VA standards. Key aspects include site preparation, adherence to strict security protocols during operations, and coordination with existing medical center operations to minimize disruptions. The contractor is required to maintain effective communication with the Contracting Officer’s Representative, utilize a Critical Path Method (CPM) for scheduling, and document all work through as-built drawings and photographic evidence. This initiative reflects the VA’s commitment to improving safety measures in medical facilities while ensuring environmental and operational compliance. The detailed bid documents outline specific requirements for contractors, including project timelines, resource management, and warranty conditions, fostering accountability and quality execution throughout the project's duration.
    The document pertains to the pre-construction site visit for the installation of emergency eyewashes in Health Administration Centers (HACs), under the RFP number 666-22-107. It lists contact information for attendees, including engineers and contractors associated with the project, such as Timothy Verburgt and several representatives from various construction firms like Apex Mechanical and RHI LLC. The purpose of the site visit is to familiarize the involved parties with the location and project requirements, ensuring coordination and compliance with safety regulations. The attendance and engagement of multiple contractors reflect the collaborative nature of the project, aiming to enhance facility safety through proper installation of emergency equipment. Overall, the document serves as a record of participants ready to contribute to the execution of the project focused on improving safety standards within the HACs.
    The government file pertains to a Request for Proposal (RFP) for the installation of emergency eyewashes in 24 Housekeeping Aid Closets (HACs) at the Sheridan VA Medical Center. The contractor is expected to provide labor, materials, and supervision while adhering to relevant OSHA, EPA, and environmental regulations. The contractor must handle and dispose of waste responsibly. The pre-bid meeting is non-mandatory; written questions must be directed to the Contracting Officer by August 20, 2024. Bids are due by September 6, 2024. The estimated project cost ranges between $500,000 and $1,000,000, with requirements for bid guarantees and performance bonds. Compliance with Davis Bacon wage determinations is mandatory, requiring weekly certified payrolls. The contractor must begin work within 10 days of the Notice to Proceed and complete within 122 days. This document outlines procedural guidelines and significant compliance expectations for potential bidders, ensuring they adhere to federal and state contracting standards.
    This document pertains to a pre-construction site visit for Project 666-22-107, which involves the installation of emergency eyewashes in healthcare facilities (HACs). The attendance list includes key personnel from the Veterans Integrated Service Network (VISN) 19 and Facilities Management, namely Timothy Verburgt, Jennifer Crecelius, and Rodney Lindberg, along with their contact information. The site visit is scheduled for August 13, 2024. The purpose of the visit highlights the importance of ensuring compliance and preparedness ahead of the construction activities related to safety equipment installations, reflecting the federal government's commitment to enhancing health and safety standards in healthcare settings. Overall, this file underscores the preliminary steps required to implement safety improvements effectively in accordance with regulatory requirements.
    The Department of Veterans Affairs (VA) is addressing installation requirements for emergency eyewashes in Healthcare Areas (HACs) under contract 666-22-107. Key inquiries from contractors relate to plumbing installations, equipment specifications, and project execution logistics. Critical clarifications include the necessity for tempered water at specific sinks, the required eyewash fixture for a designated room, and the installation of thermostatic mixing valves in rooms with gypsum ceilings. Contractors are instructed to coordinate with the VA for plumbing shutdowns and to install new equipment per specified designs. Phasing of work and the handling of installation schedules are directed by the Statement of Work (SOW), whereby multiple construction sites can be concurrent. Surface mounting of electrical conduits is approved, while plumbing must be concealed unless otherwise noted. Overall, the guidance provided reinforces the VA's commitment to operational safety and compliance while facilitating a structured approach to facility upgrades. The document serves as a critical reference to ensure contractors adhere to required specifications and best practices within the project's framework, reflecting the government's systematic approach to facility enhancement and veteran care.
    The Department of Veterans Affairs' VHA Network Contracting Office 19 is addressing a project to install emergency eyewashes in Healthcare Access Centers (HACs), identified as Project # 666-22-107. The first Q&A clarifies the location of required piping, which is situated above the ceiling in adjacent corridors or rooms as per detailed architectural drawings. The estimated distance from the existing main point of connection to the mixing valve is also provided. The second Q&A addresses concerns regarding the composition of walls and ceilings impacting the need for patchwork. It indicates that wall penetrations must be covered with fiberglass-reinforced plastic (FRP) panels, irrespective of the existing material, and specifies that any ceiling repairs will involve gypsum board. This document serves to provide contractors with crucial technical details necessary for completing the installation project efficiently and according to specifications, reinforcing the VA’s commitment to maintaining safety standards in their facilities.
    The document outlines the VA’s regulations on subcontracting limitations specifically for Veteran-Owned Small Businesses (SDVOSB/VOSB) in federally awarded contracts. Pursuant to 38 U.S.C. 8127(k)(2), contractors must adhere to specific restrictions based on the type of contract: for service contracts, no more than 50% can be subcontracted to non-VIP-listed firms; general construction contracts limit this to 85%; while special trade construction contracts allow for a maximum of 75%. Violations of these stipulations may lead to penalties, including referrals to the VA Suspension and Debarment Committee and possible legal actions under Title 18 and the Small Business Act. The offeror must certify their compliance with these requirements upon submission of their bid, providing documentation as needed to demonstrate adherence throughout the contract duration. Failure to comply may result in the rejection of offers. This regulation aims to ensure that veteran-owned businesses actively participate in federal contracts, reinforcing government support for these enterprises in the broader context of procurement processes and economic empowerment.
    Similar Opportunities
    Z2DA--Replace Canteen Dishwashing Utilities | 666-24-129
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of canteen dishwashing utilities at the Sheridan Veterans Affairs Medical Center in Wyoming. The project involves upgrading plumbing utilities to address long-standing deficiencies, including the removal and replacement of plumbing under the sink to ensure compliance with current codes. This procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract value estimated between $100,000 and $250,000. Interested vendors must ensure they are verified by the U.S. Small Business Administration's VetCert program and can contact Contract Specialist Timothy Verburgt at Timothy.Verburgt@va.gov or 303-712-5707 for further details. Proposals are expected to be submitted following the presolicitation notice, which will be posted around September 14, 2024.
    Z2DA--589-22-885 Expand Sterile Processing Service Space to Meet Requirements
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the project titled "Expand Sterile Processing Service Space to Meet Requirements" at the Kansas City VA Medical Center. This initiative aims to renovate approximately 18,000 square feet of space to enhance Sterile Processing Services, including significant alterations such as demolition, installation of new systems, and compliance with stringent safety and health regulations due to the active medical facility environment. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated contract value between $10 million and $20 million. Interested contractors must submit their proposals, including a safety plan and quality management documentation, by the specified deadlines, and can contact Contract Specialist David S. Sterrett at david.sterrett@va.gov for further information.
    J045--Water System Testing and Maintenance | Hyperchlorination Service | 693 (VA-25-00006637)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide water system testing and maintenance services, specifically hyperchlorination, at the Wilkes-Barre VA Medical Center. The procurement involves a five-year Indefinite Delivery - Indefinite Quantity (IDIQ) contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a minimum contract value of $5,000 and a maximum of $325,000, based on task orders determined by estimated needs. This initiative is crucial for ensuring the safety and compliance of the water supply in healthcare facilities, particularly in preventing Legionella disease. Interested contractors must submit their quotations by 10:00 AM (EST) on September 24, 2024, and direct any inquiries to Contracting Officer Edward Ferkel at edward.ferkel@va.gov.
    6515--JOPC SPS Instrument Washer & Disinfectant 36C24824Q1625
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the procurement and installation of two AMSCO 7053HP Instrument Washers & Disinfectants at the Jacksonville Outpatient Clinic, part of the North Florida South Georgia Veterans Health System. The contract requires the deinstallation of existing units and the installation of new equipment, which is essential for the cleaning and intermediate-level disinfection of surgical instruments within the Sterile Processing Service. This procurement is part of the VA's initiative to modernize medical equipment to enhance healthcare services for veterans, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested vendors must submit their proposals by September 18, 2024, at 5:00 PM Eastern Time, and can contact Contract Specialist Jeremy Parrish at Jeremy.Parrish@va.gov for further information.
    H146--36C257-25-AP-0032 | BASE + 4 OPTIONS | CTX Water Quality Monitoring
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for water quality monitoring services across multiple locations within the Central Texas Veterans Health Care System, including Waco, Austin, and Temple. The contractor will be responsible for conducting water sample collection and analysis for various parameters, including bacteria and Legionella, ensuring compliance with federal environmental regulations. This contract, valued at an estimated $19 million, includes a base year and four optional renewal years, emphasizing the importance of maintaining safe water quality in healthcare environments. Interested parties must submit their proposals by September 25, 2024, with inquiries directed to Contract Specialist Lorri Schoellkopf at lorri.schoellkopf@va.gov or by phone at 210-831-1852.
    NX EQ WASHER DECONTAMINATION UNITS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of NX EQ Washer Decontamination Units to enhance patient care across its medical centers nationwide. The units are essential for the automatic or semiautomatic cleaning and decontamination of surgical instruments and other critical medical devices, ensuring compliance with health and safety standards. This procurement will be conducted under solicitation number 36C10G24R0032, with a single award Requirements contract anticipated, including a base year and four option years. Interested vendors must submit their proposals, including technical and pricing information, by September 18, 2024, and can direct inquiries to Trevor Mason or Sara Vickroy via email.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.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.
    Y1DZ--VHA MINOR CONSTRUCTION Solicitation Project 544-329 Construct Eye Clinic Center Minor Construction Columbia, SC VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a new Eye Clinic Center at the William Jennings Bryan Dorn VA Medical Center in Columbia, South Carolina. This project involves the construction of a 15,000 gross square foot facility designed to meet the operational needs of the Optometry and Ophthalmology departments, including comprehensive services such as HVAC installation, utility coordination, and site work, while ensuring minimal disruption to hospital operations. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a budget of approximately $18,293,999, with proposals due by September 23, 2024, at 11:00 AM EST. Interested contractors can reach out to Contract Specialist Shardae Webb at Shardae.Webb@va.gov or (216) 447-8300 for further details.
    8340--MED RISK HDT Shelters (Quick halt 403 Express & DRASH MX5) Boise VA 531
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of military-grade shelters, specifically the Quick halt 403 Express and DRASH MX5 models, for the Boise VA Medical Center in Idaho. The contract requires the delivery of two shelters, with the larger one measuring between 500 and 550 square feet and the smaller one between 250 and 275 square feet, both designed to meet stringent standards for emergency management, including waterproof materials and specific features such as zip-style doors and HVAC ducting. This procurement is critical for replacing a previously damaged shelter and ensuring the facility is equipped to handle emergency situations effectively. Interested vendors must submit their proposals by September 18, 2024, at 12:00 PM Pacific Time, with a total award amount of $13.5 million, and can direct inquiries to Contract Specialist Lance Lee at Lance.Lee2@va.gov or by phone at 360-816-2780.