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
  1. 1
    Posted Feb 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 5:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the 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to address identified deficiencies in the boiler plant through comprehensive renovations, including the replacement of outdated systems and ensuring compliance with safety and operational standards.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 critical for enhancing the infrastructure of healthcare facilities dedicated to veterans, thereby improving service delivery and operational efficiency. Interested contractors must submit their proposals by April 24, 2025, and are encouraged to contact Contract Specialist 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
Jan 17, 2025, 5:05 PM UTC
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.
Apr 7, 2025, 4:05 PM UTC
This document is an amendment (0001) to solicitation number 36C24725R0071, issued by the Department of Veterans Affairs, specifically the VISN 7 Network Contracting Office. The amendment primarily serves to provide specific information from a site visit, including an attendance sheet, essential for bidders. It establishes due diligence requirements for contractors, including the need to acknowledge receipt of the amendment prior to the specified deadline. The amendment clarifies that all other terms of the original contract remain unchanged. This type of document is standard in federal contracting processes, ensuring transparency and communication between offerors and the contracting office. The intention is to facilitate the bidding process while maintaining compliance with government protocols.
Apr 7, 2025, 4:05 PM UTC
The document is an amendment to a Request for Proposal (RFP) issued by the Department of Veterans Affairs, specifically concerning solicitation number 36C24725R0071. The primary purpose of this amendment is to extend the deadline for submitting offers to April 24, 2025, at 1:00 PM Eastern Time. In addition, it updates specific provisions and clauses in the solicitation, particularly related to compliance with recent Executive Orders 14173 and 13899, which address issues such as anti-Semitism and labor standards. Key changes include the removal of several outdated clauses that are no longer applicable and the update of others that reflect current regulations. The document also incorporates a new clause regarding compliance with Executive Order 13899, mandating contractors to disclose any credible evidence of violations during their contractual performance. Moreover, it is noted that while some provisions are being updated or removed within the RFP, contractors must still complete their registrations in the System for Award Management (SAM) despite potential discrepancies that may arise from system updates lagging behind policy changes. This amendment ensures that all interested bidders are informed of the new requirements and deadlines, emphasizing the importance of compliance with executive orders in federal contracting processes.
Apr 7, 2025, 4:05 PM UTC
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.
Apr 7, 2025, 4:05 PM UTC
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.
Apr 7, 2025, 4:05 PM UTC
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.
Apr 7, 2025, 4:05 PM UTC
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.
Apr 7, 2025, 4:05 PM UTC
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.
Apr 7, 2025, 4:05 PM UTC
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.
Apr 7, 2025, 4:05 PM UTC
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.
Apr 7, 2025, 4:05 PM UTC
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.
Apr 7, 2025, 4:05 PM UTC
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.
Apr 7, 2025, 4:05 PM UTC
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.
Apr 7, 2025, 4:05 PM UTC
The document presents a collection of federal and state RFPs (Requests for Proposals) and grants targeting various governmental needs. It serves as a guide for potential applicants seeking funding or contracts to address specific projects or services outlined by government agencies. The main focus is on facilitating access to financial resources for local and state governments, as well as non-profit organizations, to foster community development, infrastructure improvement, and essential services. Key ideas include eligibility criteria for applicants, project specifics that align with government priorities, and funding timelines. The document emphasizes accountability and compliance with federal regulations, ensuring that recipients use funds effectively to achieve desired outcomes. It also outlines the process for submission, evaluation, and award decisions, underscoring the importance of quality proposals that demonstrate clear benefits to the community. This summary encapsulates the integral components of the RFPs and grants, highlighting their purpose in promoting organized responses to government initiatives while ensuring proper funding distribution for public projects.
Lifecycle
Title
Type
Similar Opportunities
Replace Repair Roofs for Buildings 4,15, 90, 93
Buyer not available
The Department of Veterans Affairs is seeking proposals from 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, designated as Project No. 619A4-23-101, 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 procurement process emphasizes the importance of past performance over price, ensuring that quality standards are met while supporting veteran-owned businesses. Interested contractors must submit their proposals by April 16, 2025, and are encouraged to contact William Barton at william.barton2@va.gov or Joseph 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 repair and enhance existing infrastructure, ensuring compliance with safety standards and operational efficiency. This initiative is critical for maintaining the quality of healthcare services provided to veterans, reflecting the VA's commitment to improving facility conditions. Interested contractors must submit their proposals by April 24, 2025, at 1:00 PM EDT, and can direct inquiries to Contract Specialist Gregory R. Snyder at gregory.snyder@va.gov or 762-333-4273.
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 VA Medical Center, specifically under project number 679-22-106. This project involves the removal, replacement, and installation of new HVAC systems in Buildings 2 and 46, with a focus on enhancing operational efficiency and compliance with safety standards. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated budget between $1 million and $5 million, and a completion timeline of 365 days from the notice to proceed. Interested contractors should direct inquiries to William Barton or Joyce Powers via email and ensure their proposals are submitted by the extended deadline of April 17, 2025, at 1:00 PM CDT.
Y1DA--521-23-121 | SPS Renovation Phase 2
Buyer not available
The Department of Veterans Affairs is seeking proposals for the renovation of the Sterile Processing Service (SPS) at the Birmingham VA Medical Center under solicitation number 36C24725R0079. This project, designated as Y1DA--521-23-121, aims to create a fully functional SPS following a prior demolition phase, with an estimated construction cost between $5 million and $10 million. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of compliance with federal, state, and local codes, as well as adherence to safety and health protocols during construction. Interested contractors must submit their proposals electronically and ensure their registrations with the System for Award Management are current. For further inquiries, potential bidders can contact Contract Specialist Gregory Snyder at gregory.snyder@va.gov or by phone at 762-333-4273, with key deadlines for proposal submissions outlined in the attached documents.
Z2AA--Replace Air Handling Units 1 & 2 at the Montgomery RO.
Buyer not available
The Department of Veterans Affairs is preparing to solicit bids for the replacement of Air Handling Units 1 and 2 at the Montgomery Regional Office. This project requires contractors to provide all necessary materials and labor, with a focus on engaging Service-Disabled Veteran-Owned Small Businesses (SDVOSB) as part of the procurement strategy. The estimated construction cost ranges between $2 million and $5 million, and the project is expected to be completed within approximately 270 days following the issuance of the notice-to-proceed. Interested contractors should note that the formal solicitation is anticipated to be released on or about May 1, 2025, and must ensure they are registered and verified in the Center for Verification and Evaluation to be eligible for consideration. For further inquiries, contractors can contact Jacalyn Hainey at jacalyn.hainey@va.gov or by phone at 603-203-6340.
Z2DA--Project #667-25-200 Replace Building 55 1st and 2nd Floor Boiler (Con)
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for a contract to replace the 1st and 2nd floor boiler in Building 55 at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The project involves the complete removal and installation of a new heating hot water boiler, modernization of piping, and integration with the existing building automation system, with a construction cost estimated between $250,000 and $500,000. This initiative is crucial for maintaining operational efficiency and safety within the facility, ensuring that heating systems are reliable and up to code. Interested contractors must be certified as SDVOSBs and registered in the System for Award Management (SAM), with the official solicitation expected to be issued around April 18, 2025. For further inquiries, potential bidders can contact Contracting Officer Jennings Herbst at jennings.herbst@va.gov or by phone at 318-466-2241.
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, designated as Project Number 679-20-104. This initiative aims to enhance the facility's telecommunications, electrical systems, fire safety, and the construction of a new data center, with a focus on compliance with federal and local regulations. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated contract value between $20 million and $50 million. Interested contractors must submit their proposals by April 22, 2025, and are encouraged to attend a pre-proposal conference on March 19, 2025, for further insights into the project requirements. For additional information, potential offerors can contact Dawn Schydzik at Dawn.Schydzik@va.gov or Jennifer Braaten at Jennifer.Braaten@va.gov.
Boiler Maintenance Services - Carl Vinson VA Medical Center
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide Boiler Maintenance Services at the Carl Vinson VA Medical Center in Dublin, Georgia. The procurement aims to ensure the efficient operation of the facility's boiler systems, which are critical for its overall functionality, by addressing maintenance needs and potential repairs. This opportunity is set aside for small businesses, with a total small business size standard of $30 million under NAICS code 221330, and requires compliance with various federal regulations. Interested contractors must submit their quotes by April 18, 2025, to Michael Barton at Michael.barton@va.gov, and are encouraged to attend a site visit scheduled for April 8, 2025, to better understand the project scope.
Z2DA--PAD B100 Chiller Room Leak Detector Replacement
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of leak detectors in the PAD B100 Chiller Room at the VA Palo Alto Health Care System. This project aims to enhance facility safety by requiring contractors to provide all necessary personnel, equipment, and materials to complete the work within 15 calendar days after receiving a notice to proceed. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded based solely on price considerations, with proposals due by April 28, 2025, following a mandatory site visit on April 9, 2025. Interested contractors should contact Jessica I Newman at Jessica.Newman2@va.gov for further details and ensure compliance with all safety and regulatory requirements outlined in the associated documents.
Semi-Annual Boiler Tune-Up Services at Hot Springs VA Medical Center
Buyer not available
The Department of Veterans Affairs is soliciting proposals for Semi-Annual Boiler Tune-Up Services at the Hot Springs VA Medical Center in South Dakota. The contract, identified as 36C26325Q0579, requires contractors to provide all necessary labor and materials to ensure the efficient operation of the facility’s boilers, including detailed inspections, adjustments to combustion controls, and emission measurements. This procurement is crucial for maintaining compliance with federal regulations and ensuring the safety and operational efficiency of the medical center's heating systems. Interested contractors should contact Contract Specialist Theresa Thunder at theresa.thunder@va.gov or by phone at 701-239-3700, with an estimated total award amount of $19 million and a strong preference for small businesses, particularly those owned by veterans.