Y1DA--692-24-102 CON NRM Relocate B232 ITOPS
ID: 36C26025R0004Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the relocation of ITOPS-Comm equipment at the Southern Oregon Rehabilitation Center and Clinics, under project number 692-24-102. This construction project involves moving equipment from Building 232 to a newly constructed closet on the third floor mezzanine, including the installation of new fiber cabling, a wooden closet with communications racks, and a split system A/C unit, all while minimizing disruptions to ongoing medical operations. The project is crucial for enhancing IT operations and ensuring efficient communication systems for veterans' services. Interested contractors must submit their proposals by March 13, 2025, with an estimated project cost between $100,000 and $250,000, and can direct inquiries to Contract Officer Helen Woods at Helen.Woods@va.gov.

    Point(s) of Contact
    Helen WoodsContract Officer
    Helen.Woods@va.gov
    Files
    Title
    Posted
    This presolicitation notice announces the upcoming contract for the relocation of an ITOPS closet at the VA facility in White City, Oregon, identified as project number 692-24-102. The construction will involve moving the existing ITOPS closet to a different floor and building a new one, with the overall project cost estimated between $100,000 and $250,000. The official Request for Proposals (RFP) under solicitation number 36C26025R0004 is anticipated to be released on October 4, 2024, though the government retains the right to delay or modify the solicitation based on changing facility requirements. The contract is expected to be open to full competition, attracting various bidders. The notice also provides essential contact details for the contracting officer, Helen Woods, ensuring interested parties can reach out for further clarification. This announcement is part of the federal procurement process, aimed at providing transparency and encouraging participation in government contracts.
    The solicitation 36C26025R0004 outlines a construction project at the Veterans Affairs Southern Oregon Rehabilitation Center and Clinics, inviting bids for the relocation of ITOPS (Project No. 692-24-102). The government requires contractors to complete the scope of work within specified timeframes after award notification and emphasizes compliance with wage determinations under the Davis-Bacon Act for Jackson County, OR. Proposals must be submitted by March 13, 2025, with an estimated project cost between $100,000 and $250,000. Submissions must include a completed Standard Form 1442, a detailed price and technical narrative, and evidence of past performance on similar projects. Offers exceeding $150,000 require a bid bond, while those under this threshold do not. The evaluation considers technical experience, past performance, price, and evaluation commitments equally, and the government reserves the right to award to the proposal deemed to offer the best value. An organized site visit is scheduled, and all inquiries regarding the solicitation should be directed via designated channels. The document establishes formal guidelines for participation in this federal project, emphasizing attention to detailed proposals and compliance with various contract stipulations.
    This document serves as an amendment to a solicitation issued by the Network Contracting Office of the Department of Veterans Affairs. It extends the deadline for offers concerning project number 36C26025R0004 to March 31, 2025, at 17:00 PDT due to requests for additional time to prepare comprehensive responses. The amendment also includes the provision of a sign-in sheet from a prior organized site visit, which is attached to the document. Furthermore, the office anticipates releasing another amendment that will address unanswered questions and possibly extend the deadline further to give bidders adequate time to review the disclosed information. The amendment underlines the VA's commitment to ensuring that all stakeholders can provide thorough proposals while maintaining a transparent process.
    The VA SORCC (South Oregon Rehabilitation Center and Clinics) project (No. 692-24-102) involves relocating the ITOPS-Comm to the mezzanine. The document outlines comprehensive specifications and procedures for contractors involved in the construction and relocation. Key sections detail general requirements, safety mandates, construction security measures, operational protocols, and quality control. Contractors are responsible for site preparation, adhering to strict safety and security plans, and minimizing disruptions to the ongoing medical operations at the facility. Proper management of utilities, waste disposal, and the safeguarding of existing structures and sensitive information is emphasized. A meticulous documentation process is mandated, which includes photographic records of construction milestones, as-built drawings, and warranties management. The project underscores the necessity of maintaining constant communication with the Contracting Officer, adherence to federal standards, and the execution of a well-structured construction strategy that minimizes risk and ensures compliance with health and safety regulations throughout the project lifecycle. Overall, the document provides a clear framework for contractors to deliver the project in accordance with VA's requirements and standards.
    The Department of Veterans Affairs in White City, Oregon is issuing a construction contract for the relocation of ITOPS-comm equipment from Building 232 to a newly constructed closet on the third floor mezzanine. The project (Project No: 692-24-102) involves installing new fiber cabling to connect to IT closets, constructing a wooden closet with communications racks, and a split system A/C unit. Key phases include completing construction on the third floor with fire sprinkler protection, coordinating new cabling with existing systems, testing cabling, and demolishing old infrastructure without disrupting operations. The project is expected to be completed within 90 days, with work scheduled during standard business hours, and must adhere to federal holiday restrictions. The goal is to enhance IT operations while minimizing service interruptions during the transition, demonstrating the VA's focus on maintaining efficient communication systems for veterans' services.
    The document appears to be a fragmented collection of text that contains no cohesive main topic or comprehensible content due to extensive encoding and character corruption. As such, it lacks clear key ideas or supporting details, making it impossible to summarize effectively. Furthermore, there are references to procedural language often associated with government requests for proposals (RFPs) or grants, indicating that it may originally relate to procurement or funding processes involving federal or state entities. However, the document's current condition obscures its intended meaning and applications, limiting any analysis of typical RFP or grant-related topics such as eligibility, funding amounts, project goals, evaluation criteria, or deadlines. Without clearer information, any summary cannot capture the essential points or convey the document's purpose accurately or meaningfully.
    The document outlines a federal government initiative to solicit proposals (RFPs) for grants aimed at enhancing community resilience through sustainable practices. The main topic centers around fostering public-private partnerships to tackle environmental challenges and improve infrastructure. Key elements include funding opportunities for projects focusing on renewable energy, waste management, and conservation efforts within local communities. The document emphasizes eligibility criteria, project guidelines, application procedures, and funding timelines for applicants seeking federal support. It serves as a call to action for organizations and local governments to submit innovative proposals that align with sustainability goals while addressing pressing environmental issues. The RFPs are part of a broader strategy to promote effective use of federal resources for community development and ecological balance, highlighting a commitment to environmental stewardship and economic growth.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1DA--CON NRM Remodel Building 88 for CLC Space 653-25-100
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the remodeling of Building 88 at the Roseburg VA Medical Center, transitioning it from a Substance Abuse Residential Rehabilitation Treatment facility to a Community Living Center. This project involves extensive construction activities, including interior and exterior remodeling, installation of healthcare systems such as a Nurse Call system and Oxygen distribution, as well as necessary mechanical, electrical, and structural work. The estimated budget for this project ranges from $2 million to $5 million, with a duration of approximately one year, and it is crucial that contractors are certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and registered in the System for Award Management (SAM). Interested parties must submit their proposals electronically by March 31, 2025, and can contact Contract Specialist Ton J Knight at toni.knight@va.gov or by phone at 206-762-1010 EXT 67948 for further information.
    Z1DA--658-24-108 Replace Overhead Paging System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the overhead paging system at the Salem Veterans Affairs Medical Center. This design-build project requires contractors to provide all necessary labor, materials, and services to install a modern paging system across multiple buildings on the campus, with a budget estimated between $500,000 and $1,000,000. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes compliance with safety standards, quality assurance, and federal regulations throughout the construction process. Interested bidders must submit their proposals electronically by April 9, 2025, and can direct inquiries to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z2DA--675-22-706A EHRM Infrastructure Upgrades Construction Viera VA Clinic
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the EHRM Infrastructure Upgrades Construction project at the Viera VA Clinic in Florida. This project, valued between $2 million and $5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves comprehensive construction work to modernize the clinic's electronic health record management infrastructure. Key requirements include providing all necessary tools, labor, and materials, with a completion timeline of 455 calendar days post-award, while adhering to strict safety and operational protocols to minimize disruption to ongoing medical services. Interested bidders must submit their offers by the extended deadline of March 18, 2025, and can direct inquiries to Contract Specialist Sharese H McKinney at sharese.mckinney@va.gov.
    Q702--Pflugerville Initial Outfitting Transition and Activation (IOTA) Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Initial Outfitting, Transition, and Activation (IOT&A) services for the Pflugerville Community Based Outpatient Clinic (CBOC), with the goal of achieving operational readiness by February 2028. The procurement encompasses comprehensive project management, interior design, furniture, fixtures, and equipment (FF&E) planning, as well as logistical support to facilitate a seamless transition for healthcare operations. This initiative is critical for enhancing healthcare services for veterans, ensuring compliance with federal regulations, and promoting opportunities for small businesses, particularly those owned by service-disabled veterans, with a total funding amount of $20 million. Interested contractors should contact Lesa M. Crockett at lesa.crockett@va.gov for further details and to participate in the proposal process.
    648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the project titled "Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse" at the Vancouver Campus of the VA Portland Healthcare System. The objective of this procurement is to address and rectify HVAC system deficiencies within the laundry warehouse, ensuring minimal disruption to ongoing operations while enhancing the facility's infrastructure. This project is critical for maintaining operational efficiency and safety in a healthcare environment, particularly given the sensitive nature of the services provided. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has a budget range of $5 million to $10 million, with proposals due by March 20, 2025, at 4:00 PM PST. Interested contractors should direct inquiries to Contract Specialist Danyel Smith at danyel.smith@va.gov.
    Z1DA--NRM-CONST 528-22-704 EHRM NEXTGEN WIFI UPGRADES-BUFFALO
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the EHRM NextGen WiFi Upgrades Project at the Buffalo VA Medical Center, focusing on enhancing the facility's wireless infrastructure. The project entails comprehensive contractor services, including the installation of WiFi access points and associated infrastructure, with an estimated budget ranging from $100,000 to $250,000. This initiative is crucial for modernizing the VA's healthcare delivery systems, ensuring reliable internet access for veterans and staff while adhering to federal construction standards. Interested bidders, specifically Veterans-Owned Small Businesses, must submit their proposals by March 6, 2025, and can contact Contracting Officer Idalia Algarin at Idalia.Algarin@va.gov for further information.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    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--595-25-108 Relocate Emergency Cache D/B SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a design-build project titled "Relocate Emergency Cache" at the Lebanon VA Medical Center, specifically aimed at converting a section of the former Bowling Alley into a secure Pharmacy Emergency Cache. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires comprehensive design and construction services, including demolition, environmental abatement, and installation of security systems, to create an 830 square-foot facility that meets VA Physical Security requirements. The contract is estimated to be valued between $1 million and $2 million, with a completion period of 330 calendar days, and proposals for Phase I are due by March 20, 2025, following a site visit on February 20, 2025. Interested contractors should contact Contracting Officer Jeffrey G Pruett at jeffrey.pruett@va.gov for further details.
    Z1DA--Correct SPS Ceiling System Finding 506-25-502
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Correct SPS Ceiling System Finding" project at the Ann Arbor VA Medical Center, identified by project number 506-25-502. This federal contract involves the complete removal and replacement of the existing Acoustical Lay-in ceiling system in SPS room DB34 with a suspended gypsum board ceiling, requiring contractors to provide all necessary labor, materials, and equipment while ensuring minimal disruption to medical center operations during renovations. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction cost between $500,000 and $1,000,000, and proposals are due by 2:00 PM EDT on March 19, 2025. Interested contractors should direct inquiries to Contract Specialist Leland Ruedel and are encouraged to attend a pre-bid site visit on February 25, 2025, to familiarize themselves with the project requirements.