Y1AZ--762-22-101: Construction for Physical Security Lunchroom/Foyer
ID: 36C77024R0009Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CMOP OFFICE (36C770)LEAVENWORTH, KS, 66048, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

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 Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a construction contract focused on the renovation of the Tucson VA Consolidated Mail Outpatient Pharmacy (CMOP) facility. The project, identified as solicitation number 36C77024R0009, aims to enhance physical security and improve accessibility within the lunchroom and foyer areas, with an estimated construction value between $2 million and $5 million. This initiative is crucial for ensuring a safe and functional environment for veterans and staff, adhering to VA design standards and safety regulations. Proposals are due by September 11, 2024, and interested contractors should direct inquiries to Contract Specialist Robert Gochenour at robert.gochenour@va.gov or call 913-758-9918.

    Point(s) of Contact
    Robert GochenourContract Specialist
    (913) 758-9918
    Robert.Gochenour@va.gov
    Files
    Title
    Posted
    The document is a detailed asbestos analysis report conducted by EMSL Analytical, Inc. for ACT Environmental Inc. The analysis followed AHERA Method 40CFR 763 and evaluated various bulk materials collected from a site. Each sample was tested for asbestos content, with specific attention to the percentage of fibrous and non-fibrous materials. The report outlines the characteristics of numerous samples, indicating that many were non-detect for asbestos, while some showed minimal chrysotile asbestos presence in mastic materials. The findings indicate the materials’ compliance with safety standards, crucial for planning any construction or renovation work, thus ensuring regulatory adherence and public safety. The report emphasizes the necessity of careful management of potentially hazardous materials in accordance with government regulations.
    The Department of Veteran Affairs is issuing a presolicitation notice for a forthcoming Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside construction project. The objective is to address physical security vulnerabilities at the Tucson CMOP. The main procurement is for construction services to enhance security, specifically focusing on the lunchroom and foyer areas. The scope entails adhering to detailed construction documents and specifications for project number 762-22-101. The contractor will be responsible for managing all necessary services and subcontractors to achieve the desired outcome. It's emphasized that timely delivery, high quality, and thorough documentation are crucial. The presolicitation provides an overview of the upcoming solicitation, which will have a response deadline of September 6, 2024, at 3:00 PM Central Time. As this is a presolicitation notice, further details will be elucidated in the full solicitation document.
    The Department of Veterans Affairs seeks a service-disabled veteran-owned business (SDVOSB) to undertake construction work for the Tucson VA CMOP Facility. The project, with an estimated magnitude of $2–5M, involves addressing physical security vulnerabilities and general construction tasks. Offerors must provide a breakdown of costs, including personnel and materials, with a requirement to spend a certain percentage on SDVOSB employees. The solicitation incorporates numerous provisions, including those related to representations and certifications, equal employment opportunities, and buy American requirements. Offerors are urged to attend a site visit and inspect the work location. Critical dates include the site visit on August 16, 2024, and the submission deadline on September 6, 2024. The selected contractor must achieve substantial completion within a mandated timeline. Evaluation criteria focus on the technical merit and price of proposals, with veteran participation and past performance also considered.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs (VA), specifically extending the submission deadline for offers related to a contract (36C77024R0009) to September 11, 2024. The amendment addresses various inquiries and their corresponding responses regarding project specifications, clarifies requirements regarding contractor roles, and discusses equipment to be utilized, such as turnstiles and intrusion detection systems. Key points include the tax-exempt status of the project, contractor requirements for licenses, the responsibility of the contractor in maintaining secure areas during construction, and clarification on the voting of proposals concerning past performance and staffing qualifications. The document provides comprehensive responses to over thirty questions submitted by prospective bidders, indicating an intricate set of specifications and requirements vital for ensuring successful project execution. Overall, this amendment aims to facilitate greater clarity and ensure compliance with the VA's contracting processes and project expectations.
    This document details an amendment to a solicitation related to a contract managed by the Department of Veterans Affairs (VA) regarding security system responsibilities. Specifically, it clarifies that the contractor is responsible for the installation of the Physical Security Information Management (PSIM) System up to the first patch panel, after which the VA will handle the integration into its network. The amendment also stipulates that vendors must acknowledge receipt of this amendment with their bids, emphasizing that failure to do so may result in their bids being classified as non-responsive. The key deadline for receipt of offers has been extended to September 12, 2024, at 3:00 PM Central Time. The amendment reinforces compliance and communication protocols for bidders to ensure clarity and adherence to security responsibilities within the project scope.
    The pre-proposal conference for the Tucson Consolidated Mail Outpatient Pharmacy (CMOP) renovations took place on August 16, 2024. The project, identified as solicitation number 36C77024R0009, focuses on building access and lunchroom renovations, specifically set aside for Service-Disabled Veteran-Owned Small Businesses. The expected contract value ranges from $2 million to $5 million, to be completed within a year. Key points include adherence to the 30-day proposal acceptance period, a requirement for insurance coverage, and the need for two significant submissions at contract initiation—Schedule of Values and Construction Schedule. Proposals are due by September 6, 2024, with questions directed to the contracting officer, Robert Gochenour, by August 21. Additionally, participants are reminded to consult SAM.GOV for amendments and updates. The construction site will remain operational, necessitating cleanliness and safety compliance. The document emphasizes that any modifications to the terms must be formally issued as amendments. A site tour was mentioned, with the note that the premises are secure and not open to the public. The conference aims to ensure all bidders comprehend the procurement process equally, maintaining transparency and consistency.
    The document serves as an attendance roster for a vendor site visit associated with RFP 36C77024R0009, aimed at the renovation of building access and lunchroom facilities at the Tucson Consolidated Mail Outpatient Pharmacy, part of the Department of Veterans Affairs. Scheduled for August 16, 2024, the visit allows potential contractors to evaluate the site and prepare their proposals for the project. The roster lists various attendees from different construction and electrical companies, including their names, telephone numbers, and email addresses, indicating a diverse pool of prospective bidders. This site visit emphasizes the government's commitment to engaging qualified vendors for the successful execution of renovation projects, ensuring compliance and functional upgrades within the facility. Overall, the document outlines logistical details crucial for facilitating contractor participation and fosters transparency in the federal procurement process.
    The Tucson CMOP Building Access and Lunchroom Renovation project, outlined in federal RFP 36C77024R0009, focuses on enhancing the accessibility and functionality of a lunchroom area within the facility. The document includes pre-bid photographs showcasing various locations, such as the lunchroom exterior, lobby, and adjacent office and storage spaces, which are integral to the renovation. Emphasis is placed on the new door location for the lunchroom, as well as detailed views of locker rooms, fire riser rooms, electrical panels, and a data center. This renovation aims to upgrade the building's infrastructure while ensuring compliance with safety regulations. By presenting visual documentation of the existing conditions, the file serves as a reference for contractors to prepare for bidding and project execution. Overall, this initiative reflects the government's commitment to improving operational environments within its facilities through systematic renovations that enhance both accessibility and safety.
    The government seeks bids for extensive renovations to its building's access and lunchroom areas. The procurement primarily involves construction, installation, and commissioning of diverse systems and finishes. This includes hollow metal doors, wood doors, glazing, plumbing, HVAC, electrical, and communications installations, along with corresponding shop drawings, product data, samples, and qualifications. Emphasis is on high-quality materials and workmanship, with detailed requirements for each system. Contractors are expected to closely coordinate and integrate their work. The project has strict deadlines, and successful bidders will need to provide numerous certifications and qualifications. The procurement process involves a comprehensive review of submitted designs, with particular attention to their compliance with stringent safety, security, and performance standards. Key dates are outlined for submittal returns, aiming to complete the project by stages, with a final deadline of October 30th, 2023.
    The Department of Veterans Affairs (VA) has issued an RFP for the Tucson CMOP Building Access and Lunchroom Renovations project. The primary objective is to renovate an existing facility, improving accessibility and functional spaces. The scope entails comprehensive modifications, including architectural, structural, mechanical, electrical, and plumbing work. Key requirements encompass compliance with VA design manuals, fire codes, and accessibility standards, aiming to create a safe and inclusive environment. The project is divided into three phases, with the first focusing on the lunchroom and locker room alterations. Vendors must submit detailed proposals, including quality assurance and coordination plans, adhering to the specified codes and standards. Critical dates include a submission deadline of October 30, 2023, with project completion targeted for 2024. Evaluation will prioritize factors such as price, technical merit, past performance, and compliance with VA guidelines. Contract details are not explicitly mentioned.
    The Department of Veterans Affairs seeks renovations for its Tucson Consolidated Mail-Order Pharmacy (CMOP) facility. This procurement primarily aims to enhance building access and lunchroom spaces. The project involves general construction, alterations, and the removal of existing structures, requiring careful coordination due to the occupied status of the facility. Work includes demolition, architectural adjustments, and the installation of various systems. Key specifications include comprehensive divisions of labor, with particular attention to divisions related to general requirements, existing conditions, concrete work, metals, thermal protection, openings, finishes, specialties, and furnishings. Security measures, key dates, and stringent safety requirements are emphasized, reflecting the project's sensitive healthcare environment. Contractors are expected to provide detailed project schedules using Critical Path Method (CPM) techniques, ensuring timely progress updates and coordination with the VA's requirements. The scope also encompasses protective measures, disposal protocols, and the preservation of existing vegetation and structures. The estimated value of this project is yet to be determined, and the contract type will be firm-fixed-price. Bids are due by October 30, 2023, with critical project milestones outlined in the documents. Evaluation of proposals will prioritize factors such as safety requirements, project schedules, and cost effectiveness.
    The document outlines designated areas for employees, specifically the Lunch Area, Primary Lay Down Area, and Temporary Space. It is critical for the organization to establish these zones to support employee needs and operational efficiency. The Lunch Area provides a space for employees to rest and refuel during work hours, promoting overall well-being. The Primary Lay Down Area is intended for material storage and organization, facilitating easy access and management of supplies. Meanwhile, the Temporary Space is a flexible area possibly used for additional operations or temporary storage, illustrating the adaptability of the workspace. Together, these designated zones aim to enhance productivity while addressing specific employee and operational requirements effectively.
    The document presents the General Decision Number AZ20240040 regarding wage rates for construction projects in Pima County, Arizona, under the Davis-Bacon Act. It specifies that projects must adhere to minimum wage requirements set by Executive Orders 14026 and 13658, depending on the award date of the contracts. The document outlines that if contracts are initiated or renewed after January 30, 2022, the minimum wage must be at least $17.20 per hour, whereas contracts awarded between January 1, 2015, and January 29, 2022, must meet a minimum of $12.90 per hour. The wage determination includes prevailing wage rates and fringe benefits for various construction classifications such as bricklayers, carpenters, electricians, and laborers. It emphasizes the requirement for contractors to submit conformance requests for any job classifications not listed. Moreover, it mentions the appeals process for wage determination disputes, detailing the steps for affected parties to seek review and reconsideration from relevant authorities within the U.S. Department of Labor. The document serves as a crucial resource for federal contracts in construction, ensuring compliance with minimum wage standards and protecting worker rights during government projects in Arizona.
    Similar Opportunities
    Z1DA-- Construction Renovate Outpatient Pharmacy and HVAC, Mather 612A4-19-016
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of the outpatient pharmacy and HVAC systems at the VA Northern California Healthcare System in Mather, California. This project aims to upgrade the existing pharmacy space to enhance operational efficiency and workflow, addressing critical deficiencies in plumbing and mechanical systems while providing a state-of-the-art facility for patient care. The anticipated contract value is between $5 million and $10 million, with a performance period of approximately 426 calendar days from the notice to proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must be registered in the System for Award Management (SAM) and verified by the SBA's VetCert program, with proposals due following the solicitation release on or about August 29, 2024. For further inquiries, contact Rosario Chaidez at Rosario.chaidez1@va.gov or call 916-923-4548.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    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.
    Y1DZ--Construct Inpatient Pharmacy West Haven Minor Construction 689-411
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the construction of a new Inpatient Pharmacy at the West Haven VA Medical Center in Connecticut, designated as Project Number 689-411. This project involves a two-story addition to the existing facility, with the first floor dedicated to the pharmacy and the second floor housing mechanical systems, requiring comprehensive site preparation, demolition, and adherence to strict safety and regulatory standards. The initiative is crucial for enhancing healthcare services for veterans, with a contract value estimated between $20 million and $50 million, and a performance period of approximately 730 calendar days from the issuance of the Notice to Proceed. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids electronically by September 25, 2024, and direct any inquiries to Contract Specialist Doniver G. Hamilton at Doniver.Hamilton@va.gov or Contracting Officer Dean Flanders at dean.flanders@va.gov.
    Z2DA--Tier 4 CON NRM 668-CSI-009 Renovate C208G/F for IR/RF
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of rooms C208G and C208F at the Mann-Grandstaff VA Medical Center in Spokane, Washington, under project number 668-CSI-009. The objective of this procurement is to upgrade the facilities to support infrared/radio frequency operations, which includes significant structural modifications, HVAC installation, and compliance with safety standards. This renovation is crucial for enhancing the medical center's capabilities to provide efficient services to veterans. Proposals are due electronically by September 19, 2024, with an estimated project cost between $500,000 and $1,000,000. Interested contractors should direct inquiries to Contract Specialist Dennis R. Einarson at Dennis.Einarson@va.gov.
    Y1LZ--Expand Medical Center Site Saginaw Minor Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Firm-Fixed-Price contract to undertake minor construction aimed at expanding the Saginaw VA Medical Center in Michigan. The project encompasses comprehensive site preparation across approximately 25 acres, which includes demolition of existing structures, utility rerouting, and the installation of new infrastructure, all in compliance with local and national codes. This initiative is part of the VA's commitment to enhancing facilities that serve the veteran community and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The anticipated award date is between late September and early October 2024, with a construction magnitude estimated between $5 million and $10 million, and a projected completion timeline of approximately 551 days from the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Dawn Schydzik via email at Dawn.Schydzik@va.gov.
    655-20-202 Atrium Renovation Bldg 22
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is undertaking a comprehensive renovation of the atrium in Building 22 at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan. The primary goal is to enhance the atrium's functionality, aesthetics, and safety while ensuring the medical center remains fully operational during the construction process. Opportunity Overview This project, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, seeks to procure construction services for interior and exterior upgrades. The VA aims to award a firm-fixed-price contract with an estimated value of $45 million. Scope of Work The scope of work is divided into two phases and encompasses general construction, architectural adjustments, mechanical and electrical work, and finishes. Phase 1 includes: Installing exterior construction barriers and a gate Constructing temporary walls Selective demolition of existing interior elements Building an exterior canopy, sidewalk, and repairing pavement Constructing new interior walls and architectural elements Phase 2 requires: Demolishing the temporary construction wall Removing and replacing all flooring finishes The project has strict deadlines, mandating completion within 120 days of the notice to proceed. Contractors must adhere to detailed plans and specifications outlined in drawings and documents. Key Requirements Contractors must comply with OSHA and EPA regulations, attend a mandatory site visit, and meet small business size standards. They are responsible for providing a detailed project schedule, adhering to phasing plans, and ensuring compliance with strict safety and security protocols. Additionally, the installation of a HILTI firestop system is a critical requirement to maintain the Joint Commission accreditation. Eligibility Criteria Applicants for this SDVOSB set-aside must be verified in the VetCert registry. The VA will prioritize contractors with strong safety records, past performance, and experience in construction projects. Funding and Contract Details The estimated funding available for this project is $45 million. The contract type is a firm-fixed-price contract, and the solicitation document is Solicitation No. 36C25024B0058. Submission Process Interested parties should submit their applications by the deadline on July 31, 2024, at 11:30 a.m. EDT. The submission process includes a mandatory bid guarantee and performance bonds. The VA encourages contractors to ask questions prior to the deadline, with responses provided via amendments. Evaluation Criteria The VA will evaluate applications based on several factors. The primary evaluators are the contractor's safety records, past performance, and price. Technical aspects, including the technical approach, experience, and cost effectiveness, will also be considered. Contact Information For further clarification or questions, interested parties can contact Christina Shockey at Christina.Shockey@va.gov. Important Dates Key dates include a site visit scheduled for July 9, 2024, and the submission deadline on July 31, 2024.
    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.
    Y1DA--36C77624R0109 Minor Construction - Day Treatment Center Topeka, KS
    Active
    Veterans Affairs, Department Of
    Presolicitation VETERANS AFFAIRS, DEPARTMENT OF is seeking a Service-Disabled Veteran-Owned Small Business (SDVOSB) to construct a Day Treatment Center at the Colmery-O'Neil VA Medical Center in Topeka, KS. The project includes the construction of approximately 4,016 SF of Day Treatment Center space and Parking spaces. The contractor will be responsible for general construction, abatement, necessary removal of existing structures, concrete, steel, plumbing, HVAC, electrical, millwork, interior finishes, pavement, sidewalks, and other items. The project has a period of performance of 270 days and is expected to have a magnitude of construction between $5,000,000.00 and $10,000,000.00. Offers from SDVOSB concerns will be considered. The solicitation will be issued around mid to late November 2024. For more information, contact Mary S Sisson at mary.sisson@va.gov or 216-447-8300.
    C1DZ--Create Ambulatory Surgery Center Minor Design - Boise 531-327
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the design of a new Ambulatory Surgery Center at the Boise VA Medical Center in Idaho. The project entails a comprehensive architectural and engineering design to expand approximately 12,800 square feet to Building 88, ensuring compliance with VA standards and current building codes, particularly seismic regulations. This initiative is crucial for enhancing healthcare facilities for veterans, with an estimated construction budget ranging from $20 million to $50 million and an anticipated contract award date in February 2025. Interested firms must submit their qualifications via Standard Form (SF) 330 by September 23, 2024, and can direct inquiries to Contract Specialist Kara Evert at kara.evert@va.gov or (216) 447-8300.