Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
ID: 36C24826Q0128Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a Design-Build contract to install a 1.5T MRI ICC at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. This project requires the contractor to furnish all necessary professional services, equipment, labor, and materials for the design and construction of the new MRI facility, which includes site investigation, demolition, structural modifications, and updates to mechanical, electrical, and plumbing systems. The contract, valued between $2,000,000 and $5,000,000, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a performance period of 740 days, with key deadlines including a site visit on December 17, 2025, and Phase I quotes due by January 6, 2026. Interested parties can contact David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further information.

    Point(s) of Contact
    DAVID HERNANDEZCONTRACTING SPECIALIST
    (813) 893-3904
    DAVID.HERNANDEZ1@VA.GOV
    Files
    Title
    Posted
    The provided government file, primarily composed of documents labeled "TAMPA VAMC" followed by various alphanumeric codes (e.g., A-101, A-102, A-501, S-101, E-101, M-101, M-501), consistently includes the phrase "ATTENTION: REFERENCE DOCUMENT - NOT FOR CONSTRU." This repeated disclaimer suggests that the documents are preliminary or reference materials, not intended for direct construction or final implementation. The file appears to be a collection of architectural, structural, electrical, and mechanical drawings or specifications for a project at the Tampa VA Medical Center (VAMC). The inclusion of codes like 'A' for architectural, 'S' for structural, 'E' for electrical, and 'M' for mechanical, along with some graphical representations (e.g., dimensions, diagrams, charts with percentages and temperatures, a deflector plate illustration), further supports this interpretation. The overall purpose of this file is to serve as a set of reference documents for a project at the Tampa VAMC, likely related to planning or initial design phases, emphasizing that these materials are not for immediate construction use.
    The Department of Veterans Affairs is soliciting bids for a two-phase Design/Build contract for a 1.5T MRI ICC project at the James A. Haley VA Hospital in Tampa, Florida. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside requires comprehensive design and construction services for a new Siemens 1.5T MRI system, including demolition, structural modifications, architectural improvements, RF shielding, and updates to mechanical, electrical, and plumbing systems. The project has a 740-day performance period, with 140 days for design and 600 for construction. Key dates include a site visit on December 17, 2025, RFIs due by December 26, 2025, and Phase I quotes due by January 6, 2026. Offerors must be registered in the Small Business Search and SAM.gov, provide an offer guarantee, and meet safety and environmental record requirements. Adherence to VA, federal, and local codes, including Life Safety and NFPA 101, is mandatory. The contract emphasizes strict compliance with security, privacy, and records management regulations, and requires all personnel to undergo VA-specific training.
    The Department of Veterans Affairs is issuing a presolicitation notice for a Design-Build (DB) Firm Fixed Price contract to install a 1.5T MRI ICC at the James A. Haley Veterans Affairs Medical Center in Tampa, FL. This procurement, with solicitation number 36C24826Q0128, is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project, valued between $2,000,000.00 and $5,000,000.00, requires the contractor to provide all necessary professional services, equipment, labor, and materials for site investigation, design, and construction of the new MRI facility. A Request for Quote (RFQ) is anticipated around January 10, 2026. Interested SDVOSBs must be registered with SAM.gov and can contact David Hernandez at DAVID.HERNANDEZ1@VA.GOV for more information.
    This government Statement of Work outlines the design-build project for a 1.5T MRI ICC at the James A. Haley VA Hospital in Tampa, Florida. The project entails furnishing all professional services, equipment, labor, and materials for a new Siemens 1.5T MRI system installation, including site investigation, design, construction, and installation, with a total period of performance of 740 days. Key tasks include demolition, structural and architectural modifications, RF shielding, radiation protection testing, and extensive updates to mechanical, electrical, and plumbing systems. The contractor must ensure compliance with VA, federal, state, and local safety codes, including specific guidelines for life safety, infection control, and data security, and adhere to strict documentation and review processes.
    The provided document is a standardized Base Offer Cost Breakdown form, crucial for government price analysis within federal and state/local RFPs and grants. It requires offerors to detail project costs across various divisions, from General Requirements (Division 1) to Utilities (Division 33), and Transportation (Division 34). Each division specifies line items for labor, material, and total costs, preventing lump-sum submissions. The form also includes sections for calculating overhead, profit, and bond percentages, culminating in subtotals for these categories and a comprehensive total base offer cost. This structure ensures transparency and provides the government with a granular breakdown for accurate financial evaluation of proposals.
    The Pre-Award Contractor Safety and Environmental Record Form is a critical attachment for government solicitations, requiring companies to disclose comprehensive safety and environmental data. This form mandates the submission of OSHA 300 and 300a forms, detailing man-hours, cases involving days away from work or restricted activity, and the Days Away, Restricted, or Transferred (DART) Rate for the past three years. Additionally, it requires information on serious, willful, or repeat violations from OSHA or EPA within the last three years, with explanations for any infractions. Companies must also identify the administrator of their Safety and Health Program and provide their Experience Modification Rate (EMR) for the past three years, with an EMR of 1 or less being a prerequisite. This document ensures that potential contractors meet stringent safety and environmental standards before being awarded government contracts, aligning with federal, state, and local RFP requirements.
    The document outlines a standardized
    This document outlines a Past and Present Performance Questionnaire for contractors bidding on United States Department of Veterans Affairs contracts, specifically for Solicitation Number 36C24826Q0128. The questionnaire is divided into sections for the contractor to complete their information and for a reference contact to provide performance feedback. The reference contact, identified by the contractor, is instructed to complete the form by January 6, 2026, at 10:00 AM EST and submit it via email to David Hernandez, Contracting Officer, at david.hernandez1@va.gov. The performance evaluation uses a 6-point scale (Unsatisfactory to Neutral) across 21 criteria, covering management, personnel, quality control, scheduling, and financial aspects, requiring narrative explanations for ratings of 1 or 2. It also includes questions about cure notices, re-awarding contracts, and CPARS ratings. This questionnaire is a crucial tool for source selection, providing detailed insights into a contractor's past performance.
    The document outlines the wage determination for building construction projects in Hillsborough County, Florida, under the Davis-Bacon Act, specifying minimum wage rates and applicable executive orders for contracts awarded on or after certain dates. It details the required pay rates for various classifications of workers, along with provisions for paid sick leave and the process for appealing wage determinations. Additionally, it provides guidance on the identification of wage rates, including union and state-adopted rates, and the procedures for requesting reviews and reconsiderations of decisions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    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.
    Z2DA--Replace MRI 1.5T
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to undertake the project titled "Replace MRI 1.5T" at the Durham VA Health Care System in North Carolina. The project involves comprehensive construction services, including the removal of an outdated MRI machine and the installation of a new 1.5T MRI, while addressing critical deficiencies such as RF shielding, fire sprinkler systems, HVAC, and electrical outlets. This initiative is vital for modernizing imaging services for veterans, ensuring compliance with stringent safety and operational standards. Interested contractors should note that this is a Total SDVOSB Set-Aside opportunity, with a project magnitude between $500,000 and $1,000,000, and sealed bids are due by January 6, 2026, at 11:00 AM EST. For further inquiries, contact Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement – BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project requires comprehensive construction services, including structural modifications, installation of lead-lined walls, and adherence to various safety and quality standards throughout the construction process. This initiative is critical for enhancing the emergency department's capabilities and ensuring compliance with healthcare regulations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Contract Specialist David M Hernandez at David.Hernandez1@va.gov.
    Renovate Interventional Radiology Suites (Construction Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to renovate the Interventional Radiology Suites at the Malcom Randall VA Medical Center in Gainesville, Florida. This project involves the renovation of approximately 5,442 square feet to accommodate new interventional radiology equipment, including tasks such as demolition, site preparation, architectural finishes, and mechanical and electrical work. The renovation is critical for enhancing medical services provided to veterans, ensuring that the facility meets modern healthcare standards. Interested firms, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must be registered in SAM.gov and submit proposals by the closing date of December 22, 2025. For further inquiries, contact Adriana N. Gamm at adriana.gamm@va.gov.
    6515--Shelving System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a shelving system to be installed in the Urology Storeroom at the James A. Haley VA Hospital in Tampa, Florida. The project aims to replace shelving and storage units that were damaged due to a water leak, requiring the delivery and installation of specific DSI MODUMAX shelving units and related accessories. This procurement is critical for maintaining proper inventory and supply management within the Urology department, ensuring efficient operations in a newly renovated supply room. Interested contractors must adhere to strict compliance requirements, including federal regulations and service-disabled veteran-owned small business provisions, with proposals due by January 5, 2026. For further inquiries, contact Contracting Officer Marcus Lewis at Marcus.Lewis2@va.gov or call 813-940-0316.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    W023--MRI Trailer Lease
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the lease of a 1.5T Mobile MRI Trailer for the Tomah VA Medical Center in Tomah, Wisconsin. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and includes a one-year base lease with four optional one-year extensions, requiring the contractor to provide, install, maintain, and train staff on the MRI unit and trailer, which must meet defined technical specifications. The MRI trailer is crucial for enhancing diagnostic capabilities and patient care at the facility, with the VA providing necessary support such as parking, power, and MRI technologists. Interested parties must submit their proposals by December 17, 2025, at 12:00 PM Central Time, and can contact Contract Officer Steven MacDonald at steven.macdonald@va.gov or 414-844-4882 for further information.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.
    Z1DA--Construct Mobile Imaging Pad 540-24-104 Clarksburg, WV VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the construction of a Mobile Imaging Pad at the Louis A. Johnson VA Medical Center in Clarksburg, WV, under project number 540-24-104. This project, estimated to cost between $500,000 and $1,000,000, involves site preparation, demolition of existing structures, and the construction of a concrete pad with necessary utility connections for a mobile imaging trailer, all in compliance with VA construction standards and local building codes. The work is critical for enhancing medical imaging capabilities at the facility, ensuring that services are delivered efficiently and safely to veterans. Interested contractors, particularly Service-Disabled Veteran Owned Small Businesses, must attend a mandatory pre-bid site visit on December 2, 2025, with bids due by 1:00 PM EST on December 31, 2025. For further inquiries, contact Contract Specialist Aaron Z. Morrison at Aaron.Morrison@va.gov.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.