Z1DA--Lower Level Pharmacy Flooring Replacement IFB 553-25-500
ID: 36C25025B0023Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due May 6, 2025, 5:00 PM UTC
Description

The Department of Veterans Affairs is soliciting bids for the Lower-Level Pharmacy Flooring Replacement project at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide labor, materials, and supervision to complete the flooring installation, with an estimated construction cost between $100,000 and $250,000. The work is critical for maintaining safety and operational standards within the pharmacy, emphasizing compliance with federal regulations, including safety protocols and wage determinations under the Davis-Bacon Act. Interested contractors should contact Contract Specialist Angelo D. Vivio at Angelo.Vivio@va.gov for further details, and must ensure timely submission of bids and acknowledgment of amendments to remain eligible for consideration.

Point(s) of Contact
Angelo D VivioContract Specialist
Angelo.Vivio@va.gov
Files
Title
Posted
Apr 21, 2025, 7:06 PM UTC
The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for the Lower-Level Pharmacy Flooring Replacement at the John D. Dingell VA Medical Center in Detroit, MI. This project is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the requirement for all prospective contractors to furnish labor, materials, and supervision to complete the flooring installation and associated tasks within a specified timeframe. The approximate construction cost is between $100,000 and $250,000. Key requirements include adherence to Department of Labor wage determinations and submission of necessary documents such as bid guarantees and performance bonds. The submission process mandates that all offers be delivered in sealed bids and requires acknowledgment of amendments. Bidders must comply with environmental and safety regulations, ensuring minimal disruption during work hours. Additionally, the document specifies the importance of SAM registration and background investigations for contractor personnel. This solicitation highlights the VA's commitment to employing SDVOSBs while delivering critical construction services for veterans' healthcare facilities, ensuring compliance with federal contracting regulations and a focus on safety and quality work execution.
Mar 4, 2025, 4:06 PM UTC
The Department of Veterans Affairs is issuing a presolicitation notice for the Lower-Level Pharmacy Flooring Replacement project at the John D. Dingell VA Medical Center in Detroit, MI. The project, identified by solicitation number 36C25025B0023, is set to start on March 20, 2025, with a total estimated cost between $25,000 and $100,000. It is designated solely for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope includes removing existing flooring and installing a new troweled polyurethane mortar system to meet infection control requirements. Contractors are expected to handle associated repairs including patching and painting walls, relocating I.V. hoods, and thoroughly cleaning the site post-installation. The work area covers approximately 766 square feet, with an expected completion timeframe of 21 calendar days upon receiving the Notice to Proceed. Contractors interested in bidding are required to be registered with the Vendor Information Pages and must complete necessary representations via the System for Award Management (SAM). Communication with the contracting office is strictly through written inquiries. This presolicitation notice serves to inform potential bidders and does not constitute a request for offers.
Apr 21, 2025, 6:07 PM UTC
The document pertains to an amendment of a solicitation issued by the Department of Veterans Affairs, specifically the Ann Arbor Healthcare System. The stated purpose is to notify offerors and bidders about updates to solicitation number 36C25025B0023. The amendment addresses conditions and processes regarding the acknowledgment of receipt of the amendment. Offerors must acknowledge receipt to remain eligible, and they have several options for doing so, including returning copies of the amendment or referencing it in their submitted proposals. The modification is administrative, meant to clarify terms outlined in previous correspondence, ensuring compliance with the Federal Acquisition Regulation (FAR) guidelines. The document emphasizes the importance of timely acknowledgment to maintain fairness in the bidding process and outlines modification details without changing the substantive conditions of the solicitation.
Apr 21, 2025, 7:06 PM UTC
The document pertains to an amendment of a solicitation issued by the Department of Veterans Affairs, specifically the Ann Arbor Healthcare System. The stated purpose is to notify offerors and bidders about updates to solicitation number 36C25025B0023. The amendment addresses conditions and processes regarding the acknowledgment of receipt of the amendment. Offerors must acknowledge receipt to remain eligible, and they have several options for doing so, including returning copies of the amendment or referencing it in their submitted proposals. The modification is administrative, meant to clarify terms outlined in previous correspondence, ensuring compliance with the Federal Acquisition Regulation (FAR) guidelines. The document emphasizes the importance of timely acknowledgment to maintain fairness in the bidding process and outlines modification details without changing the substantive conditions of the solicitation.
Apr 21, 2025, 7:06 PM UTC
The document outlines the layout and specifications for various controlled and hazardous areas within a construction project related to a pharmacy. It identifies specific rooms and areas, such as the clean room, pharmacy storage, and hazardous buffer areas, denoting each with specific designations (e.g., LL101, LL102). The project encompasses temporary construction barriers to manage access and safety during ongoing modifications. Notably, the design includes details about space allocations and construction requirements meant to comply with safety and operational standards within a pharmaceutical context. This detailed instructional layout serves to guide contractor compliance with federal regulations and enhance safety measures in handling hazardous and non-hazardous materials during the build-out of the pharmacy facilities.
Apr 21, 2025, 6:07 PM UTC
The document addresses questions pertaining to a construction project involving the installation of Stonhard flooring systems and related tasks within a VA facility. It specifies that while Stonhard is the primary product specified, equivalent alternatives may be accepted provided they meet the same characteristics and are installed by certified professionals. Key project elements include painting standards, storage for equipment, and responsibility for disconnecting IV hoods, which fall to the General Contractor (GC). Clarifications on bid deadlines confirm proposals are due by May 6, 2025. The scope includes epoxy paint for walls and ceilings, stringent certification processes for IV hoods, and adherence to Class IV infection control requirements. Additionally, a warranty submission is mandated with bids. This document is pivotal to ensure all contractors are on the same page regarding specifications and responsibilities, streamlining project execution while adhering to VA safety and compliance standards.
Apr 21, 2025, 7:06 PM UTC
The Pre-Award Contractor Experience Modification Rate (EMR) Form seeks essential safety and health performance data from potential contractors in relation to Solicitation 36C25025B0023. This information is crucial for determining a contractor's responsibility, per FAR guidelines, which require an assessment of an organization’s experience, operational controls, and safety programs. Contractors must provide data from the past three years, including the number of man hours, workplace incidents, and OSHA violations, while also submitting relevant documentation such as OSHA 300 forms and a letter from their insurance carrier stating the current EMR rate. Additionally, contractors are expected to report their NAICS code and identify the individual responsible for their Safety and Health Program. This form underscores the importance of a demonstrated commitment to safety standards in federal procurement processes, ensuring accountability and risk management among awardees.
Apr 21, 2025, 7:06 PM UTC
The document is a Request for Information (RFI) associated with the solicitation number 36C25025B0023 for a project titled "Lower-Level Pharmacy Flooring Replacement" at the John D. Dingell VA Medical Center in Detroit, Michigan. It emphasizes the importance of contractors thoroughly reviewing the solicitation and related documents before submitting questions or requests for clarification. Such inquiries must reference specific sections or drawings to ensure timely responses from the Government. The document addresses contracting specialists, Willona Harris and Angelo Vivio, providing their contact information for further communication. The RFI outlines a structured format for contractors to list their questions and awaits responses, underscoring the procedural expectations for engagement. This RFI serves as a preliminary step in the procurement process, aiming to enhance communication and ensure clarity regarding project specifications and requirements.
Apr 21, 2025, 7:06 PM UTC
The document outlines the wage determination for construction projects in Wayne County, Michigan, under the Davis-Bacon Act. Contracts effective on or after January 30, 2022, require minimum wages of at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, mandate a minimum of $13.30 per hour, depending on the contract's renewal date. The wage determination specifies classifications and wage rates for various construction trades, with additional fringe benefits noted. Workers must receive paid sick leave per Executive Order 13706. The document includes a detailed breakdown of rates for skilled trades such as electricians, plumbers, and carpenters, alongside their respective fringe benefits. It highlights the process for appealing wage determinations and addresses the applicability of executive orders regarding minimum wage updates and classifications. This file is crucial for contractors to ensure compliance and fair compensation for workers involved in federal projects requiring adherence to established labor standards.
Apr 21, 2025, 7:06 PM UTC
The document outlines the agenda for a pre-bid site visit regarding the Lower-Level Pharmacy Flooring Replacement project at the Ann Arbor VA Medical Center, with an estimated cost between $100,000 and $250,000. It emphasizes the importance of Small Business Administration verification for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring all bidders to maintain current certification throughout the bidding process. Key details include submission deadlines, bid opening location, construction wage requirements, and the applicability of the Buy American Act. Questions from prospective bidders must be submitted in writing to the contracting specialists, with responses to be released in subsequent amendments. Attendees will receive a firsthand look at the project site, essential to understanding the work scope and its associated challenges. This meeting plays a crucial role in ensuring informed bids and compliance with federal regulations, as well as fostering participation from veteran-owned businesses.
Apr 21, 2025, 7:06 PM UTC
Apr 21, 2025, 7:06 PM UTC
The document outlines critical requirements and protocols for a construction project aimed at replacing the flooring in the lower-level pharmacy of a VA facility. It includes safety, security, environmental protection, and architectural alterations. Key tasks for the contractor encompass site preparation, demolition, coordination of submittals, and adherence to strict safety standards, including submitting detailed plans for construction activities, equipment, and operational management. Contractors must develop a comprehensive warranty management plan, conduct inspections, and ensure protection of existing structures and equipment during work. Emphasis is placed on infection control measures during construction to safeguard patients and staff, alongside robust reporting protocols for any mishaps or safety issues that arise. The document stresses the importance of preconstruction surveys, coordination of work methods, and maintaining operational functionality throughout the construction phase. Regulatory compliance with OSHA and other local standards is required, ensuring safety measures are followed diligently and thoroughly monitored. Overall, these guidelines illustrate the VA's commitment to delivering a safe and effective construction process while enhancing healthcare facilities.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Z2LB--553-305 Fisher House Minor Construction Site Prep - Detroit, MI
Buyer not available
The Department of Veterans Affairs is seeking proposals for the Fisher House Minor Construction Site Preparation project located in Detroit, Michigan. This project involves comprehensive site preparation, including the removal and replacement of damaged sidewalks, curbing, catch basins, and landscaping enhancements along Bethune Street, with a contract value estimated between $100,000 and $250,000. The initiative is crucial for improving facilities that serve veterans and their families, ensuring compliance with local regulations and environmental standards throughout the construction process. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their proposals via email, adhering to the specified format and deadlines, and are encouraged to contact Contract Specialist Emil D Reyes at emil.reyes@va.gov for further information.
Z2LB--Fisher House Site Preparation, Minor Construction Project
Buyer not available
The Department of Veterans Affairs is seeking proposals for the Fisher House Site Preparation, a minor construction project located in Detroit, Michigan. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, and project management to complete site preparation, including the removal and replacement of sidewalks, curbs, and landscaping, in accordance with detailed specifications and drawings. The total project budget is estimated between $100,000 and $250,000, with a completion timeline of 45 calendar days post-award. Interested contractors should contact Emil Reyes at Emil.Reyes@va.gov or call 216-447-8300 for further details and must submit their proposals electronically by the specified deadline.
Vinyl Flooring Material
Buyer not available
The Department of Veterans Affairs is seeking bids for vinyl flooring materials under solicitation number 36C26225Q0744, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement includes specific Mannington Commercial products, such as luxury vinyl tiles and thermoplastic rubber base materials, which must meet established performance and safety standards, including non-toxic materials and moisture resistance. This initiative is crucial for enhancing flooring within the VA Greater Los Angeles Healthcare System, ensuring high-quality standards for healthcare facility upgrades. Interested vendors must submit their proposals by April 28, 2025, and direct any questions to Melissa Ramirez at Melissa.Ramirez8@va.gov, while ensuring compliance with all outlined requirements and registration in the System for Award Management (SAM).
Y1DA--512-23-108 - Renovate C-Segregated Compounding Area for Hazardous Compounding (CON)
Buyer not available
The Department of Veterans Affairs is soliciting bids for the renovation of the C-Segregated Compounding Area for Hazardous Compounding at the Baltimore VA Medical Center, identified by project number 512-23-108. The project involves comprehensive renovations, including structural, architectural, mechanical, plumbing, and electrical work, aimed at ensuring compliance with healthcare standards while minimizing disruptions to ongoing hospital operations. This initiative is crucial for enhancing the VA's infrastructure, particularly in maintaining safety and operational continuity for vulnerable patient populations during construction. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by May 6, 2025, with a project completion timeline of 180 days following the Notice to Proceed. For further inquiries, contact Lisa Lake at lisa.lake2@va.gov or (304) 263-0811 ext 7617.
Y1DA--Renovate Radiology Floors |658-25-103
Buyer not available
The Department of Veterans Affairs is soliciting bids for the renovation of radiology floors at the Salem VA Medical Center, with a project budget estimated between $500,000 and $1,000,000. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), which are required to perform at least 25% of the work using their own labor force, and includes critical tasks such as asbestos abatement and significant alterations to flooring and wall surfaces while ensuring the facility remains operational. The project emphasizes compliance with federal regulations, safety protocols, and the necessity for contractors to register with the System for Award Management (SAM), with a pre-bid conference scheduled for May 7, 2025, and bids due by June 6, 2025. Interested parties can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov for further information.
Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of public restrooms at the W.J.B. Dorn VA Medical Center, aimed at improving patient safety and facility functionality. The project involves comprehensive upgrades, including modifications to plumbing fixtures, lighting, and finishes across multiple floors, with a focus on compliance with safety and accessibility standards. This renovation is critical for enhancing the overall patient experience and ensuring adherence to current health regulations. Interested contractors, particularly Service Disabled Veteran-Owned Small Businesses (SDVOSB), must submit sealed bids by May 2, 2025, at 12 PM EDT, and can direct inquiries to Contract Specialist Pamela R. Moffitt at pamela.moffitt@va.gov. The estimated contract value ranges between $1 million and $5 million.
Z1DA--Renovate Audiology 515-23-101
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the renovation of the Audiology department at the Battle Creek VA Medical Center, designated as Project 515-23-101. This project aims to engage a contractor to provide all necessary resources, including labor and materials, for the renovation of approximately 6,045 square feet across two buildings, with a total contract budget estimated between $5 million and $10 million and a completion timeline of 500 calendar days post-award. The renovation is crucial for enhancing audiology services and ensuring compliance with federal standards, particularly for facilities serving veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their proposals by May 6, 2025, and can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov.
Z1DA--Battle Creek JOC IDIQ 515-24-500
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the Indefinite Delivery/Indefinite Quantity (IDIQ) Job Order Contract titled "Battle Creek JOC IDIQ 515-24-500," aimed at providing general construction services at the Battle Creek VA Medical Center in Michigan. This opportunity is specifically available for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 236220, with project values ranging from $2,000 to $750,000 over a five-year period. The contract emphasizes compliance with safety standards, including the development of an Accident Prevention Plan and adherence to OSHA regulations, reflecting the government's commitment to safety and regulatory compliance in federally-funded projects. Interested contractors must submit their proposals electronically by April 30, 2025, and can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov.
Z2DZ--PROJECT 675-23-103, Bid-Build (BB) Update Lake Nona Canteen
Buyer not available
The Department of Veterans Affairs is soliciting bids for the "Update Lake Nona Canteen" project at the Orlando VA Healthcare System, which involves extensive renovations and repairs to enhance the facility's canteen services. The project includes replacing flooring, addressing water damage, and reconfiguring kitchen spaces, with an estimated construction cost ranging from $1 million to $5 million, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This initiative is crucial for improving the infrastructure of veteran healthcare facilities while ensuring compliance with safety and labor standards. Proposals are due by May 12, 2025, with a site visit scheduled for April 14, 2025; interested contractors should contact Contract Specialist Michael C. Zorzi at Michael.Zorzi@va.gov for further details.
Z2DA--CON Project #667-25-188 Abate Floor Mastic, Bldg 1 & Bldg 33
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the abatement of floor mastic in Buildings 1 and 33 at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The project involves the removal and proper disposal of asbestos-containing materials, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict safety and regulatory standards. This initiative is crucial for maintaining a safe healthcare environment and minimizing disruption to patient care, with an estimated construction cost ranging from $250,000 to $500,000. Interested contractors must submit their proposals electronically by May 19, 2025, following a site visit scheduled for April 25, 2025, and are encouraged to contact Contracts Specialist Keith Mainous at keith.mainous@va.gov for further information.