Z1DZ--619-20-103 | Correct FCA Deficiencies in Boiler Plant, Building #14
ID: 36C24725R0071Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OTHER HOSPITAL BUILDINGS (Z1DZ)

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 Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the construction project titled "Correct FCA Deficiencies in Boiler Plant, Building #14" located in Montgomery, Alabama. The objective of this procurement is to address identified deficiencies in the boiler plant through comprehensive renovations, including the replacement of outdated systems and ensuring compliance with safety and operational standards. This project is crucial for enhancing the infrastructure of healthcare facilities dedicated to veterans, thereby improving service delivery and operational efficiency. Proposals are due by April 10, 2025, with a site visit scheduled for March 13, 2025, and inquiries accepted until March 24, 2025. Interested contractors can contact Ryan Crispin at ryan.crispin@va.gov or (706) 231-7600 for further information.

    Point(s) of Contact
    Ryan CrispinContract Specialist
    (706) 231-7600
    ryan.crispin@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a presolicitation notice for a construction project aimed at correcting deficiencies in the boiler plant (Project No. 619-20-103) located at CAVHCS - West Campus in Montgomery, Alabama. This contract is specifically set aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing compliance with relevant VA acquisition regulations. The project involves significant upgrades, including the replacement of boilers, associated piping, and equipment, with an estimated construction cost between $10 million and $20 million. The work is anticipated to be completed within 915 days following the issuance of the Notice to Proceed. The procurement process will utilize a Trade-Off Source Selection method to ensure the best value to the government. A pre-proposal site visit will be organized, and the formal solicitation is expected to be posted on or around February 27, 2025. It is crucial for prospective contractors to be certified and registered in the SBA and SAM databases to be eligible for bidding. This presolicitation notice serves to prepare potential bidders for the upcoming RFP process.
    This document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for a construction project titled "Correct FCA Deficiencies in Boiler Plant, Building #14" located in Montgomery, Alabama. The project aims to replace the outdated boiler system and address identified deficiencies through a comprehensive renovation of the facility, valued between $10 million and $20 million. Eligible bidders must be Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and register with required platforms like SAM and VetCert. Submission of proposals, including a detailed price offer, is due by April 10, 2025. A site visit is scheduled for March 13, 2025, and questions must be submitted by March 24, 2025. The evaluation of proposals will focus primarily on past performance, with price as a secondary factor. The essence of the document is to solicit competitive bids while ensuring compliance with various regulations, prioritizing SDVOSBs, and maintaining transparency throughout the process. The overall goal is to achieve a successful project delivery while adhering to government contracting standards and promoting veteran-owned businesses.
    The Experience Modification Rate Form is a critical document that contractors must complete and submit as part of their response to federal and local Request for Proposals (RFPs). It is designed to collect essential safety and insurance data from prospective contractors. The form requires detailed information from the OSHA 300 forms for the years 2022 to 2024, including the number of man hours worked, cases of workplace injuries, and the associated Days Away, Restricted, or Transferred (DART) rates. Additionally, contractors must disclose any serious, willful, or repeat OSHA violations from the past three years; exceeding specified thresholds will disqualify them from consideration. The form further requires the submission of the company’s Experience Modification Rate (EMR) over the last three years, as this assists in evaluating the safety performance of the contractor. This information, along with data from governmental sources like OSHA and EPA databases, is used to verify that contractors meet the safety and insurance criteria outlined in the solicitation, thereby ensuring compliance and reducing risks in government-funded projects.
    The VA Notice of Limitations on Subcontracting outlines compliance requirements for service and construction contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). If awarded a contract, the contractor must ensure that a specified percentage of the contract amount is not spent on subcontractors that are not certified SDVOSBs or VOSBs. For services, the limit is 50%; for general construction, 85%; and for special trade contractors, 75%. Certifications of compliance must be completed and submitted with bids, and failure to comply may result in penalties, including fines and potential legal action. The contracting entity retains the right to review compliance documentation throughout the contract's duration. The document emphasizes the importance of maintaining the integrity of government contracts aimed at supporting veteran-owned businesses in adherence to federal regulations.
    The Past Performance Questionnaire (PPQ), associated with Solicitation 36C24725R0071, serves as a tool for evaluating the performance of contractors in federal projects. It requires offerors to gather assessments from previous clients, ensuring that evaluations are sent directly to designated email addresses. The form includes essential information such as the offeror's name, reference organization details, contract specifics, and the contractor's role. The evaluator rates the contractor on various performance metrics, ranging from compliance with contract requirements to responsiveness to safety issues and overall performance. Ratings range from 1 (Unacceptable) to 5 (Superior), along with a recommendation section for future work with the contractor. Additionally, space is provided for evaluators to comment on the contractor's performance, especially for any low ratings. The document emphasizes the importance of accurate and verifiable references, aligning with standards for federal requests for proposals (RFPs) and grants, showcasing a systematic approach to performance assessment in government contracting.
    The document pertains to Proposal Solicitation No. 36C24725R0071, detailing the cost/price breakdown structure for a government construction project. It outlines various divisions that reflect different aspects of construction, such as General Requirements, Existing Conditions, Concrete, Metals, and Finishes among others. Each division includes columns for material costs and labor expenses, with placeholders for the respective totals. This structure aims to provide a comprehensive financial outline for bidding contractors, ensuring transparency in proposed costs for materials, labor, overhead, profit, bonds, and insurance. The purpose of this document is to guide vendors in preparing their proposals in response to federal requests for proposals (RFPs) or grants, emphasizing the importance of accurately detailing costs to comply with government procurement standards. Through organized divisions and financial clarity, the document supports effective evaluation and comparison of bids submitted for federal projects, aligning with the objectives of financial accountability and project management in public sector undertakings.
    The document outlines wage determinations for building construction projects in Montgomery County, Alabama, specifically under the general decision number AL20250093, effective January 3, 2025. It specifies minimum wage rates required for contracts covered by the Davis-Bacon Act and applicable Executive Orders, establishing wages of at least $17.75 per hour under Executive Order 14026 for contracts awarded on or after January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. Furthermore, it details the wage rates and fringe benefits for various construction classifications, including positions such as asbestos workers, plumbers, electricians, and general laborers, with rates varying by trade. Additionally, the document includes information on worker protections under Executive Orders, requirements for additional classifications, and the appeals process for wage determination disputes. This wage determination is essential for contractors bidding on federal projects, ensuring compliance with federal wage laws while supporting fair labor practices. The overarching objective is to inform and guide contractors regarding their wage obligations, ultimately influencing contractor decisions in federal and state contracts in the region.
    The document outlines the invoice submission process for contractors working with the Department of Veterans Affairs (VA). It specifies that all payments must adhere to the Federal Acquisition Regulation (FAR) guidelines related to electronic funds transfer and fixed-price construction contracts. The VA has mandated electronic invoicing through the Tungsten Network, requiring all vendors to register and submit invoices electronically after approval by the Contracting Officer's Representative (COR) or Contracting Officer (CO). The document provides detailed contact information for assistance with electronic invoicing and emphasizes that by July 1, 2020, the VA10091 form is no longer required, and vendors must update their information via the Customer Engagement Portal (CEP). Overall, the communication aims to streamline the invoicing process, promote efficiency, and ensure compliance with federal regulations for VA contractors.
    The document outlines the construction project for correcting deficiencies in the boiler plant located in Building 14 of the Central Alabama Veterans Health Care System in Montgomery, AL. The project aims to address Federal Compliance Assessment (FCA) deficiencies through a comprehensive renovation that includes demolition, maintenance of existing structures, and the installation of upgraded systems. The plans detail various aspects including site layout, mechanical, electrical, and plumbing work, general notes concerning construction procedures, safety protocols, and environmental considerations. Key tasks involve verifying and maintaining existing underground utilities, addressing hazardous materials, and ensuring all improvements meet federal accessibility standards. The document also specifies contractor responsibilities for various construction phases and the need for coordination with the U.S. Department of Veterans Affairs. This extensive project aligns with government procurement objectives to enhance facility safety, efficiency, and compliance while providing a modernized infrastructure for veteran care. Overall, it demonstrates a commitment by the federal government to uphold standards in healthcare facility management through systematic upgrades.
    The file outlines a Request for Proposal (RFP) for correcting deficiencies in the Boiler Plant, Building 14, at the Central Alabama Veterans Health Care System in Montgomery, AL. It details specifications and requirements needed to repair the facility, with an emphasis on safety, quality control, and adherence to VA standards. Key sections cover general requirements, existing conditions, construction materials, and various divisions critical to the project (e.g., HVAC, plumbing, electrical). The RFP requires contractors to submit bids for general construction and specific alternates, ranging from omitting certain renovations to removing non-essential window replacements. The document outlines procedural aspects including site safety compliance, contractor responsibilities concerning existing utilities, environmental controls, and project scheduling to minimize interruption to medical center operations. Overall, the RFP reflects the government's commitment to maintaining a safe, efficient, and compliant facility for veterans, while ensuring transparency and clear expectations for contractor engagements.
    The project titled "Correct FCA Deficiencies in Boiler Plant, Building 14" at the Central Alabama Veterans Health Care System aims to address identified deficiencies in the facility's boiler plant. The document outlines the bidding process, specifications, and requirements for contractors engaged in the project. Key sections include general requirements, specific materials, and safety protocols that must be adhered to during construction. The project encompasses various divisions, detailing construction standards and quality control measures specific to the installation of metal and wood casework, plumbing, and HVAC systems. Critical safety measures such as construction risk assessments and special inspections are mandated to ensure compliance with safety and health regulations. Overall, the purpose of this document is to provide a comprehensive structure for contractors to follow, ensuring that all renovations meet the appropriate regulatory standards and enhance the operational efficiency of the boiler plant. The adherence to detailed specifications facilitates a smooth bidding process and successful project completion, reinforcing the federal commitment to maintaining and improving healthcare facilities.
    The document outlines the project to correct deficiencies in the Boiler Plant of Building 14 at the Central Alabama Veterans Health Care System. It details the specifications and general requirements for improvements to ensure compliance with safety and efficiency standards. Key components include testing and verifying the functionality of critical safety devices, such as low and high water cutoffs, steam safety valves, and fuel supply controls. Each section addresses the potential consequences of device failures, testing procedures, and necessary certifications for compliance. Additionally, the document discusses the need for environmental controls and waste management during the construction process, emphasizing the importance of maintaining safety standards, preventing hazardous material exposure, and ensuring the reliability of boiler operations. The overall aim is to enhance the safety, efficiency, and compliance of the facility's heating systems through meticulous planning, implementation of best practices, and adherence to VA guidelines, reflecting the government’s commitment to providing optimal care for veterans through upgraded infrastructure.
    Similar Opportunities
    Z1DA--Project: 619-23-101 - Replace Roof Systems for Main Hospital, Building 1
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of roof systems for Building 1 at the Central Alabama Veterans Health Care System in Montgomery, Alabama. This project, designated as contract number 36C24725R0030, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to address significant water damage that poses health risks, with an estimated cost between $5 million and $10 million and a performance period of 365 days. The procurement process emphasizes the importance of past performance evaluations over cost, ensuring that contractors demonstrate relevant experience and compliance with federal regulations. Interested parties must submit their proposals by the extended deadline of March 14, 2025, at 1:00 PM EDT, and can contact Contracting Officer Joseph A. Osborn at JOSEPH.OSBORN@VA.GOV for further information.
    Y1DA--679-21-102 | Correct Failing Sanitary Sewer, Water Main, and Fire Protection Deficiencies
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to address deficiencies in the sanitary sewer, water main, and fire protection systems at the Tuscaloosa VA Medical Center in Alabama. The project, designated as number 679-21-102, involves comprehensive construction efforts to correct and enhance existing infrastructure, ensuring compliance with VA standards and safety protocols. This initiative is critical for maintaining reliable utilities essential for the center's operations and reflects the VA's commitment to improving facilities for veterans. Proposals are due by March 19, 2025, and interested contractors should contact Contract Specialist Gregory R. Snyder at gregory.snyder@va.gov or 762-333-4273 for further details.
    Replace Repair Roofs for Buildings 4,15, 90, 93
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace and repair roofs for Buildings 4, 15, 90, and 93 at the Central Alabama Veterans Health Care System in Tuskegee, Alabama. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 185 calendar days, with an estimated project cost ranging from $1 million to $5 million. The selected contractor will be responsible for ensuring compliance with safety and labor regulations while maintaining operational integrity at the healthcare facility. Interested parties must submit their proposals by March 7, 2025, and can direct inquiries to William Barton at william.barton2@va.gov or Joseph Osborn at Joseph.Osborn@va.gov.
    3rd, 6th, & 8th Floor, East to West Elevator -Renovate Halls & Walls | Project: 521-25-101
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the renovation of the halls and walls on the 3rd, 6th, and 8th floors of the Birmingham VA Medical Center, under Project No. 521-25-101. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance the facility's infrastructure while ensuring compliance with health and safety regulations, including infection control and quality assurance measures. The estimated contract value ranges from $500,000 to $1,000,000, with a site visit scheduled for January 29, 2025, and a deadline for Requests for Information by February 7, 2025. Interested contractors should contact Kimberly Devlin at kimberly.devlin@va.gov or Joseph Osborn at Joseph.Osborn@va.gov for further details.
    Y1DA--521-21-106 | Medical Gas Systems
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Medical Gas Systems project at the Birmingham VA Medical Center, specifically under solicitation number 36C24725R0020. This project aims to upgrade and replace aging medical gas systems to enhance operational efficiency and safety within the facility, which is critical for providing quality healthcare to veterans. The contract, valued between $5 million and $10 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by February 18, 2025, following a mandatory site visit on January 29, 2025. Interested contractors should contact Contracting Officer Gregory Snyder at gregory.snyder@va.gov or 762-333-4273 for further details.
    679-22-106 Replace HVAC Various Buildings
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of HVAC systems in various buildings at the Tuscaloosa Veterans Health Care System in Alabama. This project, designated as number 679-22-106, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance the heating, ventilation, and air conditioning systems to improve operational functionality and energy efficiency. The estimated budget for this contract ranges from $1 million to $5 million, with a completion timeline of 365 days from the notice to proceed. Interested contractors must submit their proposals by March 7, 2025, and can direct inquiries to William Barton at william.barton2@va.gov or Joyce Powers at joyce.powers1@va.gov.
    Replace Sewer Lift Pump in Building 12 | Project No. 619A4-23-111.
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of a sewer lift pump in Building 12 at the Tuskegee VA Medical Center in Alabama, identified as Project No. 619A4-23-111. The project aims to remove and replace an outdated sewage lift pump, originally installed in 1923, which currently serves multiple buildings and is at risk of failure due to the unavailability of replacement parts. This initiative is crucial for ensuring uninterrupted sewage service to the connected facilities and involves the installation of new duplex sewer pumps with emergency power connections to maintain service during outages. Proposals are due by March 10, 2025, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors should contact Kimberly Devlin at kimberly.devlin@va.gov or Joseph Osborn at Joseph.Osborn@va.gov for further details.
    J046--Boiler Maintenance Services - Carl Vinson VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for boiler maintenance services at the Carl Vinson VA Medical Center in Dublin, GA. The project involves replacing malfunctioning feedwater valves, ruptured blowdown lines, and programming Boiler 3, requiring all necessary labor, tools, and equipment to be provided by the contractor. This initiative is crucial for maintaining the operational capacity of the facility and is categorized as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a project value of approximately $30 million. Interested parties must submit their offers by March 11, 2025, and are encouraged to attend a site visit scheduled for February 24, 2025; for further inquiries, they can contact Contract Specialist Michael Barton at Michael.barton@va.gov.
    Y1BG--EHRM Construction Infrastructure Upgrades - 679-20-104 -Tuscaloosa VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the EHRM Construction Infrastructure Upgrades project at the Tuscaloosa VA Medical Center, with the intent to award a Firm-Fixed-Price contract. This project involves comprehensive upgrades, including the demolition of the existing Greenhouse Building 101, construction of a new Data Center Building 151, and the establishment of a fiber duct bank network, alongside enhancements to electrical systems, HVAC, communication networks, and physical security. The initiative is crucial for improving healthcare infrastructure and operational efficiency at the facility, with a total estimated construction cost ranging from $20 million to $50 million and a performance period of approximately 730 days following the notice issuance. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by March 14, 2025, and can direct inquiries to the primary contact, Contract Specialist Sadaya Brittian, at Sadaya.Brittian@va.gov or (216) 447-8300.
    Z1DA--460-24-008 | Boiler Plant Blowdown and Discharge Piping Replacement | NCO 4 Construction East
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of boiler plant blowdown and discharge piping at the Wilmington, DE VA Medical Center. This project, identified by solicitation number 36C24425B0001, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the complete demolition and replacement of the existing boiler blowdown system, with an estimated project cost ranging from $25,000 to $100,000. Interested contractors must submit electronic bids by March 7, 2025, at 3:00 PM Eastern Time, and those exceeding $35,000 are required to include a bid guarantee. For further details, potential bidders can contact Contract Specialist Katelyn Fallon at Katelyn.Fallon@va.gov or by phone at (302) 438-7876.