Improve Patient Experience at VA Palo Alto HCS
ID: 36C26125R0028Type: Combined Synopsis/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

REPAIR OR ALTERATION OF OTHER HOSPITAL BUILDINGS (Z2DZ)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for Prime Construction Contractors to submit information for a federal contracting opportunity, referenced as 36C26125R0028. Contractors must provide details on at least three completed projects that demonstrate their relevant experience and capabilities. Each project description should include the title, contract number, project specifics, total cost, construction type, and confirmation of completion status. Contractors must indicate whether they performed the project as the Prime Contractor, the percentage of self-performance, and if applicable, whether the project was a joint venture. It is essential that the projects were completed within the last five years and finished on time. Additionally, each submission must include a customer point of contact for further reference. This document emphasizes the need for contractors to showcase their proven track record to qualify for government contracts, highlighting the importance of experience in similar-sized projects that align with federal specifications.
    The document outlines the Divisional Cost Break-Out for a project aimed at improving patient experience at the VA Palo Alto Health Care System. It lists various construction divisions, each requiring a complete financial breakdown. Key divisions include General Requirements, Existing Conditions, Concrete, Masonry, Metals, Woods and Plastic, HVAC, Electrical, and more, leading to a comprehensive overview of anticipated costs for every component necessary to complete the project. The summary also notes that any additional lines for other divisions can be added as appropriate. The total project bid amount is the culmination of costs from all divisions, as well as other charges such as bonds and insurance, overhead, and profit. This structured approach is typical of federal RFPs, where detailed accounting and organization are crucial for transparency and budget management in government-funded projects. The document emphasizes the importance of meticulous planning and adherence to required standards for enhancing patient facilities.
    This document is a Request for Information (RFI) form intended for use within the context of federal government solicitations. It outlines the procedure for submitting inquiries related to the solicitation or evaluation factors and emphasizes that inquiries must be made via email to a specific contact rather than over the phone. Users must identify and number each inquiry they submit, with fields provided for their company name, the person submitting the question, and date of inquiry. The form allows for multiple inquiries to be documented, ensuring a systematic approach to gathering information regarding the proposal. The structured format and clear instructions aim to facilitate communication between government entities and potential offerors, contributing to a transparent procurement process. This RFI process is key in enabling stakeholders to clarify uncertainties and ensure compliance with the requirements listed in solicitations.
    The document outlines the facility layout and key components of the Palo Alto Division, primarily focusing on healthcare and research infrastructures. It details various sections, including primary care clinics, research facilities, wellness centers, and specialized centers such as the Spinal Cord Injury Center and the Mental Health Center. Each facility is designated by a numerical identifier, with additional notes on controlled access areas and construction zones for ongoing improvements. This schematic is crucial for guiding federal and state agencies in their planning and funding decisions associated with healthcare services and research initiatives. The document serves as a reference for future federal RFPs and grants aimed at enhancing healthcare and research capabilities within the Palo Alto area, reflecting the government's commitment to supporting veteran services through properly structured facilities.
    The document outlines the VHA Master Specifications for the Department of Veterans Affairs, focusing on general requirements and safety protocols for construction projects, specifically the "Improve Patient Experience" initiative at the Palo Alto Healthcare System. It details safety measures, contractor obligations, and standards for site preparation including demolition, zoning, and securing utilities. Provisions on material disposal, existing structure protection, and operational impacts are highlighted to minimize disruption to ongoing medical services. The document specifies responsibilities for testing, confirming compliance with codes, and managing construction warranties. Central to the project is maintaining the integrity of healthcare operations while enhancing facility features. Key security protocols and adherence to established environmental controls are stressed, underscoring the emphasis on patient safety and care standards during construction activities. This document fits into the framework of federal contracts aimed at improving infrastructure while adhering to stringent regulations and guidelines.
    The VHA Infection Control Risk Assessment (ICRA) template is designed for managing infection prevention during construction, renovation, and maintenance activities within healthcare facilities. It emphasizes the necessity of completing a Pre-Construction Risk Assessment (PCRA) alongside the ICRA. The document outlines procedures to ensure safety and control infection risks during construction, classified into four activity categories (A, B, C, and D), depending on the scope and patient exposure levels. Project managers are responsible for identifying the activity type and affected areas, which are evaluated to determine the overall patient risk category and required infection control precautions. Precautions range from Level I (minimal risk) to Level IV (highest risk), mandating specific control measures at each level to prevent dust and airborne contaminants from affecting patients and healthcare workers. Furthermore, a permit detailing the project specifics must be posted at the construction site, ensuring compliance with infection control measures and the completion of thorough clean-ups post-activity. The ICRA framework reinforces the commitment to safety and infection control, crucial in maintaining patient well-being during facility upgrades and repairs.
    The document serves as a comprehensive layout of various facilities and rooms within a government building, detailing their purposes, sizes, and configurations. It catalogues a range of spaces such as conference rooms, exam rooms, offices, and storage, alongside associated General Square Footage (GSF) and Net Square Footage (NSF) measurements. The emphasis on room functions, dimensions, and hierarchical organization indicates the importance of meticulous planning, likely in preparation for future renovations or reorganizations to enhance operational efficiency. This document aligns with federal grant and RFP objectives, showcasing the government's commitment to effectively utilizing physical resources. The organization and classification of spaces reflect a systematic approach to facility management that addresses potential needs for health, human resources, and administrative functions. The detailed layout serves not only as a practical tool for current building management but also as a foundational asset for future infrastructure projects, ensuring compliance with safety and usage regulations. It captures the essence of supporting effective program delivery within government services.
    The provided document outlines the layout and specifications for various rooms within a healthcare facility, specifically focusing on examination rooms and support spaces. It details room identifiers ranging from exam rooms labeled with letters and numbers to utility and storage areas, including spaces for patient check-in and nurse stations. The document also includes a numerical section that could indicate the net square footage (NSF) of each room, highlighting the importance of each area's size for effective healthcare delivery. Additionally, there is a mention of the installation of electronic keys on new doors for enhanced security. Overall, the document serves as a blueprint for facility planning, emphasizing functionality and efficiency within a clinical setting. Its primary purpose likely relates to fulfilling requirements for government requirements regarding the infrastructure of healthcare environments, potentially aligning with federal or state RFPs focused on facility upgrades or construction projects in the healthcare sector.
    The Physical Security and Resiliency Design Manual (PSRDM) from the U.S. Department of Veterans Affairs serves as a comprehensive guide to enhance the physical security and resilience of VA facilities, as mandated by various laws and executive orders. It provides the baseline requirements for new constructions, renovations, and alterations, emphasizing the need for a multi-hazard approach in planning and design. The document categorizes VA facilities into Critical, Essential, and Ancillary based on their roles during emergencies, outlining specific design expectations for each category. The manual integrates principles of Crime Prevention through Environmental Design (CPTED) and mandates thorough risk assessments to inform project planning and budget allocation. It stresses the collaboration of various VA departments and the need to align security measures with historical and environmental considerations. Comprehensive training for project staff, emphasizing qualifications in physical security and emergency management, is crucial for effective implementation. This manual outlines procedures for deviations from baseline requirements and necessitates adherence to existing VA assessment and planning frameworks, ensuring that physical security concerns are addressed early and effectively in the project lifecycle.
    The document outlines security enhancements needed for Building T6B, a daycare facility. It identifies specific deficiencies, particularly focusing on improving the intrusion alarm system and reinforcing perimeter security. Key suggestions include raising existing brick and metal fences to a minimum height of seven feet, adding exit door alarms, and installing new bollards for site security. The facility will also see the integration of PTZ cameras as part of a broader CCTV project. The objective of these upgrades is to address security vulnerabilities effectively, ensuring a safer environment for children and staff. This proposal reflects a response to federal and state requirements for enhanced security measures at childcare facilities, aligning with government standards for safety and security in public spaces.
    The Department of Veterans Affairs (VA) has issued an updated handbook that establishes mandatory procedures for the physical security of its properties to protect personnel and assets. This revision replaces the prior version of Appendix B and introduces new requirements focused on securing information technology (IT) equipment in temporary storage areas and mandates annual physical security surveys for key VA activities. Major changes include the introduction of tailored security measures for various locations such as pharmacies, warehouses, and IT data centers. Specific security protocols regarding doors, windows, intrusion alarms, and key control are detailed, emphasizing the use of secure materials, locking mechanisms, and surveillance systems. The handbook outlines requirements for storage of controlled substances and valuable assets, reflecting stringent standards for safety and compliance. The purpose of this handbook is to provide a structured approach to enhance security measures within VA facilities, aligning with federal directives. It underscores the importance of risk assessments and ongoing evaluations regarding physical security, thereby ensuring the safeguarding of sensitive information and the welfare of veterans and staff.
    The document outlines the specifications for constructing an anti-ram and physical security protective barrier for a play area at a childcare facility. Key requirements include the installation of a Montage Industrial fence, featuring 2-rail panels with a minimum height of 7 feet, and a concrete barrier that meets safety and security standards. The contractor is tasked with providing elevation drawings, structural calculations from a registered engineer, and adherence to CalTrans standards. The project emphasizes the maintenance of surrounding structures, existing trees, and integrating the new barrier with the landscaping. Additionally, the fence is designed for durability with features such as a galvanized steel framework and a long-term warranty from Ameristar, the manufacturer. The document serves as a reference for federal or local RFPs related to facility upgrades and security improvements, ensuring compliance with safety regulations while enhancing the childcare environment.
    The document outlines the specifications and design elements for the construction of a daycare sandbox in the playground area. Key components include the installation of new rubber tiles over the existing concrete, the addition of low retaining walls, and the configuration of the sandbox, which will measure approximately 6.5' x 8.5'. The plan emphasizes protecting existing trees and maintaining certain distances (setbacks) from various structures, including paths and barriers, to ensure safety and compliance with local standards. Existing play structures will be removed, and modifications will be made to the playground's layout, which includes the demolition of old materials and incorporation of landscaping elements such as mulch and protective fencing. This project is likely part of a state or local request for proposals (RFP) or grant initiative focused on improving childcare facilities.
    The document focuses on the installation of shade sail structures within the SCI Courtyard at Building 7. It outlines the specific areas intended for shading, including entrances to the dining room and an open courtyard area, emphasizing the need to provide coverage for raised planters and a vegetable garden. The project aims to enhance outdoor usability and comfort for individuals utilizing the courtyard by mitigating sun exposure. Overall, this initiative not only seeks to improve the aesthetic appeal of the space but also aims to promote outdoor activities and agriculture within the designated area. Such projects highlight the government's commitment to improving public facilities and promoting sustainable practices in community spaces.
    The document outlines a Request for Proposal (RFP) aimed at renovating public restrooms located in Building 100, specifically on the second floor's F wing, room F2-360. Key tasks include replacing fixtures and finishes with specified dimensions and technical details for each type. The RFP details various light fixtures, such as the EV3D model, which encompasses intricate specifications on dimensions, efficiency (3500K LED, 500 Lumens/FT), circuit configurations, and mounting details. Furthermore, the fixtures adhere to limitations regarding installation proximity to power feeds and require specific cabling. The lighting solutions are designed for accessibility and compliance with applicable electrical codes, emphasizing durability, functionality, and aesthetic considerations. The documentation stresses that all specifications are subject to change, alongside the need for contractors to reference installation instructions to ensure accurate application. Overall, this RFP emphasizes upgrading municipal facilities to improve service quality while ensuring regulatory adherence and safety standards.
    This document pertains to a federal or state project involving the management of storm drainage systems located under specific buildings, particularly Building 7 and the T7 trailers, which are no longer in existence. It outlines the location of a storm drain approximately under the T7B trailer, indicating a need for potential maintenance or remediation. The reference to the absence of T7A and T7B suggests previous alterations to the site that may impact current and future operations. The information points to the importance of understanding existing infrastructure during project planning, especially given the regulatory context of federal RFPs and grants. The document serves as a foundation for assessing necessary actions regarding the drainage system in alignment with federal project compliance and maintenance procedures, highlighting the significance of infrastructure management in government planning and execution.
    The document outlines a Request for Proposals (RFP) from the Department of Veterans Affairs to improve patient experience at the Palo Alto Healthcare System through a series of construction projects. The project, expected to be valued between $2 million and $5 million, includes renovations for security enhancements, installation of new restroom finishes, storm drain upgrades, and the introduction of weather protection structures. Contractors are required to submit sealed bids by April 4, 2025, with an emphasis on providing all necessary labor and materials in compliance with safety and code regulations. A bid guarantee is required, alongside a performance bond to be submitted within ten days of contract award. The proposal process is reserved for contractors with previous experience and proven safety records, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). A pre-proposal site visit occurs on March 20, 2025, to familiarize bidders with project specifics and conditions. The selection will primarily consider price, with the potential for discussions if deemed necessary. The overall project aims to enhance the facility's environment and mitigate security issues while adhering to stringent construction management standards and safety requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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-- 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.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Y1DZ--NRM 640-25-101 -- Site prep Radiology | Rm F1-201 Retrofit
    Buyer not available
    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.
    Z2DA--Renovate Building 6 | NCO 4 Specialized (VA-25-00017047)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of Building 6 at the Wilkes-Barre VA Medical Center, with an estimated construction cost between $1,000,000 and $2,000,000. This project aims to execute a comprehensive design-build overhaul, including architectural, structural, and utility upgrades, while ensuring compliance with health and safety standards and minimal disruption to hospital operations. The procurement process is structured in two phases, prioritizing bids from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a deadline for Phase I proposals set for February 21, 2025. Interested contractors must adhere to federal wage standards and provide documentation to demonstrate compliance, with all inquiries directed to Contracting Officer Melvin E. Moore at melvin.moore2@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.
    Z2DA--549-SL-832 BLDG 9 Roof Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the roof repair project at Building 9 of the Dallas VA Medical Center, with an estimated contract value between $25,000 and $100,000. The project requires Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide labor, materials, and supervision for the replacement of roofing materials, including shingles, decking, and gutters, while adhering to sustainability guidelines set by the EPA and USDA. This initiative is crucial for maintaining the integrity and safety of the facility, as the existing roof is over 30 years old and has multiple leak locations that need urgent attention. Interested contractors must submit their quotes electronically by March 17, 2025, and are encouraged to review the detailed specifications and requirements outlined in the solicitation documents, including a mandatory site visit scheduled for January 27, 2025. For further inquiries, contact Eileen F. Myers at Eileen.Myers@va.gov.
    Z2NZ--Project 512A5-21-304 Upgrade Steam System Phase V - Patient Areas (Construction)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to undertake the "Upgrade Steam System Phase V - Patient Areas" construction project at the Perry Point VA Medical Center in Maryland. This project aims to repair and upgrade the failing steam and condensate distribution systems, requiring a comprehensive range of construction services, including mechanical, plumbing, and electrical work. The estimated cost for this construction project is between $10 million and $20 million, with a projected duration of 540 days. Interested contractors must be registered and certified, with proposals due by March 28, 2025, at 10:00 AM EDT. A site visit is scheduled for February 20, 2025, and all inquiries should be directed to Contracting Officer Liana J. Holland at Liana.Holland@va.gov.