Z2DA--Renovate MICU/SICU 539-20-104
ID: 36C25026B0001_1Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

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 soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center. This project entails comprehensive construction work over approximately 11,000 square feet, including demolition, installation of new mechanical, electrical, and plumbing (MEP) components, and the construction of new patient rooms and support facilities, all while adhering to stringent safety and infection control standards. The estimated construction cost ranges from $5,550,000 to $7,250,000, with a performance period of 430 calendar days, and the solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses. Bids must be submitted electronically by November 21, 2025, at 1:00 PM EST, and interested contractors are encouraged to attend a mandatory site visit on November 3, 2025. For further inquiries, contact Contracting Officer Ron Heidemann at ronald.heidemann@va.gov or call 513-559-3708.

    Point(s) of Contact
    Ron HeidemannContracting Officer
    (513) 559-3708
    ronald.heidemann@va.gov
    Files
    Title
    Posted
    This government solicitation (36C25026B0001) is an Invitation for Bids (IFB) for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center. The project involves comprehensive construction, demolition, and installation of new MEP components, patient rooms, offices, and a HEPA pandemic filtration system across approximately 11,000 sq. feet of the 2nd floor, with some work extending to adjacent floors and the rooftop. The estimated magnitude of construction is between $5,550,000 and $7,250,000, with a mandatory performance period of 430 calendar days. This solicitation is 100% set aside for Service-Disabled Veteran-Owned Small Businesses. Bids must be submitted electronically by November 21, 2025, at 1:00 PM EST, with a mandatory bid guarantee. A site visit is scheduled for November 3, 2025. The document details requirements for bid submission, bonds, security, privacy, and compliance with various federal regulations and VA directives.
    This document, General Decision Number OH20250082, provides prevailing wage rates for building construction projects in Hamilton County, Ohio, effective September 5, 2025. It details minimum wage requirements for contracts subject to Executive Orders 14026 and 13658, with rates of $17.75 per hour for contracts entered into on or after January 30, 2022, and $13.30 per hour for those awarded between January 1, 2015, and January 29, 2022. The document lists various craft classifications—such as Asbestos Worker, Bricklayer, Carpenter, Electrician, and Plumber—along with their respective hourly rates and fringe benefits. It also includes information on Executive Order 13706 regarding paid sick leave for federal contractors and outlines the appeals process for wage determinations. This information is crucial for federal government RFPs and grants to ensure compliance with labor standards.
    This document, VAAR 852.219-75, outlines the VA Notice of Limitations on Subcontracting, focusing on a Certificate of Compliance for Services and Construction. It mandates that offerors certify their compliance with subcontracting limits if awarded a contract, specifically detailing percentages for services (50%), general construction (85%), and special trade construction (75%) that cannot be paid to non-certified SDVOSBs or VOSBs. The document clarifies that work subcontracted by similarly situated certified SDVOSB/VOSB subcontractors counts towards the limit. It also explicitly states that costs of materials are excluded in construction contracts. The offeror acknowledges that false certifications can lead to severe penalties, including criminal prosecution and fines. Furthermore, contractors must provide documentation to the VA upon request to demonstrate compliance, with failure to do so potentially resulting in remedial action. A formal certification must be completed and submitted with the offer, as incomplete submissions will render the offer ineligible for award.
    The "Pre-Award Contractor Safety and Environmental Record Evaluation Form" (Solicitation No. 36C25026B0001) is a critical document for assessing a contractor's safety performance prior to awarding a government contract. It requires companies to provide detailed OSHA 300 Forms data for the past three years (2022-2024), including man-hours, cases involving days away from work or restricted activity, and the Days Away, Restricted, or Transferred (DART) Rate. Additionally, contractors must disclose any serious, willful, or repeat OSHA violations from the last three years with explanations. The form also requests the company's NAICS Code (236220), the administrator of their Safety and Health Program, and their Insurance Experience Modification Rate (EMR). This evaluation ensures that prospective contractors meet established safety and environmental standards, mitigating risks associated with federal acquisitions.
    The VHA Infection Control Risk Assessment (ICRA) template, VHA ICRA-1.2 (October 2024), provides a standardized baseline for assessing and mitigating infection risks during construction, renovation, and maintenance activities within VHA facilities. It outlines a four-step process: categorizing the activity type (A, B, C, or D), identifying affected areas, determining overall patient risk (Low, Medium, High, Highest), and establishing the necessary level of infection prevention and control precautions (I, II, III, or IV). The document details specific control measures for each precaution level, including requirements for dust control, air quality management (e.g., negative pressurization with HEPA filtration), critical barriers, and post-activity cleaning. It also includes an alternative method for interior exhaust when outdoor venting is not feasible and a fillable permit form for Level III and IV activities, emphasizing strict adherence to infection prevention protocols for patient and staff safety.
    This government file outlines the "Renovate MICU/SICU" project at the Cincinnati Veterans Administration Medical Center, detailing general requirements, specifications, and drawing sheets. The project involves comprehensive renovations, including general construction, alterations, plumbing, mechanical, and electrical work. Key aspects include stringent safety requirements, construction security protocols (including background checks and document control), and careful coordination to minimize disruption to the operational medical center. The document also specifies procedures for utility services, alterations, waste disposal (including PCBs), and restoration of affected areas. The contractor is responsible for as-built drawings, temporary facility provisions, and thorough testing and commissioning of all installed systems, adhering to VA standards and all applicable regulations.
    This government file outlines the requirements for renovating raceways and boxes for communication systems at VAMC Cincinnati, Ohio, including federal grants, federal government RFPs, and state and local RFPs. The project specifies materials and installation procedures for conduits, fittings, boxes, and related components to create a comprehensive communications infrastructure. Key aspects include minimum conduit sizes, types of conduit and fittings (e.g., rigid galvanized steel, EMT, flexible metal), and detailed installation guidelines for various settings like concrete, concealed spaces, and exposed areas. The document also covers commissioning, testing, and labeling requirements for all communication and signal wiring, emphasizing safety, performance, and compliance with industry standards and codes like UL, ANSI, NFPA, and NEC. Furthermore, it details requirements for telecommunications room fittings, including equipment cabinets, racks, and wire management systems, ensuring proper grounding and seismic bracing where applicable.
    This government file details the 'Renovate MICU/SICU' project at the Department of Veterans Affairs Medical Center in Cincinnati, Ohio. The project involves the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU), focusing on the second and third floors. Key aspects include adhering to NFPA 101 Life Safety Code, International Building Code, and Architectural Barriers Act Accessibility Standard (ABAAS). The renovation involves demolition and new construction, with a detailed sequence of construction phases, including temporary relocation of units, installation of pandemic exhaust fans, and commissioning of systems. The project emphasizes contractor coordination with the COR for site visits, repairs, and access, as well as strict compliance with all safety and building codes.
    The document outlines the renovation of the MICU/SICU at the VA facility in Cincinnati, Ohio, focusing on medical gas, sanitary waste, and vent systems, as well as mechanical removals and new ductwork/piping installations. The project, identified by VA Project No. 539-20-104 and JPA Project No. 19018.00, details the extension and labeling of medical gas piping, the sealing of negatively pressurized spaces, and the correction of mislabeled existing domestic water, medical gas, sanitary, and vent piping. It also includes comprehensive general and phasing notes, emphasizing coordination with other trades, adherence to codes, and the safe handling of existing infrastructure. The plans detail fixture and drain schedules, various piping symbols, and abbreviations, providing a complete overview for construction and renovation work.
    This government file details electrical plans for the "Renovate MICU/SICU" project at the Cincinnati VA. It includes partial roof and third-floor power plans, a partial single-line diagram, and lighting control diagrams. Key elements involve extending existing lightning protection systems, accommodating new motor controllers and VFDs, and providing 120V connections for a bipolar ionization air purification system. The document outlines general and specific notes regarding coordination with mechanical drawings, architectural documents for phasing, and bonding of roof-mounted equipment. Load summaries for existing and estimated added loads for various electrical panels (ESWB-20, CDP, ESWB-40) are provided, along with a schedule of diverse luminaires, including recessed LED fixtures, undercabinet lights, exit signs, downlights, and specialized patient care lighting. These plans ensure electrical infrastructure upgrades support the MICU/SICU renovation, adhering to safety and operational standards.
    This document is a Request for Information (RFI) 36C25025B0001 for the "Renovate MICU/SICU" project (Project Number: 539-20-104) at the Cincinnati VA Medical Center. It outlines the requirements for contractors submitting questions or requests for clarification. Contractors must thoroughly read all solicitation documents, specifications, and drawings before submission. All inquiries must specifically identify the relevant section(s) or drawing number(s). Failure to comply with these requirements may prevent the Government from providing a timely response. Questions are to be submitted to Ronald T. Heidemann, Contract Specialist, at ronald.heidemann@va.gov.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z1DA--Relocate Infusion Clinic and Hemo Offices - 539-21-207
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the relocation of the Infusion Clinic and Hemo Offices at the Cincinnati VA Medical Center. The project involves renovating approximately 2,056 gross square feet of space, including general construction, mechanical, electrical, plumbing, and technology trades, as well as asbestos and lead-based paint abatement. This construction effort is critical for enhancing healthcare services provided to veterans, with an estimated project value between $1,000,000 and $5,000,000. Interested service-disabled veteran-owned small businesses (SDVOSB) should contact Contracting Officer Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718 for further details, with the Invitation for Bids expected to be posted around November 20, 2025.
    Z2DA--Remediate Temperature Controls 539-21-108
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Repair FTD Building Envelope 539-25-509
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    Z2DA--Repair and Replace Doors 539-22-202
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair and Replace Doors" project at the Cincinnati VA Medical Center and the Ft. Thomas Domiciliary in Kentucky. This procurement involves comprehensive demolition and installation of new doors, frames, and associated hardware across multiple buildings, with a focus on safety and compliance due to the presence of hazardous materials like asbestos and lead paint. The project is critical for maintaining operational integrity and security within the medical facilities, with an estimated value between $500,000 and $1,000,000 and a performance period of 730 calendar days. Bids are due by December 11, 2025, at 1:00 PM EST, and interested parties should contact Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov for further information.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, designated as Solicitation Number 36C25225B0024, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements, and is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The estimated contract value ranges between $5 million and $10 million, with a performance period of 450 calendar days following the Notice to Proceed. Interested contractors must submit their bids by December 11, 2025, at 1:00 PM CDT, and are encouraged to direct inquiries to Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Z1DA--Repair T5 Transformer 539-25-503
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for the "Repair T5 Transformer Access Hatch" project at the Cincinnati Veterans Affairs Medical Center. The project involves the replacement of a three-phase pad mount 150 KVA T5 transformer, including the procurement of new equipment, installation, and proper disposal of the old transformer, with a performance period of 550 calendar days from the Notice to Proceed. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated construction magnitude between $100,000 and $250,000. Interested contractors must submit their bids by December 18, 2025, at 1:30 PM EST, and are encouraged to attend a mandatory site visit on November 14, 2025. For further inquiries, contact Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718.
    539-25-505 Maintain Parking Garage Safety
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting offers for the "Maintain Parking Garage Safety" project at the Cincinnati Veterans Affairs Medical Center (VAMC). This project involves replacing waterproofing joint sealants, repairing concrete slabs damaged by water intrusion, and conducting a comprehensive structural survey of the garage, which will be performed by THP LTD. The work is critical for ensuring the safety and longevity of the parking structure, and it must be completed within 90 calendar days of receiving a Notice to Proceed, primarily during weekends to minimize disruption to VA operations. Interested contractors must submit their quotes by December 12, 2025, at 4:30 PM EST, via email to Samuel Galbreath at samuel.galbreath@va.gov, and are encouraged to attend a mandatory site visit on November 12, 2025, at 11 AM.
    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.