Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2025 SAM #8654
SOLICITATION NOTICE

Z -- 623-23-121 Reroof portions of various Bldgs (53.24.1E) Construction (VA-26-00004686)

Notice Date
8/4/2025 7:57:36 AM
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25925R0097
 
Response Due
8/15/2025 8:00:00 AM
 
Archive Date
11/22/2025
 
Point of Contact
Angela Waalkes, Contracting Officer, Phone: 303-712-5781
 
E-Mail Address
angela.waalkes@va.gov
(angela.waalkes@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
THIS IS A PRESOLICIATION NOTICE A REQUEST FOR PROPOSAL WILL BE POSTED ON OR ABOUT August 15, 2025 (i.e., estimated). Re-Roof Portions of Various BLDGs (53, 24, 1-E) Pt 4; 623-23-121, at the Jack C. Montgomery VA Medical Center in Muskogee, OK 36C25925R0097 The Department of Veteran Affairs has a requirement for a Contractor provide all required labor, material, equipment, and site investigations to perform partial reroofing construction on buildings 24, a portion of Building 1-E Wing that connects to Building 24 and Building 1-C Wing, two lower roofs on Building 53 and Building 24 stairwell. This degradation has led to unwanted water leaking into the facility. The Contractor shall provide acceptable electronic services for submittal and document exchange for both design and construction, i.e. Submittal Exchange . Work includes construction period services, site visits, and acceptance inspections by a qualified inspector. Construction includes the following items: Firms shall be properly licensed and bonded to perform general contracting work in the State of Oklahoma or have equivalent licensing and be approved for such work by the Veteran s Administration. This project will require the removal and replacement of existing roof systems which shall include: re-roof with new TPO roof system; replace all perimeter and penetration flashings; remove all unnecessary penetrations; replace all roof drain hardware, rings, gutters, and downspouts; lightening protection system on building 53, 24, and 1E shall have the aggregate, roofing membrane, and insulation removed down to the roofing deck. New insulation of R-33, high-density coverboard, and TPO membrane will be installed in all locations. The concrete roof decks will receive a vapor barrier bellow the insulation, and the metal decks will have a substrate board to cover the fluted deck. Building 24 and 1E shall have multiple opening in the concrete roof patched. Multiple vent fans and exhaust fans shall be replaced. The contractor shall store all material offsite and only bring in up to 3 days worth of material on site. A crane shall NOT be allowed on bldgs. 24, 1E, and 53 due to being 24-hour operations and not being able to shut down. Approximate areas: BLDG 24 - 3340 ft2 BLDG 24 Corridor - 1350 ft2 BLDG 52 Outdoor Pavilion - 1750 ft2 BLDG 53 Above ER - 1400 ft2 Building 54 has been pulled out of the construction and is not part of the project. It is to be documented in the construction documents that the prime construction contractor shall provide engineering and technical support, all manuals, wiring diagrams, and tools necessary for adjusting, maintaining, repairing, and testing of equipment for use by VA engineering staff or VA s designated Maintenance Provider. The above requirements for design will also apply to construction and shall be in accordance with ADA, OSHA, and NFPA requirements. It is to be documented in the construction documents that the prime construction contractor shall provide engineering and technical support, all manuals, wiring diagrams, and tools necessary for adjusting, maintaining, repairing, and testing of equipment for use by VA Engineering staff or VA s designated Maintenance Provider. Construction Prime Contractor shall provide one year of maintenance and inspection service following beneficial use as specified and required within the specifications of this project. The space conditions and the execution of this project shall proceed with minor interference to the operation of the medical center and shall comply with all requirements for infection control, utility interruptions, fire protection, and all other safety requirements of the contract. The NAICS code for this procurement is 238160 with a small business size standard of $19M. The magnitude of this project is between $1,000,000.00 and $2,000,000.00. This project will be 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, as stated below. The POC for this project will be Angela Waalkes and she can be contacted by email at angela.waalkes@va.gov Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veterans Affairs Center for Verification and Evaluation (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control enough to establish appropriate status. Offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs CVE at the time of offer submission. Failure to be both VERIFIED by CVE and VISIBLE on SBA s VetBiz at the time of offer submission and contract award, will result in the offeror s proposal being deemed non-compliant. All offerors are urged to contact the CVE and submit the required documents to obtain CVE verification of their SDVOSB status if they have not already done so.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f263612fe27943f090ab0326b53caf6e/view)
 
Place of Performance
Address: Department of Veterans Affairs Jack C. Montgomery VA Medical Center 1101 Honor Heights Dr., Muskogee, OK 74401, USA
Zip Code: 74401
Country: USA
 
Record
SN07535082-F 20250806/250804230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.