The Department of Veterans Affairs (VA) is soliciting bids for the "Energy Center Water Heater" project (36C25025B0030) at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves replacing the existing domestic hot water generating system in Building 1 and Building 22. The new system will include plate and frame heat exchangers, circulating pumps, and storage/expansion tanks, integrated with the existing JCI Metasys Building Management System. The estimated construction magnitude is between $500,000 and $1,000,000, with a performance period of 150 calendar days. Bidders must submit a signed SF 1442, bid security, and complete representations and certifications, including the VAAR 852.219-75 subcontracting certification. A site visit is scheduled for May 22, 2025, and the deadline for questions is May 29, 2025. This is a firm-fixed-price contract requiring strict adherence to federal acquisition regulations, including those for Buy American provisions, wage rates, and environmental compliance.
This document outlines a government solicitation for the Energy Center Water Heater project at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan (Solicitation Number: 36C25025B0030). The project involves replacing the existing domestic hot water system to enhance heating efficiency, using a combination of heat exchangers and pumps under a Firm-Fixed-Price contract. The initiative is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) within the applicable NAICS code. The anticipated cost is between $500,000 and $1,000,000, with a performance period of 150 calendar days following notice to proceed.
Bid submission requirements include a completed SF 1442 form, acknowledgment of amendments, a bid guarantee, and various certifications relating to representations and certifications associated with federal contracts. Additionally, the document emphasizes the importance of maintaining environmental standards and compliance with federal laws, including background investigations for contractor personnel. Contractors are also required to register with the System for Award Management (SAM) and comply with wage determinations. Overall, this solicitation demonstrates the VA's commitment to enhancing facility operations while promoting opportunities for small businesses owned by veterans.
The VA Notice of Limitations on Subcontracting – Certificate of Compliance for Services and Construction (NOV 2022) outlines requirements for contractors regarding subcontracting limitations, as per 38 U.S.C. 8127(k)(2). Contractors must certify compliance with specific subcontracting percentage limits based on the contract type: 50% for services, 85% for general construction, and 75% for special trade construction, applied to non-VIP-listed SDVOSB/VOSB firms. The document clarifies that work subcontracted by similarly situated VIP-listed subcontractors counts towards these limits, with exclusions for certain direct costs in services and material costs in construction. It emphasizes that false certifications can lead to severe penalties, including criminal prosecution. Contractors are required to provide documentation to the VA upon request to verify compliance, with failure to do so potentially resulting in remedial action. A formal certification must be completed and submitted with the offer, as failure to provide it renders the offer ineligible.
The "VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction" outlines the compliance requirements for contractors awarded contracts under the Veterans Affairs (VA) guidelines. Following the specifications of 38 U.S.C. 8127(k)(2), contractors must adhere to subcontracting limits based on specific categories: services (maximum of 50% subcontracted to non-VIP-listed SDVOSBs or VOSBs), general construction (maximum of 85%), and special trade construction (maximum of 75%). The document emphasizes that compliance is vital, with penalties for misinformation including criminal prosecution or fines. Contractors are required to submit appropriate documentation for VA review to ensure adherence to these limits, and failure to comply may lead to remedial actions. A formal certification must accompany the contract offer, affirming intent and capacity to meet these limitations. The document is structured to outline restrictions clearly, ensuring that small business standards are upheld within government contracts, indicating the government's commitment to supporting veteran-owned businesses and regulating subcontracting practices effectively.
The "Pre-Award Contractor Experience Modification Rate (EMR) Form" is a crucial document for contractors bidding on Solicitation 36C25025B0030, aimed at assessing their responsibility in accordance with FAR 9.104-1(e). This form requires prospective contractors to provide comprehensive safety-related information for the past three calendar years. Key data requested includes man-hours, cases involving days away from work or restricted activity (Column H and I of OSHA 300), and the Days Away, Restricted, or Transferred (DART) Rate. Contractors must also disclose any serious, willful, or repeat OSHA violations from the last three years, along with explanations. The form mandates the submission of 2019 OSHA 300 and 300a Forms, a letter from their insurance carrier stating their current EMR, and their six-digit North American Industrial Classification System (NAICS) Code for the acquisition. Additionally, it asks for the name and title of the person administering the company’s Safety and Health Program and the company’s Insurance Experience Modification Rate (EMR). This form ensures potential awardees possess the necessary safety programs and controls for the solicited services.
The Pre-Award Contractor Experience Modification Rate (EMR) Form is a critical document required for the bidding process related to Solicitation 36C25025B0030. It seeks to evaluate a contractor's responsibility by gathering information pertinent to safety and operational standards in alignment with FAR 9.104-1(e). Contractors must provide their company details, OSHA 300 records for the past three years (including man hours, injury rates, and violation summaries), and an insurance letter confirming their current EMR. Additionally, the form requests the North American Industrial Classification System (NAICS) code and the contact responsible for the Safety and Health Program within the company. This document is structured to ensure compliance with safety regulations and to assess the contractor’s operational integrity before awarding federal contracts, emphasizing the importance of maintaining safety and health standards in the workplace.
This presolicitation notice announces the Department of Veterans Affairs’ intent to solicit bids for the Energy Center Water Heater Replacement project at the Ann Arbor VA Medical Center, Michigan. Scheduled for solicitation release on approximately May 7, 2025, the project entails replacing the existing domestic hot water generating system serving Buildings 1 and 22. The contractor will furnish necessary resources to install a new system, including plate and frame heat exchangers and associated equipment, while integrating with the existing Building Management System.
This procurement is set aside exclusively for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with a firm price contract anticipated within 120 days post-bid opening. Interested contractors must be verified SDVOSB participants registered in the Veteran Small Business Certification (VetCert) program at proposal submission.
The notice emphasizes that additional scope information and formal solicitation documents will be available electronically via the Contract Opportunities website, and bidders are responsible for obtaining all relevant materials. Questions are to be directed via email to the Contract Specialist, Christina Shockey. This document serves as an informative pre-solicitation rather than a request for proposals.
The Department of Veterans Affairs, VISN 10, Saginaw VA Medical Center, is processing a Justification and Approval (J&A) for other than full and open competition to acquire a HILTI Firestop System. This brand-name only justification, identified by Acquisition Plan Action ID VA 25 00067604, is for Project No. 655 23 201,
The Department of Veterans Affairs Medical Center in Saginaw, Michigan, is undertaking the "Energy Center Water Heater Replacement" project (VA Project No. 655-23-201). This project involves the demolition of existing domestic water heating systems and the installation of new indirect domestic water heat exchangers, pumps, and associated plumbing and mechanical systems. A temporary rental water heating system will be utilized during the transition to ensure continuous hot water service. The project includes detailed plans for plumbing and mechanical demolition and new work, adhering to applicable codes such as the International Plumbing Code, International Mechanical Code, and VA HVAC Design Manual. Key components to be removed include concrete pads, water heaters, a 900-gallon storage tank, and associated piping and pumps. New installations feature three AERCO EV-30 plate heat exchangers, B&G inline circulating pumps for domestic and source water, and a new 80-gallon expansion tank and 900-gallon storage tank. The project emphasizes coordination with other trades, maintenance of clearances, and adherence to safety protocols.
This government file outlines the technical specifications for Project No. 655-23-201, the "Energy Center Water Heater Replacement" at the Aleda E. Lutz VA Medical Center in Saginaw, MI. The project, issued on January 24, 2025, details the replacement of domestic water heaters and associated piping and equipment, including the demolition of existing gas-fired water heaters, heat exchangers, storage tanks, and pumps. The contractor is responsible for furnishing all labor, equipment, and materials, including providing a temporary domestic hot water boiler skid during construction. The document emphasizes stringent safety requirements, security procedures, waste management, and the maintenance of existing utility services to ensure minimal disruption to the medical center. It also details comprehensive requirements for project scheduling using Critical Path Method (CPM), submittals (shop drawings, product data, samples), tests, maintenance and operating manuals, and warranty management, including specific response times for warranty service based on priority codes. The contractor must maintain "as-built" drawings and provide detailed closeout documents.
The document is a Justification and Approval (J&A) for acquiring a brand-name only item related to the Energy Center Water Heater Replacement project at the Saginaw VA Medical Center. It outlines the need for installing the HILTI Firestop System to standardize the firestopping measures in response to safety inspection incidents highlighted by the Joint Commission and recommendations by the VA Fire Safety Committee. The J&A asserts that only HILTI products are suitable due to compatibility and regulatory requirements, aiming to ensure life safety and simplify compliance processes.
The justification cites 41 USC §3304(a)(1) as the statutory authority for the limited competition, emphasizing that mixing firestopping materials would lead to compliance issues requiring extensive renovations. The document concludes with a certification from Calvin Hugo, Assistant Chief of Facilities Management Service, confirming the accuracy and necessity of the outlined requirements. This J&A exemplifies the VA's procedural framework for procurement aligned with its operational needs and safety standards.
The Department of Veterans Affairs is initiating the Energy Center Water Heater Replacement project at the Aleda E. Lutz VAMC in Saginaw, Michigan. The objective is to replace domestic hot water heating systems to comply with VA standards and local regulations. This project entails the coordination of plumbing and mechanical systems across facilities, focusing on efficient integration of rental domestic hot water systems before the decommissioning of existing equipment. Key tasks include verifying utility conditions, ensuring compliance with health codes, and maintaining clear access to electrical components during installation. Safety measures, including proper demolition procedures for outdated systems and thorough integration of temporary rental units, are paramount. The detailed construction documents specify various plumbing, mechanical, and electrical requirements, emphasizing the VA's commitment to modernizing infrastructure while ensuring system reliability and safety for veteran healthcare needs.
The Energy Center Water Heater Replacement project at the Aleda E. Lutz VA Medical Center aims to replace existing gas-fired domestic water heaters and related plumbing infrastructure. The contractor is required to provide labor, equipment, and materials necessary for installation, which includes demolition of outdated systems and temporary provisions for water heating during construction. Project compliance with safety, security, and operational procedures is essential, particularly due to the facility's occupancy. The document details the overall project structure, including general requirements, submittal procedures for shop drawings and product data, and strict security protocols that contractors must follow. It emphasizes the importance of coordinating schedules and operations with VA oversight, establishing clear timelines for project milestones. The comprehensive management of warranties and thorough documentation of changes through detailed reports is also mandated. These provisions indicate the VA’s commitment to maintaining high standards and operational continuity within its facilities while ensuring compliance with federal guidelines and safety regulations. Overall, this technical specification serves as a critical framework for executing the project effectively and safely.
This Request for Information (RFI) for Solicitation No. 36C25025B0030, Project Number 506-22-207, seeks information regarding "Facility Maintenance Upgrades" at the Saginaw VAMC, located at 1500 Weiss Street, Saginaw, MI 48602. The RFI specifies that contractors must thoroughly read all solicitation documents, specifications, and drawings before submitting questions. All inquiries must specifically identify the relevant section(s) or drawing number(s) to receive a response. Failure to comply with these requirements may prevent a timely government response. Inquiries are to be directed to Contract Specialist Christina Shockey at Christina.Shockey@va.gov.
The document is a Request for Information (RFI) issued for the Facility Maintenance Upgrades project at the Saginaw VA Medical Center in Michigan. The solicitation, numbered 36C25025B0030 and associated with project number 506-22-207, invites contractors to submit questions or requests for clarification regarding the project. It emphasizes the importance of referencing specific sections or drawing numbers to facilitate timely responses from the government. The RFI indicates that non-compliance with this requirement may delay answers. The primary objective of this RFI is to gather information from potential contractors that will aid in the overall planning and execution of necessary facility upgrades, ensuring compliance with standards and specifications set forth in the solicitation. The document outlines critical contact information for inquiries directed to Contract Specialist Christina Shockey. Overall, this RFI serves as a preliminary step in engaging with contractors for upcoming facility maintenance projects within the VA system.
The Department of Veterans Affairs, Network Contracting Office 10, has issued a Notice of Award for Solicitation 36C25025B0030. Robbert Construction, Inc. was awarded the contract for Project 655-23-201, "Energy Center Water Heater Replacement," at the VA Saginaw Medical Center in Saginaw, MI. The contract amount for the base bid is $869,741.00, and the contract number is 36C25025C0137. The notice, dated August 19, 2025, acknowledges the bids received and encourages contractors to look for future opportunities on www.fbo.gov.
The General Decision Number MI20250097 outlines prevailing wage rates for building construction projects in Saginaw County, Michigan, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022) for federal contracts subject to the Davis-Bacon Act. The document provides specific wage and fringe benefit rates for various crafts, including asbestos workers, boilermakers, bricklayers, carpenters, electricians, heavy equipment operators, ironworkers, laborers, painters, cement masons, plumbers, roofers, sprinkler fitters, and sheet metal workers. It also includes information on paid holidays for certain crafts and clarifies classifications for power equipment operators and laborers. The file further explains identifiers for union, union average, survey, and state-adopted wage rates. Additionally, it details the wage determination appeals process and references Executive Order 13706 regarding paid sick leave for federal contractors.
The document presents the General Decision Number MI20250097, applicable to building construction projects in Saginaw County, Michigan, under the Davis-Bacon Act, mandating compliance with federal wage standards. It establishes wage rates following Executive Orders 14026 and 13658, specifying the minimum hourly wage workers must receive based on contract dates. Contracts initiated post-January 30, 2022, require payments of at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, necessitate a minimum of $13.30 per hour unless a higher rate applies.
The determination covers various construction trades, detailing specific wage rates and fringe benefits for positions such as electricians, carpenters, and laborers. The document includes provisions for paid sick leave under EO 13706, and outlines a wage determination appeals process. It emphasizes that unlisted job classifications must undergo a conformance request for rate establishment. The overarching purpose is to ensure fair compensation and standardize wages across federally funded construction projects, reflecting a commitment to worker protections in compliance with relevant laws and regulations.