Y1DZ--Renovate Pre-Engineered Metal Building 115 Project 671A4-22-109
ID: 36C25725R0051Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER HOSPITAL BUILDINGS (Y1DZ)
Timeline
    Description

    The Department of Veterans Affairs is seeking a qualified contractor for the renovation of Pre-Engineered Metal Building 115 at the Kerrville VA Medical Center, identified as Project No. 671A4-22-109. The project involves extensive repairs and upgrades following fire damage, including selective demolition, replacement of fire-rated walls, installation of new metal siding and roofing, and upgrades to electrical and fire protection systems. This renovation is crucial for restoring the facility's functionality and ensuring compliance with safety and operational standards. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals electronically by August 5, 2025, with a total performance period of 300 calendar days. For further inquiries, contact Contract Specialist Tailor E. Brown at Tailor.Brown2@va.gov.

    Point(s) of Contact
    Tailor E BrownContract Specialist
    Tailor.Brown2@va.gov
    Files
    Title
    Posted
    Amendment 0008 to solicitation 36C25725R0051, issued by the Department of Veterans Affairs, Network Contracting Office 17, formally cancels the solicitation. The effective cancellation date is November 21, 2025. This action is administered by the same contracting office in San Antonio, TX. The amendment was signed by Rhonda Richardson, Contracting Officer, on November 25, 2025. All other terms and conditions of the original document remain unchanged. This document serves as an official notification to all offerors/bidders regarding the cancellation of the solicitation.
    The government issued a Request for Proposal (RFP) from the Department of Veterans Affairs for renovations on a Pre-Engineered Metal Building 115 in Kerrville, Texas. The contractor is required to provide all labor, supervision, materials, and equipment in accordance with the defined Statement of Work, with a construction magnitude estimated between $250,000 and $500,000. This RFP is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Performance and payment bonds are mandatory, and potential bidders must submit their proposals electronically by July 8, 2025. A site visit is scheduled for June 12, 2025, with a deadline for Requests for Information (RFIs) set for June 24, 2025. The evaluation of proposals will focus primarily on past performance, which must be relevant to the solicitation requirements. Price will also be considered, but to a lesser extent. Offerors must adhere to several regulations and requirements detailed in the solicitation, including submission formats and necessary certifications. The ultimate aim is to ensure that the award reflects the best value for the government while supporting SDVOSB participation in federal contracting opportunities.
    The Department of Veterans Affairs has issued a presolicitation notice for the renovation of Pre-Engineered Metal Building 115 at the Kerrville VA Medical Center, following fire damage. The project, estimated between $250,000 and $500,000, is set-aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must provide all necessary labor, materials, and equipment in compliance with a Statement of Work that will be provided once the Request for Proposal (RFP) is issued around May 13, 2025. The procurement falls under NAICS code 236220, with a small business size standard of $45 million. Contractors must be both VERIFIED by the Department of Veterans Affairs Center for Verification and Evaluation and visible on the VetCert platform prior to submitting an offer; failure to do so will result in proposal disqualification. For inquiries, Tailor Brown serves as the point of contact via email and phone. This notice emphasizes the VA’s initiative to support veteran-owned contractors while ensuring adherence to quality and procedural standards in construction services.
    The South Texas Veterans Health Care System uses a Construction and Demolition Waste Recycling Form to track and report debris generated, disposal costs, and recycled materials. This form details the total pounds of construction and demolition debris generated and recycled, with a specific breakdown of recycled materials into categories such as wood, steel, cast iron, tin, aluminum, copper, and lead. It also requires the total cost associated with debris disposal. This document is likely used for environmental reporting, compliance with recycling mandates, or to inform future waste management strategies within federal government projects, specifically related to healthcare system infrastructure.
    The South Texas Veterans Health Care System outlines a Construction and Demolition Waste Recycling Form that mandates detailed reporting on waste management practices related to construction activities. The form requires completion of several data points, including the total weight of debris generated, disposal costs, and the total weight that has been recycled. Further aggregation of the recycled materials is required, breaking it down by specific types such as wood, steel, cast iron, tin, aluminum, copper, and lead. This structured approach emphasizes the importance of tracking recycling efforts and waste management in construction activities, aligning with sustainability goals and regulatory requirements. The document serves as a tool for ensuring accountability and compliance in waste disposal, reflecting the government's initiative in promoting eco-friendly practices in federal contracting and grant activities.
    The Department of Veterans Affairs (VA) is seeking a general contractor for Project No. 671A4-22-109, "Renovate Building 115" at the VA Medical Center in Kerrville, TX. The project involves renovating a fire-damaged building, including selective demolition, repairs, replacements, new equipment installation, and extensive cleanup. Key tasks include removing damaged items, replacing metal siding and roofing, installing new roll-up doors, applying epoxy flooring, and upgrading electrical, lighting, plumbing, natural gas, and fire protection systems. The VA will perform some work in-house or through separate contracts, requiring close coordination from the selected contractor. The total performance period is 300 calendar days, with specific deadlines for security badging, pre-construction submittals, and construction. Contractors must adhere to strict safety, security, and quality standards, including OSHA regulations, VA training, and site access protocols. Deliverables include performance bonds, insurance, safety and quality control plans, O&M manuals, and as-built drawings.
    The Statement of Work (SOW) for Project No. 671A4-22-109 outlines the renovation of Building 115 at the VA Medical Center in Kerrville, TX, which was extensively damaged by fire. The project requires a general contractor to provide all labor, materials, and services for selective demolition, repairs, replacements, new equipment installation, debris removal, minimal site utilities work, and extensive cleanup. Key tasks include removing damaged items, replacing metal siding and roofing panels, installing new roll-up garage doors, applying epoxy floor coating, and replacing damaged electrical, lighting, domestic water, natural gas, and fire protection systems. The VA will perform some salvage and painting tasks. The total performance period is 300 calendar days, including 60 days for security and badging, 60 days for pre-construction submittals and review, and 240 days for construction. Contractors must adhere to strict safety, quality, and coordination requirements, including specific training, badging, and reporting protocols, with all costs included in the base bid.
    The Statement of Work (SOW) outlines the renovation of Building 115 at the Kerrville VA Medical Center, which was damaged by fire in 2018. The project, titled "Renovate Building 115," is not a full replacement but focuses on selective demolition, repairs, replacements, and new installations. Key aspects include removing damaged items, pressure washing, replacing fire-rated gypsum walls, installing new metal siding and roofing, replacing coiling garage doors, applying epoxy floor coating, upgrading electrical and fire protection systems, and rerouting natural gas piping. Some electrical and painting work will be performed by VA personnel. Contractors are required to conduct a pre-bid site visit, adhere to VA standards and all applicable federal, state, and local laws, and submit preconstruction submittals within 30 days of contract award. The total performance period is 300 calendar days, with 60 days for security and badging and pre-construction submittals, and 240 days for construction. Strict safety, security, and waste management protocols are in place.
    This Statement of Work (SOW) outlines the renovation of Building 115 at the Kerrville VA Medical Center, necessitated by extensive fire damage. The project, identified as No. 671A4-22-109, requires a general contractor to provide all labor, materials, and services for selective demolition, repairs, replacement of systems, and extensive cleanup. Key tasks include removing damaged interior and exterior items, demolishing a containment room, replacing siding and roofing, installing new roll-up garage doors, applying epoxy flooring, and upgrading electrical, lighting, and natural gas systems. The VA will perform some work in-house, such as relocating salvageable items and certain electrical and fire protection system replacements. The contractor must adhere to all federal, state, and local codes, VA standards, and safety regulations, including OSHA and infection control training. The total performance period is 300 calendar days, with specific timelines for security badging, pre-construction submittals, and construction. Deliverables include performance bonds, insurance, safety plans, O&M manuals, and as-built drawings. The contractor is responsible for site coordination, waste disposal, and a one-year warranty on all work.
    This government file outlines a Request for Proposals (RFP) for unspecified services, detailing the general terms, conditions, and requirements for potential bidders. The document includes sections on general information, specific requirements, and administrative procedures. Key areas covered involve defining the scope of work, outlining technical specifications, and presenting evaluation criteria. It also provides guidance on proposal submission, contractual obligations, and compliance standards. The file emphasizes adherence to federal, state, and local regulations, ensuring that all proposals meet the required legal and operational frameworks. The overall purpose is to solicit comprehensive bids from qualified entities, facilitating a competitive selection process to acquire the necessary services while maintaining transparency and fairness.
    The VHA Pre-Construction Risk Assessment (PCRA) template (VHA-PCRA-2024-1.1) provides minimum requirements for categorizing activity types and safety risks in construction, renovation, and maintenance work. It ensures precautions prevent impacts on patients, employees, and contractors. The template must be used with the VHA Infection Control Risk Assessment (ICRA) if infection risks are present. The document details control measures for different activity types: Inspection/Upkeep, Small-scale Construction/Renovation, and Large-scale Construction/Renovation. Each type has specific control measures, with higher activity types incorporating those from lower types. The PCRA also requires an Affected Adjacent Area Assessment to coordinate with surrounding areas and minimize disruption. A fillable permit form is included for posting at the activity site, outlining project details and required control measures. The example provided is for the "Project 671A4-22-109 Renovate Building 115," categorized as large-scale construction, involving renovation of a fire-damaged building. It explicitly states an ICRA is not required due to the project's distance from the hospital and outdoor location, with specific dust control and barrier measures in place.
    O'Brien Engineering, Inc. is spearheading the reconstruction of Building 115 at the Kerrville VA Medical Center, a 3,530 SF, one-story facility with a mezzanine. This project, identified by contract number 36C25720D0060 and project number 671A4-22-109, involves comprehensive architectural, structural, mechanical, plumbing, electrical, and fire protection engineering. The building is classified as Group U (Utility and Miscellaneous) with Type II-A construction, and will be fully sprinklered. The project adheres to stringent codes including the 2021 International Building Code, 2018 NFPA 101 Life Safety Code, and various VA-specific accessibility and design standards. Key aspects include detailed plans for egress, accessibility, and plumbing fixtures. The design emphasizes compliance with federal and local regulations to ensure safety, functionality, and accessibility for the reconstructed facility.
    This document outlines the specifications for the reconstruction of Building 115 at the Kerrville VA Medical Center, Project No. 671A4-22-109, Fiscal Year 2022. It details general construction requirements, safety protocols, and specific technical specifications across various divisions including general requirements, existing conditions, concrete, metals, thermal and moisture protection, openings, finishes, special construction, fire suppression, plumbing, HVAC, electrical, and earthwork. The project emphasizes stringent security procedures, detailed warranty management, and coordination with existing medical center operations to minimize disruption. Key personnel for project management, architecture, structural, mechanical, plumbing, fire protection, and electrical are also listed, highlighting a comprehensive approach to the reconstruction under the US Department of Veterans Affairs.
    The US Department of Veterans Affairs initiated Project No. 671A4-22-109 for the reconstruction of Building 115 in Kerrville, Texas. This federal project, issued on November 30, 2023, involves comprehensive site preparation, demolition of existing structures, and construction across various divisions, including general requirements, existing conditions, concrete, metals, thermal and moisture protection, openings, finishes, special construction, fire suppression, plumbing, HVAC, electrical, and earthwork. The project emphasizes stringent safety, security, and environmental controls, requiring a detailed security plan, restricted site access, and careful management of sensitive information. The contractor is responsible for utility coordination, protection of existing infrastructure, waste management, and adherence to specific standards for alterations, disposal, and restoration. Key aspects include a robust warranty management plan, professional surveying services, and the provision of as-built drawings and detailed operational instructions for all new and relocated equipment. The goal is to deliver a fully reconstructed facility while maintaining continuous operation of the Medical Center and ensuring compliance with all federal regulations.
    The document outlines the
    The "PRICE SCHEDULE BREAKDOWN INSTRUCTIONS" document outlines pricing for construction projects, emphasizing fixed prices and the awardee's responsibility for accurate calculations. It details a breakdown of costs by construction division, aligning with Construction Specification Institute (CSI) standards for various work actions like General Requirements, Facility Services, Site & Infrastructure, and Process Equipment. The document clarifies that the line-item price breakdown is for informational purposes only and does not represent separate billable deliverables. It also states that field office overhead and general conditions are interchangeable terms and will be applied only once to the contract. The schedule includes sections for insurance, taxes, O&M manuals, overhead, profit, and other items, culminating in a total contract price, with all listed division items currently showing a price of $0.00.
    The provided document is a proximity map and building index detailing the layout and facilities of a government campus. It identifies various buildings by number, along with their functions, such as the Main Hospital (#11), Laundry (#18), Boiler Plants (#19, #86), Director's Quarters (#20), Engineering (#29), Offices (#40, #41), EMS/Laundry Storage (#47, #98a), Personnel Quarters (#49, #50, #51), Water Treatment Plant (#84), Generator Building (#90), Heliport Pad (#93), Nursing Home Care Unit (#96), and Command Center (#119). The map also outlines different parking areas, including Overflow/Visitor, Outpatient/Visitor, Employee, Government, HC Outpatient/Visitor, and Construction Parking. Key roads such as Blue Bonnet Rd, Cypress Rd, Live Oak Rd, Summac Rd, Pecan Rd, and Elm Rd are marked, along with Veterans Hwy and Memorial Blvd. This document serves as a comprehensive guide to the site's infrastructure, essential for logistical planning, navigation, and facility management within a government context.
    The Statement of Work (SOW) outlines the renovation project for Building 115 at the VA Medical Center in Kerrville, TX, necessitated by extensive fire damage. The project involves selective demolition, repairs, debris removal, and the installation of new equipment, with a total completion timeframe of 300 days post-contract award. Key responsibilities include the contractor providing all necessary labor, materials, and compliance with federal, state, and local regulations. The work must minimize disruption to ongoing operations at the medical center and require coordination with the VA’s in-house workforce and service contracts. Specific tasks include the removal of outdated systems, pressure washing, installation of new structural components, and compliance with building codes and standards. In addition, contractors must undergo security checks and adhere to infection control protocols. The contract emphasizes safety measures, including OSHA training and fire safety preparedness. A detailed schedule, itemized proposals, and a thorough inspection will ensure project accountability and adherence to the specified standards. This renovation underscores the VA's commitment to maintaining a functional and safe environment for veterans.
    The Statement of Work (SOW) outlines the renovation of Building 115 at the Kerrville VA Medical Center, focusing on recovery from extensive fire damage. The project includes selective demolition, repairs, and installation of new systems and finishes while adhering to strict quality and compliance standards. Key tasks involve removing non-salvageable materials, replacing fire-rated walls, siding, and roofing, enhancing mechanical systems, and installing new electrical and fire protection systems. Contractors are required to manage all logistics, comply with various codes, and minimize disruption to the ongoing operations of the medical facility. A critical path method schedule must be submitted, and strict safety measures will be enforced. Contractors must also undergo a security vetting process to gain site access. The performance period is capped at 300 days, requiring careful planning and coordination with the VA to ensure utilities are maintained throughout the renovation. Overall, this document reflects federal initiative towards improving veteran services while ensuring adherence to safety and operational standards during construction activities.
    The Statement of Work (SOW) outlines the renovation project for Building 115 at the VA Medical Center in Kerrville, TX, necessitated by extensive fire damage. The project involves selective demolition, substantial repairs, and the installation of new systems, while some tasks will be conducted by the VA's in-house workforce. Contractors must provide a comprehensive proposal detailing labor, materials, and required services, adhering to regulations and codes. Key tasks include the removal and disposal of damaged materials, replacing walls and roofing systems, installing new electrical and plumbing systems, and ensuring safety and compliance with VA standards. The performance period spans 300 days post-award, with strict requirements for site access, safety training, and coordination with VA personnel noted throughout. The SOW emphasizes the importance of minimizing disruption to ongoing operations at the medical center, alongside rigorous documentation and reporting requirements for contractors. This project demonstrates the VA's commitment to restoring vital facilities while ensuring adherence to safety and regulatory standards.
    The Statement of Work (SOW) outlines the renovation project for Building 115 at the Kerrville VA Medical Center, which was severely damaged by fire in 2018. The project does not involve full replacement, focusing instead on renovations that include selective demolition, repairs, new equipment installations, and compliance with various building codes and standards. Key tasks include the removal of existing structures and systems, while some work will be performed in-house by VA personnel. The contractor must provide all materials and services necessary to complete the renovation, ensuring minimal disruption to ongoing operations within the medical center. Coordination with the VA's Contracting Officer and adherence to security protocols is essential. The contractor will need to establish a schedule, manage site activities carefully, and submit preconstruction items like safety plans and project schedules. The total performance period is 300 days. The project demonstrates the VA's commitment to restoring essential facilities, prioritizing safety, compliance, and efficient management throughout the renovation process. Proper waste disposal, contractor qualifications, and plans for post-construction training and maintenance documentation are critical components of the project requirements.
    The document pertains to a specific government Request for Proposals (RFP) process, which encompasses federal grants and state/local RFPs. It underscores the importance of compliance with regulations and the funding mechanisms available for projects in various sectors. The main emphasis lies on offering detailed guidance for prospective bidders regarding eligibility, requirements, and submission protocols. Key points include the need for clear articulation of project objectives and how the proposed solutions will enhance public services or infrastructure. It addresses the importance of understanding the nuances of both federal and state guidelines and highlights the significance of providing measurable outcomes as part of the proposal submission. Additionally, the document outlines potential funding opportunities and eligibility criteria, ensuring bidders recognize all relevant aspects that could influence the funding decision. Compliance with quality standards and timelines is also emphasized as critical for successful proposal acceptance. The overall purpose of this RFP document is to inform and assist potential applicants in navigating the complex landscape of government funding opportunities while fostering efficient and compliant project execution.
    The VHA Pre-Construction Risk Assessment (PCRA) template provides guidelines for assessing safety risks associated with construction, renovation, and maintenance activities within facilities. It aims to categorize the nature of activities and required precautions to safeguard patients, employees, and contractors. The document outlines various activity types—from inspection/upkeep to large-scale projects—and mandates specific control measures for each category, ensuring alignment with infection control protocols as necessary. Additionally, it emphasizes the importance of communication and coordination with affected areas and requires the establishment of area-specific plans to mitigate operational disruptions. The template comprises tables for identifying activities, control measures, and adjacent areas impact assessments, promoting comprehensive safety evaluations. The PCRA also incorporates a section for permits, mandating the posting of a fillable form at the construction site indicating project details and requirements. This comprehensive assessment framework reflects the commitment to minimizing risks during facility improvements while prioritizing patient safety and operational integrity.
    The document outlines the construction and renovation plans for Building 115 of the Kerrville VA Medical Center under the VA South Texas Healthcare System. The project entails the reconstruction of a single-story 3,530 square foot building with a mezzanine, classified as a Group U utility and miscellaneous building. Managed by O'Brien Engineering, Inc., the design adheres to various codes, including the International Building Code and the National Fire Protection Agency standards. Key features include comprehensive fire protection, accessibility standards, and detailed mechanical, plumbing, and electrical systems. Significant emphasis is placed on compliance with federal regulations regarding accessibility, safety, and building standards. The project will implement life safety plans ensuring proper egress, illumination, and emergency provisions according to the NFPA 101 Life Safety Code. The documentation represents a commitment to modernizing facilities with a focus on safety and compliance, reflecting the VA’s dedication to providing high-quality infrastructure for veterans' healthcare services while addressing stringent governmental requirements in construction projects.
    The document outlines the construction specifications for the reconstruction of Building 115 at the Kerrville VA Medical Center in Texas, designated by the US Department of Veterans Affairs as Project No. 671A4-22-109. It includes a comprehensive list of general requirements, safety protocols, and construction methodologies the contractor must follow, emphasizing demolishing existing structures, maintaining patient services, and adhering to stringent security measures throughout the process. The contractor is required to provide well-coordinated construction schedules, effective waste management, and environmental controls, ensuring minimal disruption to the existing medical operations. Key elements also include utility management, maintaining fire protection systems, and following guidelines for handling hazardous materials. The document serves as a blueprint for executing the reconstruction while prioritizing safety, compliance, and coordination with various engineering services. It reflects the government’s commitment to improving veteran healthcare facilities.
    The document outlines the specifications for reconstructing Building 115 at the Kerrville VA Medical Center under the U.S. Department of Veterans Affairs project. It details various divisions and sections critical for project execution, including general requirements, safety protocols, site conditions, demolition, structural, electrical, plumbing, and HVAC systems. Key objectives involve site preparation, adherence to safety measures, and maintaining Medical Center operations during construction. The contractor must secure necessary permissions, comply with security management, conduct thorough inspections, and coordinate with VA personnel to minimize disruptions. Additionally, the instructions emphasize handling, testing, and documentation requirements to ensure quality control and effective project management. This reconstruction aims to enhance facility effectiveness while prioritizing environmental considerations and federal compliance, reflecting the VA's dedication to improving infrastructure for veteran care.
    The document outlines the calculation process for self-performed work as part of the proposal requirements under the “Limitations on Subcontracting” clause (VAAR 852.219-75). It specifies that offerors must provide their total proposed price and detail the projected payments to non-VetCert listed Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), excluding materials. The calculations include the percentage of work allocated to non-VetCert entities and the estimate of self-performed work by the offeror. For general construction contracts, it mandates that a prime contractor, classified as an SDVOSB, cannot pay more than 85% of the government-paid amount to non-VetCert firms for performance-related work. This regulation aims to ensure that SDVOSBs maintain a significant share of the contract work, fostering veteran-owned business opportunities while adhering to federal guidelines.
    The document outlines the Price Schedule Breakdown Instructions for a federal construction contract, emphasizing fixed pricing. It specifies that the awardee must validate the accuracy of formulas used to calculate subtotals and the overall contract total while applying these figures in the Price Summary. The term “Division” references the Construction Specification Institute's classification of work categories, which contractors will encounter in contract documents. Although the line item price breakdown serves informational purposes, it does not signify separate billable deliverables. Each division—ranging from general requirements to specific construction materials and services—lists a price of $0.00, indicating this document is likely in an early phase or for estimation purposes. Furthermore, field office overhead and general conditions are treated as a single cost category. The total for divisions, insurance, taxes, overhead, subcontractor mark-up, and profit amounts to $0.00, reinforcing that specific financial numbers are yet to be finalized. Overall, this instructions document is a crucial component in guiding contractors through the pricing process within government RFPs, ensuring accurate and compliant bids for construction projects.
    The provided document is a detailed layout and index of various roadways and facilities within a government complex, likely related to a healthcare or administrative institution. It outlines multiple roads, parking areas designated for different purposes (outpatient, employee, visitor), and various buildings labeled with specific functions such as offices, storage, maintenance, and emergency services. Key points of the document include the identification of roads like Blue Bonnet Road, Cypress Road, and others, along with corresponding building reference numbers and their designated purposes (e.g., director's quarters, logistics/mail room, heliport). The inclusion of various parking lot designs and the existence of a construction area indicate ongoing development or expansion within the facility. The structure of the document is primarily a visual representation accompanied by numerically indexed points of interest. Overall, this serves as a vital reference for navigating the site, guiding visitors, employees, and contractors in efficiently accessing designated areas and understanding the organization of facilities within the complex, thus facilitating operational management and compliance within the framework of government RFPs and grants.
    The document is a proximity map and building index for a government facility, detailing various roads, parking lots, and specific buildings with their corresponding functions. It identifies different parking areas such as overflow/visitor, outpatient/visitor, employee, government, and construction parking. The building index lists key facilities like the main hospital, laundry, boiler plant, director's quarters, offices, various maintenance shops, storage units, power generation buildings, and a heliport. Notable features include water towers, a flag pole, and a command center. The map also indicates a pre-bid meeting location and parking. The overall purpose is to provide a comprehensive layout and identification of critical infrastructure within the facility, likely for logistical, operational, or procurement planning within the context of government RFPs, grants, or state/local RFPs.
    The document outlines a comprehensive layout and designation of various parking areas and buildings associated with a federal healthcare facility, ideal for reference in government RFPs and grants. It lists multiple roads and pathways (e.g., Blue Bonnet Rd, Cypress Rd, Live Oak Rd) that facilitate access to designated parking for employees, outpatients, and visitors, each indicated by specific parking level codes (e.g., PL 1, PL 2). The document includes a detailed index of buildings, highlighting their functions, such as education, logistics, and maintenance, along with a construction parking area. Additionally, it features a proximity map with significant infrastructure indicators critical for site navigation. This structured layout and list of facilities are crucial for understanding the operational framework of the facility and will assist in any proposals or funding applications aimed at enhancing or maintaining the site.
    This Request For Information (RFI) clarifies that the project is a renovation of an existing building, not a new construction or full replacement, despite conflicting information in the initial plans. The provided plans and specifications are from a canceled project for a new build and are intended for material quantity take-offs, spatial awareness, and to establish quality standards. Only specific sections of the specifications are applicable to the renovation work, with examples provided for HVAC, electrical, and plumbing divisions. The VA does not have a preferred supplier for the metal building, but a familiar contact from Mueller Inc. is provided. This RFI ensures clarity on the project scope and applicable documentation for potential contractors.
    This Request for Information (RFI) addresses key questions for a VA renovation project with a construction magnitude between $250,000 and $500,000. It clarifies that a traditional commissioning program is not required, and a single superintendent can serve as the project superintendent, full-time on-site quality control manager (QCM), and full-time on-site Safety and Health Officer (SSHO), provided they meet the specified training and experience requirements. The project is a renovation, not a full demolition or replacement, and will be completed in one continuous construction schedule during normal business hours (7:00 AM to 4:00 PM, Monday-Friday). The VA will handle hazardous material removal, utility provider fees, and permits. The contractor is responsible for all required testing and inspections. The RFI also details specific systems not included in the project (HVAC, security, CCTV, telecommunications, building automation) and identifies the existing fire alarm system manufacturer (Honeywell-FCI) and service providers. A second round of RFIs and a second site visit will be scheduled.
    This Request for Information (RFI) addresses a construction project involving either the renovation or potential new construction of a Pre-Engineered Metal Building (PEMB). Key points include a conflict between project plans indicating a complete rebuild and the Scope of Work (SOW) that suggests a renovation of the existing structure. The responses clarify that the goal is to renovate select areas, utilizing existing plans for reference and quality standards despite these being from a previous canceled rebuild project. Specific relevant specifications are outlined: only certain HVAC, electrical, and plumbing sections apply to the renovation, as new installations will primarily be managed by the VA. Additionally, the VA does not have a preferred supplier for the metal building, but a representative from Mueller Inc. is familiar with the project and can provide assistance. This document reflects the complexities of ensuring accurate specifications and expectations in federal construction projects while adhering to proper protocols for inquiry and response throughout the RFP process.
    The Request for Information (RFI) details the specifications and requirements for a construction project at the Kerrville VA Medical Center. It clarifies that traditional commissioning is not necessary; instead, project responsibilities include quality control, safety, and health management by the superintendent, who can take on multiple roles (e.g., Quality Control Manager and Safety Officer) as long as they meet the designated training and experience criteria. The project budget is set between $250,000 and $500,000, with anticipated full funding pending completion of contract awards. Work is to be conducted during regular hours, and all activities will follow a continuous construction schedule without phased completion. Importantly, no special inspections, permits, or environmental management plans are needed, and any hazardous materials will be removed prior to construction. Moreover, contractors are not required to manage any utility fees but can use resources from the adjoining building. The summary denotes the government's commitment to efficiency and clarity in project execution, facilitating effective contractor compliance with established specifications and expectations. Overall, this document serves as a critical guideline for prospective contractors regarding project essentials and operational protocols.
    The document is a sign-in sheet for a pre-bid site visit and conference regarding the renovation of Pre-Engineered Metal Building #115 at Kerrville VAMC, scheduled for July 17, 2025. It includes the names, titles, company affiliations, and contact information of attendees, primarily representing various construction and engineering services. Notable participants include Mark Venti, the COR and Project Engineer, along with representatives from Semper Fidelis Construction, Task Building, and VA.
    The document is a sign-in sheet for a pre-bid site visit regarding the renovation of Pre-Engineered Metal Building 115 at Kerrville VAMC, scheduled for June 12, 2025. It lists various attendees, their titles, company names, and contact information, indicating participation from multiple construction and contracting firms. The sign-in sheet highlights the collaborative interest in this renovation project among numerous stakeholders.
    The document is a sign-in sheet from a pre-bid site visit for the renovation of a pre-engineered metal building at the Kerrville VAMC scheduled for June 12, 2025. It includes names, titles, company names, phone numbers, and emails of various attendees from different construction and contracting companies. The purpose of the visit is related to a government contracting opportunity for renovations.
    The document is a sign-in sheet for a pre-bid site visit for the renovation of Pre-Engineered Metal Building #115 at the Kerrville VA Medical Center, scheduled for July 17, 2025, at 10:00 am. It includes the names, titles, company names, and contact information of attendees, with several entries indicating missing information or incomplete details. Key attendees include representatives from VA Kerrville, Semper Fidelis Construction, and Task Building, LLC.
    This Request for Information (RFI) addresses critical questions regarding a construction project, likely for the federal government due to its VA affiliation. Key points clarified include that a structural assessment for steel hardening due to fire has not been done, but contractors should report any issues. Contractors can visit the site during the badging period for field dimensions but should not order materials until submittals are approved. Day passes for sporadic work are limited to 1-3 days per person, per project. The replacement of deteriorated steel columns supporting the mezzanine is not included in the scope of work; VA staff may perform these repairs separately. The preferred method for addressing the ridge vent system is recapping it with metal building sheet metal, replacing the previous requirement to repair or replace the opener system. Finally, shop drawings are required for all aspects, as detailed in the submittal register.
    The Request for Information (RFI) outlines clarifications regarding various elements of a construction project managed by the VA. It addresses key inquiries from bidders about structural assessments, site visits, contractor access, and modifications to the scope of work (SOW). Notably, a structural assessment for steel hardening has not been conducted; however, site visits by bidders are permissible with prior coordination. Contractor personnel can obtain temporary day-badges for short-term access, but any repairs or replacements involving deteriorated columns are the responsibility of VA maintenance staff, not the contractor. The RFI also permits the recapping of the ridge vent instead of full replacement, reflecting a shift in project requirements. Finally, shop drawings are required as specified, ensuring that contractors adhere to a structured process for submittals. Overall, the document serves to streamline the construction process while ensuring compliance with VA specifications and safety standards.
    Amendment 0001 to solicitation 36C25725R0051, issued by the Department of Veterans Affairs, Central Texas Veterans HCS, modifies the original solicitation dated June 5, 2025. The primary purpose of this amendment is to replace Attachment 1 SOW (Statement of Work) with a revised version, specifically for "Bldg 115 Fire Repairs," also dated June 5, 2025. All other terms and conditions of the initial solicitation remain unchanged. This amendment serves to update the scope of work for the fire repair project, ensuring offerors have the most current information for their proposals.
    Amendment 0002 for Solicitation 36C25725R0051, issued by the Department of Veterans Affairs, Central Texas Veterans HCS, replaces Attachment 1 SOW with a revised version dated June 6, 2025. This amendment specifically addresses fire repairs for Building 115, as indicated in the updated Statement of Work. The effective date of this amendment is June 6, 2025. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered valid.
    Amendment 0003 to solicitation 36C25725R0051, issued by the Department of Veterans Affairs, Central Texas Veterans HCS, clarifies the solicitation by providing the site visit sign-in sheet. The amendment, dated June 12, 2025, confirms that all other terms and conditions of the original solicitation remain unchanged. This document is a standard form for amending/modifying government contracts and solicitations, ensuring that offerors acknowledge receipt of such changes. The primary purpose of this specific amendment is to disseminate information regarding the site visit for the project, referenced as 671A4-22-109, concerning the renovation of Building 115.
    Amendment 0004 to Solicitation 36C25725R0051, issued by the Department of Veterans Affairs, Central Texas Veterans HCS, extends the deadline for offer submissions. The original deadline of July 8, 2025, has been moved to July 31, 2025, at 10:00 CDT. All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time and date may result in the rejection of the offer.
    Amendment 5 to solicitation 36C25725R0051, issued by the Department of Veterans Affairs, Central Texas Veterans HCS, extends the proposal due date to August 12, 2025, at 10:00 AM CDT. It also schedules a second formal site visit on July 17, 2025, and a second Request for Information (RFI) due date for July 24, 2025. This amendment replaces the existing Attachment 1 Statement of Work with a revised version dated July 8, 2025, adds an Appendix to the SOW for a C&D Waste Recycling Form, provides responses to RFI questions, and updates Attachment 5 with new IFC Specifications. These changes are crucial for bidders to understand revised deadlines, site visit details, and updated documentation for the Reconstruct PEMB 115 project.
    Amendment 6 to Solicitation 36C25725R0051 for the Department of Veterans Affairs, Central Texas Veterans HCS, addresses the renovation of Building 115. Issued on July 10, 2025, this amendment primarily adds the site visit sign-in sheet from the second site visit held on July 17, 2025. This document is crucial for offerors as it provides an attendance record for the site visit, which is an important component of the solicitation process. All other terms and conditions of the original solicitation remain unchanged. The amendment emphasizes that offerors must acknowledge receipt to ensure their proposals are considered.
    Amendment 7 to solicitation 36C25725R0051 from the Department of Veterans Affairs extends the offer receipt deadline to August 5, 2025, at 10:00 CDT due to fiscal year-end demands. It also provides a third set of Request for Information (RFI) questions and answers, included as an attachment (S05 Request For Information 07-24-25). All other terms and conditions of the original solicitation remain unchanged. This modification ensures that potential offerors are aware of the updated submission deadline and have access to additional clarifying information for their proposals.
    The document is an amendment (Amendment 0001) to a government Request for Proposal (RFP) issued by the Department of Veterans Affairs for a project concerning fire repairs at Building 115, Central Texas Veterans Healthcare System. The primary purpose of this amendment is to replace the original Statement of Work (SOW) with a revised version, dated June 5, 2025, as referenced in Item 14. Offers must acknowledge receipt of this amendment prior to the specified deadline in the solicitation, with various methods for acknowledgment provided. This includes completing required forms or communicating via letter or electronic means. The amendment does not change any other terms and conditions of the original contract except for the item mentioned above. The overall structure reflects standard contracting procedures under federal regulations, emphasizing the importance of compliance with the amendment and acknowledgment process. This document underscores the government's efforts to maintain clear communication regarding project specifications and requirements while emphasizing adherence to established protocols.
    This document is an amendment (0002) to a solicitation by the Department of Veterans Affairs regarding a contract for fire repairs at Building 115, dated June 6, 2025. The primary purpose of this amendment is to replace the existing Attachment 1 Statement of Work (SOW) with a revised version. It outlines the necessary actions for all bidders or offerors to acknowledge receipt of the amendment, including options for submission of acknowledgments either as part of the offer or via a separate communication. The document emphasizes that failure to acknowledge receipt may result in rejection of offers. It reiterates that all other existing terms and conditions of the solicitation remain unchanged. The attached revised SOW is critical as it likely contains updated project specifications or requirements essential for potential contractors. The document reflects the procedural formalities typical of federal government contracting and emphasizes compliance with federal acquisition regulations.
    The document pertains to Amendment 0003 of a solicitation for a project numbered 671A4-22-109, issued by the Department of Veterans Affairs’ Central Texas Veterans Health Care System. The primary purpose of this amendment is to provide the site visit sign-in sheet to all interested offerors and bidders. The amendment reiterates that the hour and date specified for the receipt of offers is extended. It outlines the requirements for acknowledgment of the amendment by interested parties, stipulating that offers must specify the solicitation and amendment numbers in their communication. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged and in full effect. The document is structured with numbered items including details about contract modification, solicitation acknowledgment, and administrative changes, ensuring compliance with Federal Acquisition Regulation (FAR) guidelines.
    The document outlines Amendment 0004 to the solicitation 36C25725R0051 issued by the Department of Veterans Affairs for the Central Texas Veterans Health Care System. The primary purpose of this amendment is to extend the deadline for proposals from July 8, 2025, to July 31, 2025, at 10:00 AM CDT. This extension allows potential contractors additional time to prepare and submit their offers. Aside from this change, all other terms and conditions from the original solicitation remain unchanged. The amendment emphasizes the importance of acknowledging receipt by the specified deadline to avoid the rejection of offers, detailing acceptable methods for acknowledgment. The contracting officer responsible for this amendment is Tailor Brown, located at the Network Contracting Office 17 in Temple, Texas. The amendment structure includes several numbered items for clarity regarding effective dates, solicitation numbers, and signatures, reflecting standard procedures in government contracting. This document serves as an essential communication tool to facilitate transparency and compliance in the procurement process for government contracts aimed at supporting veterans.
    The document details Amendment 5 to a solicitation (36C25725R0051) issued by the Department of Veterans Affairs for a project related to fire repairs at Building 115 of the Kerrville VA Medical Center. The amendment, led by Contracting Officer Tailor Brown, extends the proposal submission deadline from July 31, 2025, to August 12, 2025, at 10:00 AM CDT. It announces a second formal site visit scheduled for July 17, 2025, and a second request for information (RFI) due by July 24, 2025. Additionally, the amendment replaces the existing statement of work with a new version dated July 8, 2025, and introduces a recycling form as an appendix. It provides updated specifications related to the reconstruction project and includes responses to previous RFIs to guide contractors. The amendment ensures all terms remain in effect except where modified, highlighting ongoing efforts to engage contractors and clarify project requirements for a complex construction initiative. Overall, the document aims to facilitate a smooth bidding process while ensuring transparency and compliance.
    The document is an amendment to a solicitation and contract modification related to the Department of Veterans Affairs, specifically for the Central Texas Veterans Health Care System. This amendment (number 6) is issued to extend the deadline for offers and include additional documentation, specifically a site visit sign-in sheet from a recent site visit held on July 17, 2025, for the project concerning the renovation of Building 115. It is highlighted that all other terms and conditions remain unchanged. Offerors are required to acknowledge the amendment in their submissions by specified methods to ensure their offers are considered. This formal modification is part of the government's efforts to maintain transparency and ensure compliance with procurement regulations. The document emphasizes the importance of timely acknowledgments and outlines the process for changing offers already submitted. This amendment reflects the ongoing commitment of the Department to foster clear communication and maintain project timelines while accommodating necessary modifications in the procurement process.
    This document is an amendment (number 7) to a solicitation issued by the Department of Veterans Affairs for a contract related to Central Texas Veterans Health Care System. The primary purpose of this amendment is to extend the due date for proposals from August 12, 2025, to August 5, 2025, at 10:00 AM CDT, in response to increased demand at the end of the fiscal year. Additionally, it includes a third set of Request for Information (RFI) questions and answers, which are provided in an attached document. The amendment reiterates that all other terms and conditions of the original solicitation remain unchanged and must be acknowledged by all offerors. This process reflects standard procedures in federal RFP management to ensure efficient procurement and clear communication among bidders. The document is structured with various codes and references, emphasizing compliance and administrative protocol. Overall, this amendment facilitates timely bidding while maintaining the integrity of the original solicitation process.
    Similar Opportunities
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Spring
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project 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, estimated to cost between $5,000,000 and $10,000,000, is critical for modernizing the facility's data management capabilities and ensuring compliance with safety and operational standards. Interested bidders must submit their proposals electronically by December 18, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage at the Bonham Veterans Affairs Medical Center, specifically in Buildings 1 and 29. The project requires qualified technicians and a certified mold remediation team to perform demolition, water mitigation, and build-back services, with a focus on ensuring a safe environment for patients and staff. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated cost between $100,000 and $250,000. Proposals are due by December 15, 2025, at 1:00 PM CST, and interested parties should contact Miguel Gonzalez at miguel.gonzalez4@va.gov or 915-282-1732 for further information.
    Z1DA--PN:549-23-723 NRM Upgrade Utility Grand Prairie (VA-26-00004529)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the NRM Upgrade Utility project at the Grand Prairie facility in Texas, specifically designated as Project No. 549-23-723. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves comprehensive utility upgrades, including demolition, construction of new mechanical, electrical, civil, and structural systems, and the establishment of a utility yard, with a performance timeline of 548 calendar days. The total estimated cost for this project ranges from $1,000,000 to $5,000,000, and proposals are due by December 12, 2025, at 1:00 PM CST, following a mandatory site visit on November 14, 2025. Interested contractors can reach out to Contract Specialist Miguel A. Gonzalez at Miguel.Gonzalez4@va.gov for further inquiries.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Y1DA--36C25726R0015 | 671-22-118 Replace Cast Iron Drain 2nd and 3rd Floor
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of cast iron drain lines and the chemical waste system on the 2nd and 3rd floors of the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. This project, identified as 671-22-118, requires contractors to provide all necessary labor, materials, and equipment, with a contract value estimated between $500,000 and $1,000,000. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of maintaining operational continuity within the medical center while adhering to strict safety and regulatory standards. Proposals are due by December 9, 2025, at 2:00 PM CDT, and interested parties should contact Cassandra S. King at Cassandra.King@va.gov for further information.
    Z1DA--PN:549-23-723 NRM Upgrade Utility Grand Prairie (VA-26-00004529)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the NRM Upgrade Utility project at the Grand Prairie facility in Texas, designated as VA Project Number 549-23-723. The contractor will be responsible for providing all necessary labor, equipment, materials, and supervision to complete the utility upgrade, which includes demolition, removal of existing materials, and construction of new utility systems in accordance with the provided specifications and drawings. This project is critical for enhancing the infrastructure of the VA facility, which supports various healthcare services, including a future expansion of the Dental Clinic. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their proposals by the specified deadline, and can direct inquiries to Contract Specialist Miguel Gonzalez at miguel.gonzalez4@va.gov or (915) 282-1732.
    Y1DA--Project 549A4-21-703 EHRM Training and Admin build
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the EHRM Training and Admin Support Space project (Project Number 549A4-21-703) at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. This project involves the renovation of four rooms to create temporary EHRM classrooms and an office, including asbestos abatement, interior demolition, and installation of new HVAC equipment and finishes. The procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 236220, with a contract value estimated between $500,000 and $1 million. Interested contractors must submit their proposals by January 15, 2026, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov for further information.