Z1DA--437-23-150 Test Fire Dampers 36C263-24-AP-2636
ID: 36C26324B0008Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the "Test Fire Dampers" project at the Fargo VA Medical Center, which involves inspecting and testing approximately 382 fire dampers across multiple buildings. The primary objective is to ensure compliance with NFPA and VA standards, requiring the contractor to provide all necessary labor, materials, and equipment for operational testing, repairs, and potential decommissioning of fire dampers while minimizing disruption to medical center operations. This project is critical for maintaining safety standards within the facility, with an estimated budget between $250,000 and $500,000 and a performance period of 150 days from the Notice to Proceed. Interested contractors must submit their proposals by September 3, 2024, and can contact Contract Specialist Daniel R. Dobler at Daniel.Dobler@va.gov for further information.

    Point(s) of Contact
    Daniel R DoblerContract Specialist
    Daniel.Dobler@va.gov
    Files
    Title
    Posted
    The document outlines a solicitation (Number 36C26324B0008) by the Department of Veterans Affairs for a construction project to inspect and test approximately 382 fire dampers at the Fargo VA Health Care System, designated as project number 437-23-150. It specifically targets Service Disabled Veteran Owned Small Businesses (SDVOSB) in accordance with Public Law 109-461. The contractor is required to comply with various standards and regulations, including NFPA and VA facility standards. The solicitation mandates the contractor to provide performance and payment bonds within ten calendar days post-award and enter into a Firm-Fixed-Price contract. The performance period is set at 150 days from notice to proceed. Key bidding details involve submission requirements, technical inquiries, bid guarantees, and the necessity of registering in the System for Award Management (SAM). A pre-bid site visit is scheduled to ensure thorough understanding of the project requirements. The solicitation process is designed under federal guidelines to ensure fair competition and mandate the eligibility criteria for bidders, particularly targeting small businesses. This initiative demonstrates the VA's commitment to involving veteran-owned businesses in government contracting.
    The document outlines the specifications and requirements for a construction project at the Fargo VA Medical Center, focused on the testing and replacement of fire dampers. It details the scope of work, including demolition, disposal, and new installations, emphasizing careful coordination to minimize disruptions within a functioning medical facility. The project timeline includes a range for contract award, construction start, and completion, indicating a budget between $100K to $300K. Key components such as construction security, scheduling, safety protocols, and submittal processes are emphasized, along with the need for compliance with various safety standards and regulations. The document underscores the importance of maintaining safety and health throughout the project, mandating the presence of competent personnel and detailing the requirement for an Accident Prevention Plan (APP). Overall, this federal RFP aligns with the government’s commitment to providing safe and effective infrastructure for veteran healthcare, ensuring all work meets stringent safety and operational protocols.
    The Fargo VA Medical Center has issued a Request for Proposals (RFP) for a project titled "Test Fire Dampers" with an estimated cost between $250,000 and $500,000. This project involves inspecting and testing approximately 382 fire dampers in Buildings 1, 9, and 46, ensuring compliance with NFPA and VA standards. The vendor's responsibilities include providing all labor, materials, and equipment necessary for operational testing, repairs, and, if needed, decommissioning fire dampers while coordinating schedules to minimize disruption to medical center operations. The project has a performance period of 150 days from the Notice to Proceed, with specific timelines for inspections aligned with the unique anniversary dates of the fire dampers. It also requires the presence of trained safety personnel on-site and adherence to infection control protocols. Required documentation includes a Master Inspection Report detailing each damper's status and comprehensive as-built drawings, while maintaining safety and operational continuity during construction activities. The proposal process emphasizes the importance of coordination with VA staff and adherence to established guidelines to ensure a timely and compliant execution of the project.
    The document outlines the wage determination for building construction projects in Cass County, North Dakota, under the Davis-Bacon Act and relevant Executive Orders. It specifies the minimum wage requirements for contractors based on the contract's effective date and renewal conditions. For contracts initiated or extended after January 30, 2022, the minimum wage is set at $17.20 per hour, while for contracts awarded between January 1, 2015, and January 29, 2022, the rate is $12.90 per hour. The wage determination provides detailed wage rates and fringe benefits for different classifications of labor, including boilermakers, electricians, and laborers, among others. Additionally, the document includes a process for appealing wage determinations and clarifies how wage rates are classified as union, survey, or state-adopted rates. It emphasizes compliance with federal regulations regarding employee protections, such as the requirement for paid sick leave under Executive Order 13706. This information is essential for contractors seeking federal or state contracts, ensuring accurate compliance with wage and labor standards in government-funded construction projects.
    The document comprises a series of questions and answers pertaining to a Statement of Work (SOW) associated with a government Request for Proposals (RFP). Although the specific content of the inquiries and responses is not detailed, the format indicates that it serves to clarify requirements and expectations for potential contractors. Each question likely concerns different aspects of the project outlined in the RFP, addressing considerations such as scope, deliverables, timelines, and compliance standards. The Q&A format facilitates transparency and ensures bidders understand the SOW, thereby promoting informed submissions. This document is integral in guiding the proposals towards meeting federal, state, or local government objectives, ensuring alignment with regulatory frameworks and project goals.
    This document outlines the requirements for bidders and offerors regarding their safety and environmental performance history as part of a federal Request for Proposal (RFP) process. It specifies that bidders must certify having no more than three serious OSHA or EPA violations in the last three years and an Experience Modification Rate (EMR) of 1.0 or lower, verifiable by their insurance carriers. For self-insured contractors unable to provide the EMR on official letterhead, alternative rating methods are specified. The evaluation of contractor responsibility will incorporate submitted information alongside data from OSHA and EPA databases, and negative findings can lead to ineligibility for award. Additionally, prime contractors are held accountable for assessing the responsibility of their subcontractors. A pre-award safety and environmental record evaluation form is provided for bidders to complete, requiring specific data about their safety records over recent years and documentation pertaining to their OSHA compliance. This emphasis on safety and compliance is integral to maintaining high standards in federal contracting, ensuring responsible bidding practices.
    The VAAR 852.219-75 document outlines the compliance requirements for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB) regarding subcontracting limitations when awarded contracts by the Department of Veterans Affairs (VA). It establishes that contractors must adhere to specific subcontracting percentage limits: 50% for services, 85% for general construction, and 75% for special trade construction. These limits help ensure that a majority of the contract's value remains within the SDVOSB/VOSB community. The document emphasizes the legal implications of false certifications, which can lead to penalties, and requires contractors to maintain documentation for compliance review by the VA. It further stipulates that failure to provide necessary records may result in remedial actions by the government. Contractors must complete and submit a formal certification to be considered for contract bids, highlighting the importance of compliance in federal procurement processes aimed at supporting veteran-owned businesses.
    The document addresses the Statement of Work (SOW) regarding the Testing of Fire Dampers in a planned construction project for the Veterans Affairs (VA) department. Key points include a clarification that the project involves construction activities, despite concerns about increased costs if classified otherwise. It also discusses discrepancies in project-related drawings that appear unrelated and confirms the necessity for a mobile containment unit in certain areas. Previous inspection reports will be shared post-award, and while the timeline for performance could be adjusted due to material delays, access to dampers is generally confirmed as manageable. The document emphasizes that unexpected costs due to inaccessible dampers should be accounted for, but most should be accessible based on prior inspections. The focus on ensuring a clear understanding of the project scope and requirements indicates the importance of thorough planning during the procurement process for government contracts, specifically in addressing operational challenges within construction-related tasks. Overall, the document reflects the procedural approach required in federal RFPs for services related to construction activities within VA facilities.
    The document details the status and inspection results of fire dampers within the Fargo VA Healthcare System facility. The fire dampers are categorized according to their condition—new, disabled, or in need of repair—across several floors including the basement, first, second, third, fourth, and attic/penthouse areas. It provides a comprehensive overview of fire damper identifiers, their inspection history, and the recommended timelines for future inspections. The report indicates a total of 400 fire dampers, with specifics about 1 needing repair, 3 requiring replacement, and 27 classified as disabled. Each fire damper's inspection history includes dates of occupancy, initial, previous inspections, and current statuses, ensuring the facility meets safety regulations and fire safety protocols. Notably, the majority of dampers have passed their inspections, with some marked for maintenance due to accessibility issues or operational failures. Overall, this document serves a critical function in ensuring ongoing compliance with safety standards, facilitating the VA's commitment to maintaining a safe healthcare environment by enabling timely inspection and management of fire safety equipment.
    The Fargo VA Medical Center is initiating Project 437-23-150, focusing on the inspection and testing of approximately 382 fire dampers across Buildings 1, 9, and 46. This project, with an estimated cost between $250,000 and $500,000, aims to ensure compliance with NFPA standards and local building codes. The contractor must start work within 150 days of receiving the Notice to Proceed (NTP) and follow detailed protocols for safety and documentation, including the provision of trained personnel on-site and maintaining operational integrity during construction. Key tasks include making necessary repairs, cleaning, lubricating fire dampers, and potentially replacing non-compliant units while maintaining documentation of inspections and repairs. Timeline-specific inspections are mandated prior to the six-year anniversary of each damper. The project also emphasizes infection control protocols, requiring a Pre-Construction Risk Assessment and adherence to specific operating hours, often extending to weekends to minimize disruption. The contractor must submit comprehensive inspection reports and ensure proper labeling for each fire damper. This initiative demonstrates the VA's commitment to maintaining safety standards and regulatory compliance in their facilities.
    The Fargo VHA Fire Damper Testing Form is designed to document the inspection and testing status of fire dampers within a facility. Key components of the form include details about the damper being tested (both existing and new), test results (pass, fail, or inaccessible), and the proper installation status. The form collects specific technical data such as damper size, temperature rating, and duct specifications, while also prompting for safety notes and suggestions for improvements. Additionally, it requests photographic documentation of the damper’s condition and its identification tag. The requirement for annual retesting of newly installed dampers underscores the ongoing maintenance obligations to ensure safety compliance. This structured documentation serves critical functions in maintaining safety regulations and is relevant within the context of government contracts and grants, where adherence to safety standards is paramount.
    The document outlines the Price Schedule Breakdown Sheet for the project titled "TEST FIRE DAMPER" under project number 437-23-150. It serves as a structured list for contractors to detail costs associated with various divisions and work categories in construction. The breakdown is divided into three main categories: General Building Construction, Mechanical and Electrical, and Site Improvements, each with specific divisions such as General Requirements, Concrete, Fire Suppression, Plumbing, and more. Subtotals are provided for each category, alongside sections for miscellaneous costs and overall profit and overhead calculations, culminating in a Proposal Grand Total. This file is crucial for financial transparency and accountability in government contracts, ensuring all projected expenditures are meticulously documented for federal and local compliance purposes. It reflects the structured approach required in responding to government RFPs, emphasizing detailed cost assessment and itemization.
    The document outlines supplemental instructions for a roofing project at the Fargo VA Health Care System (VAHCS) located at 2101 Elm Street, Fargo, ND. Specifically, it pertains to the replacement of selected roofs and rake flashing on the fourth floor, as indicated in the drawings referenced (A4.2 and A4.3). The project is identified by the number 'N;?-23-125,' with a completion target set for April 19, 2024. The document emphasizes the importance of adhering to specified scales and detailed plans that guide the replacement work. This initiative reflects the broader context of federal requests for proposals (RFPs), which are aimed at improving government facilities and infrastructure, ensuring compliance with safety and quality standards. Such projects are essential for maintaining the operational integrity of federal healthcare systems while providing a safer environment for both staff and patients.
    Similar Opportunities
    5340--Replace Fire Rated Doors - MPLS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace fire-rated doors at the Minneapolis VA Health Care System. The procurement involves the replacement of 29 fire-rated doors and 3 non-rated doors, with a focus on ensuring minimal disruption to patient care during the project. This initiative is critical for maintaining safety standards and compliance with fire regulations within the facility. Interested service-disabled veteran-owned small businesses (SDVOSB) must submit their quotes via email to Contract Specialist Robert Bennett by 1:00 PM on October 21, 2024, following a site visit scheduled for October 15, 2024. Technical inquiries are due by 1:00 PM on September 20, 2024, and all contractors must be registered in the System for Award Management (SAM) and the Vendor Information Page (VIP) at the time of submission.
    Z1DZ--509 Window Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of 25 window panels at Building 509 of the Richmond VA Medical Center, specifically within the 3D Print Lab. The project requires contractors to manage all aspects of construction, ensuring compliance with VA standards, quality assurance, safety protocols, and infection control measures, all while minimizing disruption to healthcare services. This initiative underscores the VA's commitment to providing a safe and effective care environment for Veterans, with an estimated project cost between $25,000 and $100,000 and a completion timeline of 45 calendar days post-award. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers electronically by October 31, 2024, and can direct inquiries to Contract Specialist Donteana R Gibbs at Donteana.Gibbs@va.gov.
    Z1DA-- 529-22-101 Replace Bldg. #7 Master Control Panel
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of the Master Control Panel in Building 7 at the Butler VA Medical Center, designated as project number 529-22-101. This project involves comprehensive construction services, including demolition and installation, while adhering to strict safety, environmental, and security regulations to ensure minimal disruption to ongoing medical operations. The contract value is estimated between $5 million and $10 million, with proposals due electronically by November 1, 2024, at 3:00 PM EST. Interested contractors can contact Amanda M. Murphy at amanda.murphy5@va.gov for further details and clarification.
    Z2NB--Project No. 539-20-101 - Replace Fort Thomas Boilers.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a firm-fixed-price contract to replace the existing steam boilers and chillers at the Fort Thomas Domiciliary in Kentucky. The project involves comprehensive construction services, including the installation of new hot water systems, associated piping, controls, and electrical work, while ensuring minimal disruption to ongoing operations within the facility. This procurement is critical for maintaining efficient heating and cooling systems in a healthcare environment, with a project timeline of up to 913 calendar days for completion. Interested contractors must submit their offers by the extended deadline of November 1, 2024, at 10:00 A.M. EST, and can direct inquiries to Contract Specialist Luke Turner at luke.turner@va.gov. The estimated contract value ranges between $10 million and $20 million, with specific requirements for safety compliance and subcontracting limitations.
    Z2DA--FY25 36C257-24-AP-4158 | Replace Burners and Controls Project #549A4-22-422(VA-25-00003929)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of burners and controls at the Sam Rayburn Memorial VA Center in Bonham, Texas, under Project Number 549A4-22-422. The project involves the installation of two 400 HP and one 200 HP Weishaupt boilers, along with associated components such as a water softener, and must be completed within 180 days of the notice to proceed. This initiative is critical for enhancing the operational efficiency and safety of the facility's heating systems, ensuring compliance with safety protocols and regulatory standards. Bids are due by October 30, 2024, at 12:00 PM CST, with the bid opening occurring the same day at 3:00 PM CST. Interested contractors can contact Contract Specialist Nicholas L. Smith at Nicholas.Smith21@va.gov for further details.
    Z2DA--Correct Fall Protection Deficiencies
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to address fall protection deficiencies at the Louis A. Johnson VA Medical Center in Clarksburg, WV, through the installation of ladder safety systems and roof guardrails. The project aims to rectify multiple fall hazards in Building 1, ensuring compliance with OSHA regulations and maintaining safety standards in an active medical environment. The contract is expected to span 165 days, with an estimated construction value between $500,000 and $1,000,000, and requires adherence to strict infection control measures and safety protocols. Interested bidders should contact Contract Officer Adam S. Bradford at Adam.Bradford1@va.gov for further details and must ensure their offers are valid for 120 days.
    Z2DA--Renovate Halls, Walls, Ceilings
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of halls, walls, and ceilings in Building 1 at the Durham VA Medical Center, under solicitation number 36C24624B0005. The project aims to upgrade the existing infrastructure while ensuring minimal disruption to hospital operations, involving comprehensive work such as hazardous material remediation, demolition, and installation of new finishes, with strict adherence to safety and infection control measures. This initiative underscores the government's commitment to enhancing healthcare facilities for veterans, with an estimated contract value between $2,000,000 and $5,000,000, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses. Interested contractors must submit sealed bids by January 16, 2025, following a mandatory site visit on December 4, 2024, and should direct inquiries to Contract Specialist Alice V Custis at Alice.Custis@va.gov.
    Z2DA--503-25-103 Repair Building 1 Sprinkler Main | NCO 4 Offers will ONLY be accepted from Altoona SDVOSB MATOC Holders
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the repair of the sprinkler main at Building 1 of the Altoona VA Medical Center, specifically targeting contractors who hold a Multiple Award Task Order Contract (MATOC). This project is crucial for maintaining fire safety standards at the facility and is exclusively open to Altoona SDVOSB MATOC holders, emphasizing the importance of compliance with the specified contractual stipulations. Proposals must be submitted by November 7, 2024, at 10:00 AM Eastern Time, with all inquiries directed to Contract Specialist Lakeisiha Davenport at Lakeisiha.Davenport@va.gov or by phone at 412-822-3777.
    Z1DA--578-17-012 Replace AHU Air Handling Units in Building 45 (VA-25-00004335)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of Air Handling Units (AHUs) in Building 45 at the Edward Hines Jr. VA Hospital, identified by Project Number 578-17-012. This project requires contractors to provide labor, materials, and equipment for the HVAC system replacement and associated renovations, with a performance period of 420 calendar days following the Notice to Proceed. The initiative is crucial for enhancing the hospital's infrastructure, ensuring improved air quality and operational efficiency for veteran healthcare services. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors must attend a mandatory site visit on October 8, 2024, with bids due by October 29, 2024; the estimated contract value ranges from $2 million to $5 million. For further inquiries, contractors can contact Amber Jendrzejek, the Contract Specialist, at Amber.Jendrzejek@va.gov.
    Y1DA--598-22-151 B170 FG Chilled Water Piping Replacement - POP 12/30/2024-12/29/2025
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of fiberglass chilled water piping in Building 170 at the Eugene J. Towbin Veterans Affairs Healthcare Center in North Little Rock, Arkansas. The project, identified as Project 598-22-151, requires contractors to provide all necessary labor, materials, and supervision to ensure compliance with safety and construction codes, with a performance period of 365 days following the Notice to Proceed. This initiative is crucial for maintaining the operational efficiency and safety of healthcare services provided to veterans, with an estimated contract value between $5 million and $10 million. Interested contractors must submit their proposals by the specified deadlines and direct inquiries to Contracting Officer Julius I. Jones at julius.jones@va.gov.