Z2DA--Replace Windows and Weather Protection
ID: 36C24824R0135Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the project titled "Replace Windows and Weather Protection" at specified facilities, with the aim of enhancing the structural integrity and safety of veteran healthcare environments. This federal contract, designated under project number 573A4-18-605, is set aside for small businesses, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and includes detailed requirements for window specifications, safety compliance, and coordination with the Contracting Officer Representative (COR). Proposals must be submitted electronically by the revised deadline of August 29, 2024, with inquiries directed to Contract Specialist Intern Calixte Saintil at Calixte.Saintil@va.gov. The project also includes wage determinations in accordance with the Davis-Bacon Act, ensuring fair compensation for labor involved in the construction work.

    Point(s) of Contact
    Calixte SaintilContract Specialist Intern
    Calixte.Saintil@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks a firm to replace windows and enhance weather protection at the Lake City VA Medical Center in Florida. The primary objective is to improve safety and functionality while minimizing disruption to the facility's operations. The scope entails window replacement, hurricane shutter installation, and related construction services across multiple buildings. Offerors should detail their technical approach, safety measures, project phasing, and infection control strategies. The work must adhere to VA guides and local/federal codes, with emphasis on maintaining a smoke-free environment and infection control protocols. This firm-fixed price contract is valued between $10M and $20M. Offerors must provide three to five examples of relevant past projects, with at least two in active healthcare environments. The evaluation process will assess non-price factors—including past performance, technical approach, project planning, safety, and scheduling—as equally important as price. Key dates include a site visit on August 6, 2024, and a proposal submission deadline of August 26, 2024. The projected contract period is approximately 540 days, with commencement within 10 days of award. To comply with solicitation requirements, bidders must attend the site visit, submit detailed pricing structures, and furnish performance and payment bonds.
    The procurement objective of this project is to replace windows and enhance weather protection at the Lake City VA Medical Center. The facility requires extensive window replacement and various repairs to protect against weather damage. This is detailed in the multiple drawing sheets included in the file, which outline specific areas and the extent of work required. Multiple building locations are involved, each with detailed drawings indicating the scope of window replacement and repairs. The drawings include floor plans, elevation diagrams, and notes on general phasing and window groups. The work involves removing and reinstalling metal grate systems, tuck pointing mortar joints, and repairing or replacing damaged bricks and sealant. Additionally, the project entails fixing stucco cracks, replacing security screens, and attending to various interior finishes impacted by the new work. The contract, worth an estimated $64,000, is expected to be a firm-fixed-price agreement. Key dates include the issue date of 04-10-2023, with an expected submission deadline for proposals in the near future. Evaluation of proposals will likely focus on the contractor's ability to execute the detailed window replacement and weather protection strategies outlined in the drawings.
    The Department of Veterans Affairs seeks bids for a project titled 'Replace Windows and Weather Protection' at the Lake City VA Medical Center in Florida. The primary objective is to remove and replace existing windows, frame, and related structures, while also enhancing weather protection. This project involves extensive renovation and alteration work. Key specifications include asbestos and lead paint abatement, window caulking, and the installation of new windows, framing, and moisture-proofing materials. The project requires strict adherence to VA safety and security protocols, with detailed instructions for site access, badging, and photography restrictions. Contractors must provide detailed project schedules, demonstrating a concise plan to accomplish the work within a maximum of 540 days. The scope entails phasing and abatement work, including demolition, with specific instructions for protecting existing equipment and structures. Key dates include a site visit by appointment only and a strict deadline for submitting bids. The VA will evaluate proposals based on price, adherence to specifications, and the provided project schedule. Potential contractors should pay particular attention to the stringent security and access requirements, as well as the need for detailed cost loading and scheduling, to ensure a successful bid submission.
    The government aims to procure construction services for building projects in Columbia County, Florida, with a focus on ensuring compliance with wage regulations. The objective is to contract construction workers, including electricians, operators, ironworkers, and sheet metal workers, at prevailing wage rates determined by collective bargaining agreements or surveys. These rates are specified for each classification and range from $9.58 to $35.41 per hour. The work scope involves various tasks, from carpentry and plumbing to operating specialized cranes. The wage determination dates range from January 2024 to May 2024, with potential annual updates. Key dates include the publication date of 05/10/2024 and the requirement for submissions to be made by 01/05/2024. Contractors must adhere to Executive Orders 14026 and 13658, which mandate minimum wage requirements, annual adjustments, and paid sick leave. The evaluation of proposals will likely prioritize compliance with these orders and the accuracy of the submitted wage rates. This procurement seeks to balance labor costs and regulations, aiming to protect workers' wages while ensuring a fair contracting process.
    The procurement objective outlined in this file seeks to obtain a comprehensive range of construction-related services, encompassing general requirements, existing conditions assessments, and specialized construction tasks. The scope spans from concrete work and masonry to advanced systems like fire suppression, plumbing, HVAC, and communications. The government agency seeks a comprehensive breakdown of labor and material costs for each division, emphasizing transparency in pricing. The numerous divisions outlined indicate a complex procurement process, with each division likely requiring specific skills and materials. Vendors will need to provide detailed cost breakdowns, enabling a thorough evaluation of their proposals against the stated requirements. Although contract details and timelines are missing, the meticulous division of services suggests a substantial project value and a nuanced procurement procedure. This is further evidenced by the evaluation criteria, which will likely focus on the specificity of the services offered and their alignment with the detailed requirements outlined.
    The Past Performance Questionnaire (PPQ) gathers information on contractors' past experiences to assess their performance quality. It seeks details on projects' complexity, client roles, and ratings in areas like quality, schedule adherence, customer satisfaction, management, financial handling, and safety. The PPQ helps evaluate contractors' performance risk and is crucial in the VA's procurement process. Contractors must provide project details, while clients complete sections on their roles and the contractors' performance, using an adjective rating system. The information collected will play a significant role in evaluating contractor submissions for current and future VA solicitations. The PPQ aims to uncover strengths and weaknesses, ultimately guiding the selection of reliable and competent contractors for VA projects.
    Each government contract is required to have a past performance survey, which helps contracting officers evaluate a company's suitability for future contracts. The survey is quite detailed, spanning multiple pages and requiring specific information about the contractor's past projects. The first page focuses on contractor information, including company details, project titles, and government agency contacts. It also specifies the work performed, allowing companies to detail their specific roles and responsibilities. The second page requires a detailed description of the project's scope, emphasizing the relevance of the past experience to the current procurement. Additional project details are to be provided if necessary. Companies must also explain why the projects were chosen as relevant and describe any challenges encountered, along with the resolutions. The third page delves into the performance period, completion dates, and contract pricing, offering insight into the project's progression and any deviations from the initial plan. Finally, contractors must indicate whether any contracts were terminated and provide an explanation. Overall, these surveys are a comprehensive assessment of a company's past performance, aiding in the evaluation of their suitability and experience for future government contracts. The process ensures that contracting officers have access to essential information, enabling them to make informed decisions.
    The solicitation attachment requests consent from subcontractors or teaming partners to release their past performance information to the prime contractor. This consent form is required before the government can share subcontractor performance details with the prime during the source selection process. The focus here is on gathering relevant past performance data to assist in assessing the qualifications of subcontractors involved in responses to the solicitation.
    The focus of this procurement is on assessing potential contractors' safety performance and qualifications. Bidders are required to provide detailed information on their OSHA recordables, including man hours worked and cases involving work restrictions. They must also disclose any serious, willful, or repeat OSHA violations over the last three years and attach copies of their OSHA 300 and 300a forms. Additionally, contractors must supply their NAICS code, information about their safety program administrator, and insurance experience modification rates. This information will help the government evaluate the bidders' ability to adhere to safety standards and regulations, with a DART rate threshold indicating a company's safety performance and eligibility for the contract.
    The document details wage determinations related to construction projects in Columbia County, Florida, under the Davis-Bacon Act. It outlines the required minimum wage rates for various classifications of labor to be paid for work performed in 2024, along with the application of Executive Orders 14026 and 13658. Specifically, contracts awarded or renewed after January 30, 2022, must compensate workers at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay a minimum of $12.90, unless higher applicable rates are specified. Wage and fringe benefits for specific trades, including electricians, operators, and carpenters, are provided. The document also explains the appeal process for wage determinations and classifications not listed, emphasizing the need for compliance with federal guidelines. This file primarily serves as a reference for contractors engaging in federally funded construction projects, ensuring adherence to wage laws and protecting workers' rights in compliance with federal regulations. The overarching objective is to maintain fair wages and standards in the construction industry for government contracts.
    The document pertains to the Department of Veterans Affairs (VA), specifically the North Florida/South Georgia Veterans Health System. It appears to catalog a list of contacts relevant to a request for proposals (RFP) or project partnership opportunities. The individuals listed are associated with various companies, potentially indicating a network of contractors or service providers who may be involved in fulfilling VA service requirements. The contact information includes names, company affiliations, email addresses, and phone numbers, suggesting a collaborative approach to procurement and project implementation within the VA framework. Given the context of federal RFPs and grants, this document likely aims to streamline communication and facilitate partnerships among stakeholders in support of veterans' health services. The interconnected nature of these contacts points to a broader strategy to enhance service delivery to veterans through targeted collaboration and resource allocation. Overall, the focus is on creating an efficient network of service providers capable of addressing the comprehensive needs of the Veterans Health System.
    The document addresses the responses to a series of Requests for Information (RFIs) related to contract 36C24824R0135, focused on replacing windows and ensuring weather protection at specified VA facilities. It clarifies that the contract is set aside for small businesses. Key topics include the need for detailed specifications on window types, blast design calculations, and structural specifications for safety compliance. The document also discusses qualifications for personnel roles, including SSHO and QA/QC responsibilities, and the scope of work related to hazardous materials, indicating a lack of available reports on asbestos and lead. It emphasizes the need for coordination with the COR (Contracting Officer Representative) regarding work areas and scheduling. The responses address logistics, safety considerations, and the contractor's responsibilities during the project, exemplifying the complexities inherent in government contracts. The document underlines the VA's commitment to thorough regulations and safety standards in public works, aiming to provide clarity for contractors in their proposals and project execution.
    This document serves as an amendment to the solicitation for the project titled "Replace Windows and Weather Protection," under project number 573A4-18-605, issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8). The amendment extends the closing date for proposal submissions to August 29, 2024, and specifies the new point of contact for proposal inquiries as Calixte Saintil, reachable via email. All proposals must be submitted electronically by the Prime Offeror, categorized as Service-Disabled Veteran-Owned Small Business (SDVOSB), by the revised deadline. Additionally, the amendment includes Government responses to Requests for Information (RFIs), updates to the site visit roster, and revisions to wage determinations, referenced in attached documents. All offerors are required to acknowledge receipt of this amendment to ensure compliance with the updated terms. The overarching purpose is to facilitate transparency in the solicitation process, maintain clear communication with potential contractors, and ensure that all parties are informed of the new stipulations and deadlines for this federal contracting opportunity.
    This document pertains to the Department of Veterans Affairs, specifically the North Florida/South Georgia Veterans Health System, and appears to be related to a Request for Proposal (RFP) or grant focused on contracting services. The file lists a variety of individuals associated with different companies, likely vendors or service providers interested in an upcoming project. Key personnel and their contact details are prominently mentioned, emphasizing a network of potential collaborators. The context suggests a focus on securing qualified contractors to provide necessary services for the improvement of veteran healthcare facilities or programs. The document is structured informally with names and emails primarily, indicative of initial outreach or communication among interested participants rather than an official RFP announcement. Overall, it highlights the demand for collaboration among service providers within the framework of veteran's healthcare initiatives, aiming to enhance service delivery through competitive contracting.
    Similar Opportunities
    J059--Building 1 rear sliding glass door replacement Brooklyn VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of the rear sliding glass doors at Building 1 of the Brooklyn VA Medical Center. The project aims to address ongoing issues with the current doors, which have been deemed irreparable and are critical for accessibility, particularly for patients with mobility challenges. The contract is expected to be awarded as a firm-fixed price agreement, with a funding range between $25,000 and $100,000, and interested vendors must submit their quotes by 3:00 PM EST on October 15, 2024, following a site visit scheduled for October 8, 2024. For further inquiries, potential bidders can contact Contracting Officer Charlie Augustin at Charlie.Augustin@va.gov or by phone at 718-526-1000 X2298.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO5 - MATOC II project, which involves construction and maintenance services across various VA facilities in Maryland, Washington D.C., and West Virginia. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to address the construction and upgrade needs of veteran healthcare facilities, ensuring compliance with federal standards and safety protocols. Interested contractors must submit their proposals by October 21, 2024, with a guaranteed minimum contract amount of $2,500 and a maximum limit of $1,000,000 per task order. For further inquiries, potential bidders can contact Lisa M. Lake, the Contracting Officer, at lisa.lake2@va.gov or (304) 263-0811 ext 7617.
    Z--ESPC IDIQ (VA-19-00001743)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is opening a new round of applications for its Energy Savings Performance Contract (ESPC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, VA-19-00001743, seeking additional Service Disabled Veteran Owned Small Businesses (SDVOSBs) for potential inclusion. This opportunity focuses on enhancing energy efficiency in VA facilities. SDVOSBs interested in joining the IDIQ contract vehicle must submit proposals by the extended deadline of January 11th, 2022, adhering to the instructions detailed in Sections L and M of the RFP. The VA seeks to procure energy savings and related services from qualified ESCOs through this SDVOSB set-aside, aiming to add multiple new contractors to the existing IDIQ. Applicants must meet minimum qualifications and evaluation criteria while ensuring compliance with COVID-19 screening requirements. The VA's commitment to energy efficiency improvements drives this procurement process, with the department encouraging interested parties to carefully review the solicitation's amendments. Applicants should submit Volumes 1 to 3 as specified, acknowledging the amendments and adhering to the extended deadline. Key contacts for this opportunity are Nathan Pennington (nathan.pennington@va.gov) and Danielle Mills (Danielle.Mills@va.gov), and the funding amount is approximately $23 million.
    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. This procurement, identified by solicitation number 36C26324Q01120, is exclusively set aside for service-disabled veteran-owned small businesses (SDVOSB) and involves the replacement of 29 fire-rated doors and 3 non-rated doors, adhering to safety guidelines and fire ratings. The project is critical for maintaining safety standards within the facility and ensuring minimal disruption to patient care during the installation process. Interested contractors must submit their quotes via email to Contract Specialist Robert Bennett by 4:00 PM on October 11, 2024, with technical inquiries due by 1:00 PM on September 20, 2024. A site visit is scheduled for September 23, 2024, to allow potential bidders to inspect the project site.
    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.
    Z2NB--MAU Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 23, is seeking proposals for the MAU Replacement project, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement involves facilities support services, particularly focusing on the repair or alteration of heating and cooling plants, as indicated by the Product Service Code Z2NB and NAICS code 561210. The initiative underscores the government's commitment to engaging veteran-owned enterprises in fulfilling essential service needs. Interested parties must respond to the solicitation number 36C26324Q0547 by the specified deadline, and for further inquiries, they can contact Senior Contracting Officer Jesse M. Sweesy at Jesse.Sweesy@va.gov or by phone at 605-347-2511 x16724.
    Z2AA--FY25 NRM 459-21-101 | ACC Roof Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the ACC Roof Replacement project at the VA Pacific Islands Health Care System in Honolulu, HI. The project involves the removal and replacement of PVC roofing and insulation, including the reinstallation of parapet caps and the demolition of an existing door, with a completion deadline set for June 25, 2024. This initiative is crucial for maintaining the integrity and safety of healthcare facilities for veterans, ensuring compliance with safety standards and VA regulations throughout the construction process. Interested contractors should direct inquiries to Contract Specialist Jessica I Newman at Jessica.Newman2@va.gov, with proposals due by September 30, 2024.
    C1DZ--652-323 Improve Surgical Access (Construction) (VA-24-00021839)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction project titled "C1DZ--652-323 Improve Surgical Access" at the Richmond VA Medical Center in Virginia. The project aims to expand and modernize surgical operating facilities, including the construction of approximately 16,000 square feet to accommodate advanced operating rooms and support spaces, with an estimated cost between $10 million and $20 million. This initiative underscores the VA's commitment to enhancing healthcare infrastructure for veterans, ensuring compliance with federal regulations and labor standards, including adherence to the Davis-Bacon Act for wage determinations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals electronically by October 29, 2024, at 12:00 PM EDT, and are encouraged to attend a mandatory site visit on October 8, 2024. For further inquiries, bidders can contact Contract Specialist Arianne De Los Reyes at Arianne.DeLosReyes@va.gov or Jennifer L. Salerno-Diciuccio at jennifer.salerno-diciuccio@va.gov.
    Z1DZ--523A5-24-010 Expansion Joint Corrections
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the "523A5-24-010 Expansion Joint Corrections" project at the VA Medical Center in Brockton, MA. The project entails the removal of existing expansion joints and the installation of new epoxy expansion joints, along with necessary flooring repairs in designated tunnel areas. This initiative is crucial for maintaining the structural integrity and safety of the facility, reflecting the government's commitment to enhancing services for veterans while supporting veteran-owned businesses. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should note that the estimated construction cost ranges from $500,000 to $1 million, with a bid bond requirement of at least 20% of the bid price, not exceeding $3 million. The invitation for bids is expected to be issued around October 9, 2024, and all relevant documents can be accessed via the SAM.gov website. For further inquiries, potential bidders may contact Contract Specialist Scott Doucette at scott.doucette@va.gov or by phone at 978-833-6051.
    S299--Admin Building Window Cleaning
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for window cleaning services at its Administrative Building located in San Juan, Puerto Rico, under solicitation number 36C24824Q1579. The procurement aims to secure a contractor to provide comprehensive window cleaning services, including the cleaning of windows, concrete overhangs, and glass structures, with a total area of approximately 32,741 square feet, adhering to federal and VA regulations. This contract is crucial for maintaining the facility's upkeep and will be awarded as a Small Business Set-Aside, with a base period of one year and four optional renewal periods, emphasizing the importance of compliance and quality in service delivery. Interested vendors must submit their quotes by October 17, 2024, and direct any questions to Contracting Officer Wilfredo Perez at wilfredo.perez3@va.gov by October 10, 2024.