Z2LB--Fisher House Site Preparation, Minor Construction Project
ID: 553-305Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the Fisher House Site Preparation, a minor construction project located in Detroit, Michigan. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, and project management to complete site preparation, including the removal and replacement of sidewalks, curbs, and landscaping, in accordance with detailed specifications and drawings. The total project budget is estimated between $100,000 and $250,000, with a completion timeline of 45 calendar days post-award. Interested contractors should contact Emil Reyes at Emil.Reyes@va.gov or call 216-447-8300 for further details and must submit their proposals electronically by the specified deadline.

    Point(s) of Contact
    Emil ReyesContract Specialist
    (216) 447-8300
    Emil.Reyes@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) for the construction of the Fisher House Minor Construction Site Preparation in Detroit, MI. This project, with a budget between $100,000 and $250,000, is strictly set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Contractors are required to provide comprehensive project management, labor, materials, and equipment, adhering to detailed specifications and drawings included in the solicitation. Offers must be submitted electronically by the specified deadline, and only certified SDVOSBs will be considered. Evaluation criteria focus on past performance and pricing, with proposals evaluated to determine the best value for the government. Pre-proposal site visits are arranged for prospective bidders, emphasizing the project's requirements and contractor responsibilities. Additionally, safety, compliance with employment regulations, and accessibility standards are crucial elements throughout the solicitation. This RFP exemplifies the VA's commitment to supporting veteran-owned businesses while ensuring quality and compliance in federal contracts.
    The document outlines the certification requirements for offerors submitting bids for contracts with the Department of Veterans Affairs (VA) under the limitations on subcontracting as specified in 38 U.S.C. 8127. It mandates that if awarded a contract for general construction, the contractor must not pay more than 85% of the government funds to subcontractors who are not certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). Additionally, contractors must comply with the request for documentation to verify compliance with these limitations and understand the consequences of false certifications, which may include penalties or prosecution. Offerors must submit this certification with their proposals; failure to do so will result in ineligibility for contract consideration. Overall, the document emphasizes adherence to federal regulations aimed at promoting opportunities for veteran-owned businesses while imposing strict compliance measures to ensure accountability.
    The document serves as a Project Information Sheet for contractors responding to federal and state/local Requests for Proposals (RFPs). It outlines the necessary information required from contractors to demonstrate their qualifications and performance on relevant projects they have executed. The form includes sections for basic identifying information like company name, contract number, project title, and contact details for project managers and contracting officers. It also delineates details about the contract type, award amounts, completion dates, and a critical narrative component where contractors describe the work performed and its relevance. This structured presentation aims to ensure that all submissions align with RFP instructions, allowing for a uniform evaluation of contractor experience and capabilities in the construction of highways, streets, bridges, and other related infrastructure. Ultimately, it seeks to establish a clear understanding of each contractor’s expertise and past performance in preparation for future federal and state contracting opportunities.
    The Subcontractor Information and Consent Form is designed for subcontractors and teaming partners involved in federal proposals, specifically for the Department of Veterans Affairs construction solicitation. This document mandates consent from these entities before disclosing their past performance information to the prime contractor, emphasizing the importance of transparency in evaluating contractor capabilities. Subcontractors must provide relevant past performance details and references, which should not include the proposing prime contractor. Each major subcontractor must submit this form alongside their proposal to be considered eligible. The intent is to maintain integrity in the source selection process and uphold the government's focus on past performance as a critical element for assessing bids. By requiring detailed references and consent, the government seeks to ensure that fair evaluations are made, reflecting each entity's experience and reliability in fulfilling project requirements.
    The document pertains to the Past Performance Questionnaire (PPQ) utilized by the Veterans Health Administration's Program Contracting Activity Central (VHA-PCAC). Its primary purpose is to evaluate the past performance of contractors bidding for federal projects. The PPQ is structured in two sections: the first section requires contractors to provide detailed information about their past contract performance, including contract information, scope, and their role in the project. The second section is aimed at evaluators, soliciting feedback on the contractor's performance in key areas such as quality, timeliness, communication, management, cost, and subcontract management. Evaluators are also asked for their overall impression and whether they would hire the contractor again. Completed questionnaires must be returned on time to be included in the proposal, reflecting the document’s strict adherence to deadlines. The document concludes with a rating system to assess contractor performance, ranging from 'Outstanding' to 'Unsatisfactory,' ensuring a clear framework for evaluation. This process emphasizes the importance of documented performance history in determining eligibility for government contracts and grants.
    The Fisher House Sitework project in Detroit, MI, involves significant renovations to enhance the facility's exterior. The project is divided into two phases: Phase one encompasses the removal and replacement of 1,500 square feet of damaged sidewalk and an additional 180 square feet at the Fisher House entry. Phase two includes replacing 220 linear feet of curbing, gutter, and catch basins, expanding the existing irrigation system, and creating green space with the planting of six Bosque Elm trees. The contractor will ensure safety by erecting fencing around the worksite, coordinating with the City of Detroit, and obtaining necessary permits. All work must be completed within 45 calendar days after the Notice to Proceed is issued. Existing materials will be recycled where possible, and all construction must comply with the City of Detroit's engineering standards. The landscaping will involve preparing the ground for new sod and installing new irrigation lines to support the greenery. Overall, this project reflects the federal government's commitment to maintaining infrastructure while enhancing the environment around the Fisher House.
    The Fisher House Site Preparation project at the Detroit VA Health Care System aims to prepare the site for construction, including demolition and replacement of sidewalks, curbs, gutters, and landscaping. The work is divided into two phases: the first focuses on the replacement of damaged sidewalks along Bethune Street, while the second involves the replacement of curbs, catch basins, irrigation connections, and tree planting. The contractor is responsible for safety measures, coordination with the City of Detroit, and obtaining necessary permits. Specific safety and quality control provisions are outlined, along with requirements for environmental protection and documentation. The project also includes a comprehensive construction schedule, detailing the methodologies and timeline for completion. Additionally, strict security measures are mandated, including employee identification and document control protocols. The contractor must deliver an up-to-date progress schedule, outlining the overall project timeline, while regularly documenting site progress through photographic records. This project emphasizes compliance with federal regulations and the VA's standards, illustrating a dedicated effort towards improving facilities for veterans within a secure and controlled environment.
    The Fisher House Detroit project involves the preparation of a site in Detroit, Michigan, including specific land identified by a title commitment. The site encompasses multiple lots and includes adjacent public roadways and alleyways, with notable details involving survey requirements and construction standards. The involved engineering firm, Monument Engineering Group Associates, outlines obligations related to preserving survey monuments, managing utilities, and restoring disrupted areas, particularly in accordance with Wayne County regulations. Important construction conditions include maintaining two-way traffic, providing pedestrian safety measures, adhering to soil erosion control, and obtaining various permits prior to commencing work. Additionally, the document references the importance of utility management, highlighting the necessity for contractors to confirm and identify underground utilities before construction. The project falls in a flood zone category assessed as outside the 0.2% annual chance floodplain, and it notes that no wetlands are present on the site. This file serves as a technical guide for contractors and engineers involved, ensuring compliance with local regulations while promoting safety and environmental management during the construction of the Fisher House.
    The document outlines the specifications and guidelines for a construction project at the Detroit Veterans Affairs Medical Center, focusing on soil erosion and sedimentation control measures. It emphasizes compliance with local regulations, requiring contractors to obtain necessary permits and perform regular inspections of erosion control devices. The project involves land disturbance of approximately 1.06 acres, necessitating effective stabilization practices and responsible management of stormwater runoff to prevent pollution. Detailed instructions on material usage, such as topsoil, seed, and mulch, are provided to ensure environmental protection and stabilization post-construction. The document highlights the role of the consulting engineering firm, Monument Engineering Group Associates, Inc., underlining their responsibility to oversee compliance with engineering standards. This project reflects the federal government's commitment to maintaining environmental integrity during infrastructure improvements, aligning with broader objectives related to public safety and veteran services. Additionally, it contains specifications for water and sewer infrastructure, paving, and grading, further emphasizing the comprehensive nature of the development effort.
    The document outlines the General Decision Number MI20250101 for building construction projects in Wayne County, Michigan, detailing wage rates and requirements under the Davis-Bacon Act and Executive Orders 14026 and 13658. It specifies minimum hourly wage rates for various labor classifications, with adjustments based on contract dates and extensions, and provides guidelines for contractor compliance and employee protections including paid sick leave. Additionally, it outlines the appeals process for wage determination disputes and identifies classifications and corresponding wage rates for various construction trades, including adjustments based on union rates where applicable.
    The document is a guide pertaining to the solicitation and management of federal and state government RFPs (Requests for Proposals) and grants. It aims to provide an overview of the processes involved in applying for and managing federal funding opportunities. Key topics include eligibility criteria for applicants, the application process, timelines for submission, evaluation methods, and compliance requirements. The document outlines the importance of adhering to specific regulations and guidelines that govern public funding, ensuring transparency and accountability. Additionally, it emphasizes the need for collaboration among stakeholders to effectively address community needs through funded projects. The objective is to foster efficient utilization of resources while enhancing the ability of local and state organizations to secure funding for various initiatives. Overall, the guide serves as a critical resource for potential applicants seeking to navigate complex governmental requirements related to funding opportunities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a 93,200-square-foot gravel parking lot with 320 spaces at the Dayton VA Medical Center, as part of a project aimed at expanding staff parking. The contractor will be responsible for all labor, materials, and equipment necessary for site preparation, grading, gravel installation, and the placement of parking blocks, adhering to federal, state, local, VA, and OSHA standards. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated contract value between $250,000 and $500,000. Proposals are due by January 22, 2026, at 10:00 AM local time, and interested bidders are encouraged to attend a site visit on December 18, 2025. For further inquiries, contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    36C78626Q50011 Great Lakes Turf Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking quotations for turf maintenance services at Great Lakes National Cemetery in Holly, Michigan. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a one-year base period and four one-year options, not exceeding $2,300,000. The services required include shrub management, leaf removal, herbicide and fertilizer applications, and other landscaping tasks, all performed with a high standard of dignity and respect due to the cemetery's status as a national shrine. Interested contractors must submit their proposals by January 13, 2026, and can direct inquiries to April Graves at april.graves@va.gov.
    Y1DZ--EHRM Infrastructure Upgrades Tier 1 Construction 695-21-700 Milwaukee
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the EHRM Infrastructure Upgrades Tier 1 Construction project at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This project involves a single firm-fixed-price contract for design-bid-build infrastructure improvements, including electrical upgrades, HVAC assessments, communication infrastructure enhancements, and physical security upgrades across multiple buildings on the campus. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is anticipated to be issued in early to mid-January 2026, with a performance period of approximately 1,460 calendar days and an estimated construction magnitude between $50 million and $100 million. Interested parties should direct all inquiries to Contract Specialist Bailey Donato at bailey.donato@va.gov.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, focusing on critical infrastructure improvements including dam spillway modifications and drainage enhancements. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with Colorado state regulations while modernizing cemetery facilities. Interested bidders must submit their proposals electronically by January 14, 2026, at 2:00 PM EST, with a virtual bid opening scheduled for the same day at 2:15 PM EST. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    36C25726R0010 | Project # 674-21-252 Renovation of Bldg. 62 AC Shop
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans’ Medical Center in Temple, Texas, under Solicitation Number 36C25726R0010. This project, designated as Project 674-21-252, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires the contractor to provide all necessary labor, supervision, materials, and equipment for comprehensive electrical, mechanical, and plumbing reconfigurations. The estimated contract value ranges from $2 million to $5 million, with a mandatory performance period of 360 calendar days, and proposals are due by January 29, 2026, at 10:00 AM CST. Interested parties can contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov for further details.