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
    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
    Willona A HarrisContract Specialist
    Willona.Harris@va.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    Y1DZ--NRM-CONST 526-22-115 - UPGRADE OR & PHARMACY DUMBWAITERS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Upgrade OR & Pharmacy Dumbwaiters project at the James J. Peters VA Medical Center in Bronx, New York. This project, designated as Project Number 526-22-115, involves the complete replacement of existing dumbwaiters in Building 100, requiring contractors to furnish all necessary supervision, labor, equipment, and materials while adhering to applicable codes and VA directives. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction value between $1,000,000 and $2,000,000, with a completion timeline of 270 calendar days from the Notice to Proceed. Interested bidders must submit their proposals electronically to the Contracting Officer, Akkil Kurian, at Akkil.Kurian@va.gov by January 21, 2026, at 11:00 AM EST, as no hand-carried or mailed bids will be accepted.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    J056--ACC Pharmacy Preparation and Demolition Project # 459-26-003
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Pacific Islands Health Care System, is seeking qualified contractors for the "ACC Pharmacy Preparation and Demolition Project 459-26-003." This project entails the demolition of existing structures, replacement of flooring, and the relocation and installation of utilities in the prescription preparation area to accommodate new equipment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated value between $250,000 and $500,000. Interested contractors must be registered in the System for Award Management (SAM) and verified as SDVOSB to be eligible for award. The solicitation is expected to be released around mid-late December 2025, and inquiries can be directed to Contract Specialist Christopher Aguon at christopher.aguon@va.gov.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project located at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project is crucial for enhancing the data management capabilities of the VA, with an estimated cost between $5,000,000 and $10,000,000. Interested bidders must submit their proposals electronically by January 8, 2026, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.