Y1DA--Bldgs. 135 and 143 sidewalk replacement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
5. PROJECT NUMBER (if applicable)
CODE
7. ADMINISTERED BY
2. AMENDMENT/MODIFICATION NUMBER
CODE
6. ISSUED BY
8. NAME AND ADDRESS OF CONTRACTOR
4. REQUISITION/PURCHASE REQ. NUMBER
3. EFFECTIVE DATE
9A. AMENDMENT OF SOLICITATION NUMBER
9B. DATED
PAGE OF PAGES
10A. MODIFICATION OF CONTRACT/ORDER NUMBER
10B. DATED
BPA NO.
1. CONTRACT ID CODE
FACILITY CODE
CODE
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers
E. IMPORTANT:
is extended,
(a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the
offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR
ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY
is not extended.
12. ACCOUNTING AND APPROPRIATION DATA
(REV. 11/2016)
is required to sign this document and return ___________ copies to the issuing office.
is not,
A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.
15C. DATE SIGNED
B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES
SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter
or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to
the opening hour and date specified.
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D. OTHER
Contractor
16C. DATE SIGNED
14. DESCRIPTION OF AMENDMENT/MODIFICATION
16B. UNITED STATES OF AMERICA
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER
16A. NAME AND TITLE OF CONTRACTING OFFICER
15B. CONTRACTOR/OFFEROR
STANDARD FORM 30
PREVIOUS EDITION NOT USABLE
Prescribed by GSA - FAR (48 CFR) 53.243
(Type or print)
(Type or print)
(Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
(Number, street, county, State and ZIP Code)
(If other than Item 6)
(Specify type of modification and authority)
(such as changes in paying office, appropriation date, etc.)
(If required)
(SEE ITEM 11)
(SEE ITEM 13)
(X)
CHECK
ONE
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
(Signature of person authorized to sign)
(Signature of Contracting Officer)
1
4
0001
561-26-1-5101-0001
N/A
36C242
Department of Veterans Affairs
Samuel S. Stratton VA Medical Center
113 Holland Avenue
Albany NY 12208-3410
36C242
Department of Veterans Affairs
Samuel S. Stratton VA Medical Center
Network Contracting Activity
113 Holland Avenue
Albany NY 12208-3410
To all Offerors/Bidders
36C24225R0109
10-08-2025
X
X
X
1
x
1
Amendment 0001 to RFP 36C24225R0109 Replace Sidewalks for bldgs. 135 & 143 at the Lyons Campus of the NJHCS.
THE PURPOSE OF THIS AMENDMENT IS TO POST RFI QUESTIONS AND ANSWERS WITH SUPPORTING DOCUMENTATION.
PLEASE SEE THE ATTACHED CONTINUATION PAGES.
DANIEL BARONE
SENIOR CONTRACTING OFFICER
Page 2 of 5
AMENDMENT 0001 TO SOLICITATION 36C24225R0109 PROJECT replace the sidewalks for buildings 135 & 143, VA NJHCS.
The proposal due date for the subject solicitation remains Wednesday, October 22, 2025, at 12:00pm EST.
ALL proposal shall be emailed to Scott Nussbaum, Administrative Contracting Officer, at Scott.Nussbaum@va.gov prior to the proposal due date.
Please see the attached Technical Questions and Answers dated 10/20/2025.
All other terms and conditions of this solicitation under VA Solicitation 36C24225R0109 remains unchanged.
Page 5 of 5
Sidewalk replacement RFIs and answers:
Is there / will there be a designated location to drop the bin per sidewalk location? Designated by the COR
Should we make the sidewalk surface smooth or sweep the finishing? Surface SweepÂ
What are the hours of operation to conduct work on the sidewalks? 0700-1630
Can work be conducted on the weekends and during holidays? No Weekends or Holidays
Approved / recommended fence of preference? Chain-link
When is this project's approximate start date? Within 10 days of the Notice to Proceed.
Will we be allowed to keep equipment on site? Yes We will find a spot for it
Will there be permits & inspections? Yes for inspection
Is the entire 1,500 sq. ft. area identified for removal and replacement, or will the extent be verified on-site based on condition? YES marked in Yellow Paint
Are there drawings or marked site plans identifying the exact sections of sidewalks for demolition and replacement? None available at this time.
Just to confirm it is three locations one section in front of building 135 and two sections behind bldg. 143 Per walk through
Behind bldg. 143 is it acceptable to sawcut this area and reinstall the pavers? If it is flush to the ADA warning pads? This was briefly mentioned during the site visit. Yes is red
The SOW specifies 4000 PSI concrete and #4 rebar can the contractor use welded wire mesh instead of rebar where appropriate? # 6 gauge welded wire mesh is acceptable.
Are control joints and expansion joints required? If so, at what spacing? Control joints should be 1.25
Is geotextile fabric required under the gravel base? NO
Is the specified overnight cure acceptable with curing blankets, or is a specific curing compound required? Yes
Are there any known drainage issues or required corrections in the project area? NO
Will on-site storage/staging for materials and dumpsters be permitted near Buildings 135 and 143? Designated by the COR
Are there restricted hours for construction activity or material deliveries? Hours of operation to conduct work on the sidewalks is 0700-1630
The SOW requires security fencing. Please confirm required height and type (e.g., chain link, orange safety, safety mesh fencing etc.). Chain link, 6
Are there known underground utilities (water, electrical, communication) near the work area? The GC would have to check
Will VA provide utility locates prior to excavation? YES
The SOW allows 10 calendar days from NTP. Does this include cure time, or is cure time considered outside the 10 days? The contractor has 10 calendar days from the NTP to start working.
Will VA accommodate weather delays (e.g., excessive rain, freezing temps) through time extensions? Unknowns will be handled as they arise.
What are the standard work hours at the Lyons campus? Answered above.
Will weekend or after-hours work be permitted to meet the 10-day period? Answered above.
Are material submittals limited to concrete mix design and rebar certifications, or are additional documents (e.g., safety plan, work schedule, QC plan) required? Yes
Who will be the on-site COR responsible for daily inspections and receiving reports? Michael Weaver
What documentation is required for final acceptance? daily reports, photos, curing logs
The solicitation requests a cost breakdown does VA require a specific format or SF 1442 continuation sheet? Or SF 1449? SF 1442
Will technical capability be evaluated based solely on the 5-page capability statement, or should resumes and project references be included separately? Evaluations will be determined IAW FAR Subpart 13.106-1 (a) (2). The Government shall award this procurement on the basis of technical capability, price and past performance. Please provide a maximum 5-page capability statement that indicates the vendor has trained personnel and experience with the same or similar work.
Is there any past performance requirement for this solicitation? See answer above.