Annual Restriping Services 36C26025Q0046
ID: 36C26025Q0046Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF PARKING FACILITIES (Z1LZ)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals for Annual Restriping Services at the VA Puget Sound Health Care System in Seattle, Washington, under solicitation number 36C26025Q0046. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to provide facilities support services, specifically focusing on restriping various campus locations while adhering to safety and regulatory standards. This service is crucial for maintaining safe and accessible parking facilities for veterans and staff, ensuring compliance with OSHA and Washington Department of Transportation regulations. Interested contractors must submit their offers by April 4, 2025, and direct any questions to Derek Crockett at derek.crockett@va.gov by March 21, 2025.

    Point(s) of Contact
    Ty Draszt, Contracting Officer
    ty.draszt@va.gov
    Files
    Title
    Posted
    The Combined Synopsis/Solicitation Notice outlines a request for quotation (RFQ) by the Department of Veterans Affairs for Annual Restriping Services at the VA Puget Sound Health Care System in Seattle, WA. The contract, designated as SDVOSB set-aside, is aimed at acquiring commercial services under the NAICS code 561210 for facilities support services. The solicitation's deadline for offers is April 4, 2025, and questions must be submitted by March 21, 2025, to the designated Contract Specialist, Derek Crockett. The work includes restriping various campus locations while adhering to specific standards and regulations, such as OSHA and the Washington Department of Transportation. The contract comprises a base year and four optional years, determining annual performance schedules that avoid disruptions to hospital operations. All preparations, equipment, and labor must be provided by the contractor, ensuring compliance with the outlined standards. The contract emphasizes minimal disruption to hospital activities and requires a phased management plan for execution. This solicitation reflects the government's focus on supporting service-disabled veteran-owned small businesses while maintaining high operational standards for its facilities.
    The document outlines the Wage Determination No. 2015-5535 by the U.S. Department of Labor under the Service Contract Act, revised as of December 23, 2024. It specifies minimum wage rates and fringe benefits that contractors must comply with when performing work on covered contracts in Washington, specifically in King and Snohomish counties. For contracts awarded after January 30, 2022, the mandatory minimum wage is set at $17.75 per hour, while contracts awarded between 2015 and January 29, 2022, are subject to a minimum of $13.30 per hour. The determination lists numerous occupations with corresponding wage rates and also details benefits such as health and welfare remuneration, vacation, holidays, and paid sick leave as mandated by Executive Order 13706. Additionally, it describes procedures for addressing unlisted job classifications through a conformance request. This document is crucial for ensuring compliance with labor standards in federal contracts, thereby safeguarding workers' rights and promoting fair wages across varying job roles within the service contracting framework. It serves as an essential reference for contractors involved in federal, state, and local RFPs and grants.
    The document outlines wage determinations under the Service Contract Act, issued by the U.S. Department of Labor, emphasizing the minimum wage requirements and benefits for federal contractors. Wage Determination No. 2015-5539, revised as of December 2024, states that contracts initiated or renewed after January 30, 2022, must pay at least $17.75 per hour, in line with Executive Order 14026, while those awarded between January 1, 2015, and January 29, 2022, are required to pay at least $13.30 an hour per Executive Order 13658. It lists various occupations in Pierce County, Washington, detailing their corresponding hourly rates and fringe benefits, including health and welfare contributions, paid vacation, and sick leave provisions as mandated by Executive Order 13706. Additionally, the document covers the conformance process for unlisted job classifications and outlines requirements related to uniform costs and hazardous duties pay. This guide serves as a regulatory framework for ensuring fair wage practices and employee protections in government contracts, vital for compliance with federal hiring standards.
    The document is a comprehensive guide specification for pavement markings by the U.S. Army Corps of Engineers, outlining requirements for airfields, roads, and automotive parking areas. It addresses surface preparation, measurement units for pricing, quality assurance conditions, and environmental requirements for application. The guide details equipment needed for surface preparation, paint application, and the materials used, including various types of paints and reflective media. Additionally, it emphasizes the importance of proper submittals, regulatory compliance, and personnel qualifications, particularly for airfield marking tasks. The document serves as a reference for contractors on federal and state projects, ensuring adherence to the Unified Facilities Criteria. Through standardized practices, it aims to enhance safety and efficiency in marking processes, key to maintaining transportation infrastructure. This specification is essential for ensuring consistency and quality in the execution of pavement markings across federal and state-funded projects.
    The Manual on Uniform Traffic Control Devices (MUTCD) 11th Edition, published in December 2023, establishes essential guidelines for traffic control devices on streets and highways. The manual is divided into multiple sections, including general requirements, legal standards, definitions, and specific chapters focusing on signs, markings, and signals. The primary goal of the MUTCD is to standardize traffic control devices to enhance roadway safety and efficiency for all road users. Key topics include the purpose and application of traffic control devices, legal compliance for states, and detailed guidance on the design and implementation of various traffic signs such as regulatory, warning, and guide signs. It emphasizes proper maintenance and safety standards for these devices. Additionally, the manual addresses markings, providing instructions on colors, sizes, and application methods for pavement and curb markings. The MUTCD serves as a crucial resource for federal, state, and local governments, ensuring consistent traffic management across jurisdictions. By guiding the effective use of traffic control devices and markings, it aims to improve traffic flow and reduce accidents, thereby fostering safer road environments for drivers, pedestrians, and cyclists alike. This comprehensive framework is essential for RFPs and grants related to transportation safety initiatives and infrastructure development.
    This document outlines the Construction Waste Management requirements for federal projects, focusing on the management of non-hazardous building construction and demolition waste. It emphasizes minimizing landfill disposal by salvaging, recycling, or reusing waste materials as economically feasible. Contractors are mandated to develop and implement a Waste Management Plan that includes strategies for waste minimization, sorting, salvage, and recycling various waste categories, including soil, metals, wood, and plastics. The document details the contractor's responsibilities to manage construction and demolition waste efficiently, provide all necessary containers for waste separation, and ensure compliance with local, state, and federal regulations. Key records must be kept to track the waste generated and diverted, documenting both salvaged and disposed materials. The outlined processes align with environmental sustainability goals and are essential for obtaining certifications such as LEED. This requirement encourages contractors to adopt best practices in waste management, contributing positively to resource conservation and waste reduction in construction projects, thereby reflecting a commitment to environmental stewardship within government initiatives.
    The government file centers on requests for proposals (RFPs), federal grants, and state and local RFPs, highlighting the process of soliciting bids from various organizations for funding or project execution. It encapsulates the bureaucratic framework guiding these requests, ensuring compliance with local and federal regulations. Key elements of the RFP process include outlining qualifications, submission guidelines, evaluation criteria, and potential funding mechanisms, emphasizing transparency and competition among bidders. The document also details the necessary documentation for applicants, the evaluation process, and expected deliverables, aiming to stimulate economic growth and efficient public service delivery through supportive financial frameworks. Overall, it emphasizes a structured approach to public project funding through RFPs, which fosters innovation and accountability in governmental operations.
    The document outlines the site plan for the Seattle VA Campus located at 1600 S Columbia Way, Seattle, WA. It includes a detailed layout of various buildings within the campus, such as the Main Hospital Building, Administration Building, and Research Buildings. The site plan indicates crucial features, including designated fire lanes, bus stops, and no parking zones, enhancing traffic management and safety on the premises. The drawing includes essential information such as the project title, building numbers, and approval from the Chief Engineer and Chief of Projects. Notably, the document emphasizes compliance with regulations and standards pertinent to the U.S. Department of Veterans Affairs. Architect and engineering consultants' annotations are included, highlighting their roles in the project. Overall, this site plan serves as a guiding reference for the development and management of facilities at the Seattle VA Campus, aiming to improve infrastructure and services for veterans.
    The document outlines the site plan for the American Lake Campus of the U.S. Department of Veterans Affairs located at 9600 Veterans Drive SW, Tacoma, WA. It includes a detailed drawing of various facilities on the campus, including residential buildings, clinics, administrative offices, storage areas, and future developments. Each building is identified by a number corresponding to its function, such as the Main Hospital (81), Women's Clinic (7), Mental Health and Addiction Treatment Center (61), and the New Hospital Building (201), indicating ongoing expansions to improve veteran services. The layout emphasizes the integration of various services for veterans, supporting community well-being and accessibility. The document serves as a reference for facility management and design improvements, showcasing the federal government's investment in enhancing healthcare and support services for veterans, ensuring their needs are met effectively and comprehensively.
    The document outlines the details for a site visit related to the Annual Restriping Services RFP for the Puget Sound VA Medical Center in Seattle and American Lake Campuses. Conducted on March 18 and 19, 2025, the site visit serves to familiarize potential offerors with the physical locations and environments relevant to the solicitation. Attendance is encouraged but not mandatory; however, no alternative site visits will be offered, and inquiries during the site visit will not be entertained. Only authorized personnel can access the medical facilities, and attendees must submit names in advance for access approval. Personal protective equipment (PPE) is required, although it is not provided by the government. The document emphasizes punctuality for the scheduled visits, stipulating that parking is available but not necessarily free, and injury claims will not be covered for those not adhering to PPE requirements. For further questions, specific email contacts are provided, distinguishing site visit inquiries from solicitation-related questions. The purpose of the site visit is to ensure prospective bidders have adequate information to prepare their offers while maintaining a strict set of protocols regarding access and liability associated with the event.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Roof Repairs - Bulding 200 and building 3
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Quotation (RFQ) for roof repairs at the Puget Sound VA Medical Center – American Lake Campus, specifically targeting Buildings 200 and 3. This project is designated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, meaning that only certified SDVOSBs registered with the Small Business Administration (SBA) will be eligible to submit proposals. The repairs are crucial for maintaining the integrity and functionality of the medical facilities, ensuring a safe environment for veterans. A site visit for interested bidders is scheduled for March 14, 2025, with the RFQ expected to be released around March 10, 2025; interested parties should contact Derek Crockett at derek.crockett@va.gov or call 360-816-2760 for further inquiries.
    648-22-108 Vancouver CLC Exterior Ramp and Access
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the construction of an exterior ramp and access improvements at the Vancouver Community Living Center, located at the Portland VA Medical Center in Washington. The project involves site preparation, including demolition and the installation of new access ramps, with a focus on compliance with safety and infection control measures specific to healthcare environments. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a budget range of $250,000 to $500,000. Proposals are due by March 31, 2025, and interested parties should direct inquiries to Colleen Nicholson at Colleen.nicholson@va.gov or call 360-553-7650. A site visit is scheduled for March 7, 2025, to facilitate contractor engagement.
    Z2DA--Asphalt Maintenance and Repair | 442-23-001
    Buyer not available
    The Department of Veterans Affairs is soliciting offers for a construction project focused on asphalt maintenance and repair at the Cheyenne VA Medical Center in Wyoming. The project includes aggregate base repair, concrete removal, asphalt replacement, and pavement striping, with an estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran-owned enterprises. Proposals must be submitted electronically by March 21, 2025, following a mandatory site visit on February 24, 2025, and must include past performance information, a bid bond, and compliance with specific safety and security guidelines. Interested contractors should contact Timothy R. Verburgt at Timothy.Verburgt@va.gov for further details.
    Restroom Janitorial Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for restroom janitorial services at the Michael E. DeBakey VA Medical Center in Houston, Texas, under Solicitation Number 36C25625Q0523. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires contractors to provide comprehensive custodial services that ensure cleanliness and sanitation in accordance with the Performance Work Statement (PWS). The contract will have a base period of one year, with the option for four additional one-year extensions, emphasizing the importance of maintaining high standards in healthcare environments while supporting veteran-owned businesses. Interested vendors must submit their proposals by March 14, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Frank Sanders at frank.sanders1@va.gov.
    Z1DA--36C24425B0002 Building 13 South Lot Paving 460-23-004
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Building 13 South Lot Paving project at the Wilmington VA Medical Center, designated as Solicitation Number 36C24425B0002. This project aims to enhance the facility's infrastructure through asphalt paving, stormwater management, and the installation of energy-efficient lighting, with a budget estimated between $500,000 and $1 million. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the VA's commitment to supporting veteran inclusivity in federal contracting. Interested contractors must submit their sealed bids by March 20, 2025, at 11:00 AM Eastern Time, and can direct inquiries to Contract Specialist Hanna Karmazyn at Hanna.Karmazyn@va.gov or by phone at 302-332-5107.
    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.
    Z1DA--REPAIR SEWER PIPING BLDG 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of a collapsed sewer line at the Salem VA Medical Center, with the project valued under $25,000 and set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes diagnosing the sewer issue, excavating, replacing the damaged piping, and restoring the affected areas, with a requirement that SDVOSBs perform at least 15% of the work using their own workforce. This initiative not only addresses critical infrastructure needs at the medical center but also supports veteran-owned businesses in the contracting process. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by March 25, 2025, with a public bid opening scheduled for March 26, 2025; a pre-bid conference will be held on February 26, 2025, for site inspection. For further inquiries, bidders can contact Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    36C25625Q0541 | 564-23-702 | UPGRADE MULTIPLE PARKING LOTS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to participate in a Sources Sought Notice for the upgrade of multiple parking lots at the Veterans Health Care System of the Ozarks in Fayetteville, Arkansas (Project 564-23-702). The project entails improvements such as seal coating, paving, striping, and landscaping of existing parking facilities, with the goal of ensuring that operations at the medical center remain uninterrupted during the upgrades. This one-time Firm-Fixed Price contract is valued between $500,000 and $1,000,000 and aims to enhance the accessibility and functionality of the parking areas for veterans and their families. Interested firms are encouraged to submit a statement of interest, small business classification, capability statement, and details of relevant past projects to Madeline Allison at madeline.allison@va.gov, with responses limited to three pages. This notice serves as market research and does not constitute a formal solicitation or commitment from the government.
    S208--BHH - SDVOSB Set-Aside Grounds Fert & Weed Control
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for a federal contract focused on grounds maintenance services, specifically weed control and fertilization, at the Fort Meade and Hot Springs Veterans Affairs Medical Centers. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires comprehensive landscaping services over multiple years, with a base year starting April 1, 2025, and options to extend through March 31, 2030. This procurement is vital for maintaining the health and aesthetics of VA facilities, ensuring compliance with federal regulations and safety standards. Interested contractors should contact Contracting Officer Joseph A. Bloomer at Joseph.Bloomer@va.gov, with a total project budget of approximately $9.5 million and adherence to specific wage determinations and submission requirements outlined in the solicitation documents.
    Z2LZ--36C24425B0005 Pit Re-Stripping
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a solicitation for construction services related to pit re-stripping at the Wilmington VA Medical Center in Delaware. This project, which falls under the Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside program, requires the contractor to provide all necessary materials, tools, labor, permits, and supervision to complete the work in compliance with applicable codes and VA standards. The anticipated period for project completion is 90 calendar days post-Notice to Proceed, with an estimated construction cost of under $25,000. Interested contractors must obtain solicitation documents via the SAM.gov website, attend a pre-bid meeting, and direct any questions in writing to the contract specialist, Hanna Karmazyn, at Hanna.Karmazyn@va.gov or by phone at 302-332-5107.