Replace Repair Roofs for Buildings 4,15, 90, 93
ID: 36C24725R0018Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified contractors to replace and repair roofs for Buildings 4, 15, 90, and 93 at the Central Alabama Veterans Health Care System in Tuskegee, Alabama. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion within 185 calendar days, with an estimated project cost ranging from $1 million to $5 million. The procurement emphasizes the importance of quality and past performance over price, ensuring that the facilities meet safety and efficiency standards for veterans' healthcare services. Interested contractors must submit their proposals by March 13, 2025, and can direct inquiries to William Barton at william.barton2@va.gov or Joseph Osborn at Joseph.Osborn@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs (VA) for a construction project aimed at replacing and repairing roofs on multiple buildings at the Central Alabama Veterans Health Care System in Tuskegee, AL. This project is specifically set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). Key details include the requirement for contractors to complete the work within 185 calendar days, the performance bond obligations, and the expected project cost ranging from $1 million to $5 million. Contractors must ensure their registration on relevant government platforms, including the System for Award Management (SAM) and the VetCert portal, to be eligible for award. A mandatory site visit is scheduled for January 7, 2025, and all questions must be submitted via email by January 15, 2025. The evaluation process prioritizes past performance over price, indicating a preference for quality over cost efficiency. Proposals must include evidence of past projects, safety records, and detailed price breakdowns, while the winning bid will result in a firm-fixed-price contract. The document emphasizes adherence to various labor regulations, including wage determinations and equal opportunity goals for minority and female workers. Overall, this solicitation highlights the VA's commitment to supporting veteran-owned businesses and ensuring high standards in construction projects.
    This document is an amendment to a solicitation related to a contract under the Department of Veterans Affairs. It officially extends the deadline for submission of offers from January 27, 2025, to February 6, 2025, at 1:00 PM CST. Additionally, it changes the date for a Request for Information (RFI) due to a second site visit, moving it from January 15, 2025, to January 23, 2025, at 10:00 AM CST. All other terms and conditions of the original solicitation remain unchanged. The document includes necessary codes, signatures from the contracting officer, and reference material such as a site visit attendance sheet. This amendment is part of the standard protocol in federal contracting and RFP processes, ensuring that all potential bidders have the latest information and ample time to prepare their submissions, reflecting the government's commitment to transparency and fair competition.
    The document is an amendment (Amendment 04) to an existing Request for Proposal (RFP) issued by the Department of Veterans Affairs for a project designated by the code '619A4-23-101'. The primary purpose of this amendment is to extend the submission deadline for offers to February 21, 2025, at 1:00 PM CST. Offerors are directed to submit their proposals to William (Chase) Barton and also CC Joseph Osborn. Additionally, the document includes a reference to a contractor sign-in sheet from a site visit held on January 16, 2025, which is attached for bidders to review. It clarifies that aside from the proposed changes, all other terms and conditions of the original solicitation remain unchanged. This RFP is part of the federal procurement process, emphasizing transparency, collaboration, and adherence to specified guidelines while facilitating the participation of bidders in government projects.
    The document outlines a solicitation for bids on a project titled "Replace/Repair Roofs for Buildings 4, 15 (Fire Department), 90 & 93 (Chapel)" with the project number 619A4-23-101. A sign-in sheet is included for attendees of a mandatory pre-bid meeting held on January 7, 2024. The meeting appears to be a procedural step in the bidding process, ensuring that all potential contractors and stakeholders are informed about the scope of work and requirements associated with the roofing project. The document serves as an official record of attendance, facilitating communication and accountability among interested parties. The primary focus is on the roof replacement and repair needs of specified buildings, indicating ongoing maintenance efforts by the government to ensure structural integrity and safety. This solicitation fits within the broader context of government Requests for Proposals (RFPs) aimed at soliciting qualified vendors for public infrastructure projects.
    The provided government document, while difficult to decipher, appears to relate to federal and local Requests for Proposals (RFPs) and grants. It likely outlines essential procedures or criteria that applicants must adhere to in order to secure funding and support for various projects. The primary focus may include guidelines for proposal submissions, eligibility requirements, and the evaluation process for prospective projects aimed at addressing community needs. Key elements emphasize the importance of aligning project goals with governmental objectives, potential impacts on local communities, and compliance with safety and regulatory standards. The document also suggests an overarching structure that could guide applicants in presenting their proposals effectively, ensuring that they meet the requisite criteria and demonstrate their capacity for successful project execution. In essence, this document serves as a foundational resource for stakeholders involved in federal and state funding opportunities, highlighting the necessary steps for engagement, compliance, and successful project implementation within the governmental framework. It underscores the significance of thorough preparation and alignment of proposals with government priorities to enhance funding prospects.
    This document serves as Amendment 1 to solicitation number 36C24725R0018, issued by the Department of Veterans Affairs. Its primary purpose is to extend the deadline for proposal submissions from January 27, 2025, to January 31, 2025, at 1:00 PM CST. The amendment includes specific sections for acknowledging receipt of the amendment and details on how to submit offers. It indicates that all other terms and conditions referenced remain unchanged. The document is administered by the Central Alabama Veterans Health Care System and includes signatures from the contracting officer, Joseph Osborn. The extension aims to provide bidders additional time to prepare their proposals, ensuring a more inclusive and competitive bidding process. This reflects the government’s effort to facilitate better engagement with potential contractors while maintaining transparency and compliance with federal regulations.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs for procurement, identified as Amendment 06 to RFP number 36C24725R0018. The primary purpose of the amendment is to extend the submission deadline for offers to March 13, 2025, at 1:00 PM CDT. This extension aims to provide bidders additional time for submission and to post any Requests for Information (RFIs) associated with the procurement. The contracting officer, Joseph Osborn, oversees this process, ensuring that all amendments are acknowledged to prevent any rejection of offers. The structure includes sections for identifying contract details, modification specifics, and instructions for acknowledgment of receipt by bidders. This amendment reflects the government's commitment to transparency and fairness in the bidding process, allowing for a thorough review before the deadline.
    The document pertains to an amendment of a Request for Proposals (RFP) by the Department of Veterans Affairs, specifically related to procurement processes for the CAVHCS EAST Campus in Tuskegee, Alabama. The primary purpose of Amendment 05 is to extend the official deadline for submission of offers from the original date to March 7, 2025, at 1:00 PM CST. It highlights the procedural requirements for offerors to acknowledge receipt of this amendment, including the options for confirmation. The document also notes that responses to Requests for Information (RFIs) will be provided in a subsequent amendment. This extension aims to give potential contractors more time to prepare their submissions, reflecting the government's commitment to a transparent procurement process that facilitates participation in the bidding. Overall, the document illustrates routine procedures in federal contracting and emphasizes the importance of adhering to stipulated timelines and communication protocols.
    This document outlines the Experience Modification Rate (EMR) Form to be completed by contractors responding to government solicitations. It requires detailed information from the offeror, including their company name, address, contact details, and OSHA 300 Forms data for the past three years. Key inputs include total man hours worked, cases resulting in days away from work, and the Days Away, Restricted, or Transferred (DART) rate. Contractors must also disclose any serious, willful, or repeat OSHA violations within the last three years, which could disqualify them if exceeded. Additionally, the form requests the company’s EMR for the past three years. The gathered data will be cross-referenced with government databases (OSHA and EPA) to determine compliance with the solicitation's requirements. This document emphasizes the federal government's focus on safety metrics and regulatory adherence when evaluating contractor qualifications for potential projects.
    The document outlines the certification requirements for contractors regarding the limitations on subcontracting for services and construction under the Veterans Affairs (VA) guidelines. Contractors must ensure compliance with federal regulations that restrict subcontracting to non-certified firms based on contract type—services (no more than 50% subcontracted), general construction (no more than 85% subcontracted), and special trade construction (no more than 75% subcontracted). It emphasizes the necessity of working with Veteran-Owned Small Businesses (SDVOSBs/VOSBs) and mandates that any further work by subcontractors counts toward these limits. Contractors must certify their compliance with these limitations upon submitting bids, acknowledging the potential legal consequences for false certifications, including fines and prosecution. Additionally, contractors are required to provide documentation to verify compliance and cooperate with VA reviews. Failure to meet these obligations can lead to several penalties, including disqualification from future contracts. The certification process aims to ensure that the VA supports eligible veteran-owned businesses in its procurement processes.
    The Past Performance Questionnaire (PPQ) is a document associated with Solicitation 36C24725R0018, which requires offerors to provide references from previous clients as part of their proposal submission. The questionnaire includes a cover sheet that must be filled out by the offeror and sent to their past clients, who will then evaluate the contractor's performance using a numerical rating scale from 1 (unacceptable) to 5 (superior). The evaluation criteria cover compliance, management effectiveness, personnel appropriateness, documentation timeliness, construction schedule adherence, safety responsiveness, subcontractor coordination, customer relations, problem-solving abilities, financial management, response to concerns, warranties, and overall performance. Respondents are also asked if they would recommend the contractor again. Additional comments can be provided to explain any low ratings. This document aims to gather objective assessments of a contractor's past performance to inform future contracting decisions, ensuring quality and reliability in government contracts.
    The document is a detailed cost/price breakdown attachment associated with Solicitation No. 36C24725R0018 for a government project. It outlines various construction divisions, including General Requirements, Existing Conditions, Concrete, Metals, Wood and Plastic, Finishes, Thermal and Moisture Protection, Openings, Specialties, Equipment, Furnishings, Special Construction, Fire Suppression, Plumbing, HVAC, Electrical, Communications, and other applicable categories. Each division includes spaces for material and labor costs, with a focus on providing a comprehensive financial overview for the project. The structure facilitates organized data entry for contractors, ensuring all necessary cost elements are accounted for, from overhead to bonds and insurance. Every division totals material and labor costs, culminating in an overall proposal total. This systematic breakdown ensures clarity in pricing while aiding procurement decision-making. Ultimately, the document's purpose is to guide contractors in effectively submitting their financial proposals for government RFP considerations, emphasizing transparency and completeness in bids. As part of federal grants and initiatives, it reflects the government's methodical approach to budget management and project execution.
    The document outlines General Decision Number AL20240078 related to building construction projects in select Alabama counties. It specifies wage determination standards aligned with the Davis-Bacon Act and associated Executive Orders, which mandate minimum wage rates for workers involved in these contracts. For contracts effective after January 30, 2022, the minimum wage is set at $17.20 per hour; earlier contracts not extended have a lower rate of $12.90. The document lists various trades along with their respective wage rates and fringes, such as boilermakers, electricians, plumbers, and laborers. Moreover, it provides guidance on the appeals process for wage determinations and clarifies the classification of wage rates based on union and survey data. Additionally, it includes provisions for paid sick leave under Executive Order 13706 and emphasizes requirements for contractors related to employee protections. This information is crucial for transparency and compliance in federal and state contracting processes, ensuring fair wages and conditions for construction workers in Alabama.
    The document outlines the procedures for submitting electronic invoices to the Veterans Affairs Financial Services Center (VAFSC) following the transition to digital invoicing through the Tungsten Network. It specifies that all government payments to contractors must adhere to the Federal Acquisition Regulation (FAR) guidelines and emphasizes the need for registration with Tungsten Network for VA vendors, who can submit invoices via the provided portal. Since July 2020, a specific form (VA10091) has been eliminated, and newcomers must update their information through the Customer Engagement Portal. Contact details for assistance with setup and submissions are provided, ensuring vendors have the necessary support and resources for a smooth invoicing process. This document emphasizes the VA’s commitment to efficiency and modernization in its financial operations by streamlining the invoicing process for contractors.
    The document outlines specifications for the construction project aimed at replacing and repairing roofs of Buildings 4, 15, 90, and 93 within the Central Alabama Veterans’ Healthcare System, East Campus, in Tuskegee, AL. The contractor is responsible for providing all labor, materials, and equipment necessary for completing the roofing work as per the provided drawings and specifications. Key tasks include the removal of existing roofing materials, installation of new roofing systems, and potential modifications based on deductive alternates. Safety requirements, construction waste management, and adherence to the VA's security protocols are emphasized throughout the project. Specific areas of work involve stripping old roofs, inspecting and repairing underlying structures, while ensuring normal operations at the healthcare facility are maintained. The project requires contractors to perform preliminary testing for hazardous materials such as asbestos and secure appropriate permits. Additionally, the contractor must comply with extensive safety, documentation, and quality control standards to ensure a successful project aligned with VA construction regulations. Overall, this summary captures the essence of the project specifications relevant to government construction contracts.
    The U.S. Department of Veterans Affairs has initiated a roof replacement project at the Central Alabama Veterans Health Care System (CAVHCS) in Tuskegee, AL, involving multiple structures identified as Buildings 4, 15, 90, and 93. The project documentation includes construction plans, project specifications, and material assessments necessary for the roof replacement. Key tasks involve the demolition of existing roofing, installation of new roofing systems, and ensuring compliance with safety and structural guidelines as outlined in numerous project documents. The replacement will utilize various roofing materials, including tapered insulation, thermoplastic polyolefin, and asphalt shingles, while addressing drainage issues to meet local building code requirements. A series of submissions, including design and compliance assessments at different phases (25%, 50%, 75%, and 100%), guide the project's progress. This undertaking reflects the VA's commitment to maintaining and upgrading its facilities, ensuring they meet safety and efficiency standards for the benefit of veterans receiving healthcare services at CAVHCS.
    The document comprises a series of Requests for Information (RFIs) related to the roofing project for various buildings, particularly addressing specifications, materials, timelines, and procedures. Key topics include the removal and replacement of roofing materials, asbestos management, roof insulation requirements, and contractor responsibilities. Several inquiries seek clarification on the scope of work for buildings 4, 15, 90, and 93, with repeated confirmations that only selected structures are included in the current bidding process. Notably, contractors must follow strict guidelines regarding asbestos abatement responsibilities, roofing materials (TPO roofing specifications), and safety protocols during construction. Responses often reference specific sections of technical specifications and drawings, indicating a structured approach to project management and compliance with regulations. This attention to detail underscores the importance of adherence to safety and quality standards in governmental contracts. The document illustrates the complexities involved in federal projects, emphasizing clear communication and documentation as crucial to ensuring successful project execution and coordination among various stakeholders involved.
    The presolicitation notice outlines the upcoming Request for Proposal (RFP) for Roof Replacement and Repair at the Central Alabama Veteran Health Care System, specifically for Buildings 4, 15, 90, and 93. The project is set aside exclusively for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing compliance with specific VA regulations regarding subcontracting limitations and SDVOSB certifications. The contract, anticipated to be firm-fixed price, will fall within a magnitude between $1,000,000 and $5,000,000, with a completion timeline of 185 days post-notice to proceed. The contractor's responsibilities include replacing roofs, correcting lighting protection, and upgrading insulation to meet code standards. A pre-proposal site visit will be scheduled, and further details will be made available on the government procurement website. The acquisition process will utilize a Trade-Off Source Selection approach to determine the best value offer. The document underscores the commitment to supporting veteran-owned businesses in federal contracting opportunities while outlining essential project specifications and procedural requirements.
    The document pertains to an amendment regarding a Request for Proposals (RFP) from the Department of Veterans Affairs related to the CAVHCS East Campus in Tuskegee, Alabama. It serves to notify all bidders of a site visit that took place on January 7, 2025, and announces another visit scheduled for January 16, 2025, at 10:00 AM CST at building 90. Additionally, the amendment includes the attendance list from the previous site visit. The document specifies that all other terms and conditions of the RFP remain unchanged. The main authority behind this amendment is the FAR 43.103(b) regulation, which allows for administrative changes to contracts or orders. The Contracting Officer, Joseph Osborn, is responsible for the signed document. This summary encapsulates the amendment's key details within the context of government procurement processes related to RFPs, focusing specifically on maintaining communication and transparency with potential contractors.
    Lifecycle
    Similar Opportunities
    Z1DA--Project: 619-23-101 - Replace Roof Systems for Main Hospital, Building 1
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of roof systems for Building 1 at the Central Alabama Veterans Health Care System in Montgomery, Alabama. This project, designated as 619-23-101, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to address significant water damage that poses health risks and structural concerns. The contractor will be responsible for comprehensive project management, including the renovation of roofing systems, installation of fall and lightning protection, and necessary repairs to interior walls, with a performance period of 365 days and an estimated cost between $5 million and $10 million. Proposals must be submitted electronically by March 14, 2025, at 1:00 PM EST, to the Contracting Officer, Joseph A. Osborn, at JOSEPH.OSBORN@VA.GOV.
    3rd, 6th, & 8th Floor, East to West Elevator -Renovate Halls & Walls | Project: 521-25-101
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the renovation of the halls and walls on the 3rd, 6th, and 8th floors of the Birmingham VA Medical Center, under Project No. 521-25-101. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance the facility's infrastructure while ensuring compliance with health and safety regulations, including infection control and quality assurance measures. The estimated contract value ranges from $500,000 to $1,000,000, with a site visit scheduled for January 29, 2025, and a deadline for Requests for Information by February 7, 2025. Interested contractors should contact Kimberly Devlin at kimberly.devlin@va.gov or Joseph Osborn at Joseph.Osborn@va.gov for further details.
    Y1BG--EHRM Construction Infrastructure Upgrades - 679-20-104 -Tuscaloosa VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the EHRM Construction Infrastructure Upgrades project at the Tuscaloosa VA Medical Center, with the intent to award a Firm-Fixed-Price contract. This project involves comprehensive upgrades, including the demolition of the existing Greenhouse Building 101, construction of a new Data Center Building 151, and the establishment of a fiber duct bank network, alongside enhancements to electrical systems, HVAC, communication networks, and physical security. The initiative is crucial for improving healthcare infrastructure and operational efficiency at the facility, with a total estimated construction cost ranging from $20 million to $50 million and a performance period of approximately 730 days following the notice issuance. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by March 14, 2025, and can direct inquiries to the primary contact, Contract Specialist Sadaya Brittian, at Sadaya.Brittian@va.gov or (216) 447-8300.
    Z1DZ--619-20-103 | Correct FCA Deficiencies in Boiler Plant, Building #14
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the construction project titled "Correct FCA Deficiencies in Boiler Plant, Building 14" located in Montgomery, Alabama. The objective of this procurement is to address identified deficiencies in the boiler plant through comprehensive renovations, including the replacement of outdated systems and ensuring compliance with safety and operational standards. This project is crucial for enhancing the infrastructure of healthcare facilities dedicated to veterans, thereby improving service delivery and operational efficiency. Proposals are due by April 10, 2025, with a site visit scheduled for March 13, 2025, and inquiries accepted until March 24, 2025. Interested contractors can contact Ryan Crispin at ryan.crispin@va.gov or (706) 231-7600 for further information.
    679-22-106 Replace HVAC Various Buildings
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of HVAC systems in various buildings at the Tuscaloosa VA Medical Center in Alabama. The project aims to enhance the heating, ventilation, and air conditioning systems to ensure compliance with safety and quality standards while minimizing disruptions to patient care operations. This initiative reflects the government's commitment to improving healthcare environments for veterans and supporting veteran-owned businesses in federal contracting. Interested contractors must submit their proposals by April 10, 2025, and can direct inquiries to William Barton at william.barton2@va.gov or Joyce Powers at joyce.powers1@va.gov.
    Z1DA--Replace and Correct Roof Building 44 504 Amarillo VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement and correction of the roof on Building 44 at the Amarillo VA Health Care Facility in Texas. The project, which is set aside for 100% Service Disabled Veteran Owned Small Businesses, requires contractors to provide all necessary labor, materials, and equipment to replace the existing flat roofing system, including new flashing and clearing downspouts, with an estimated construction cost between $500,000 and $1,000,000. This initiative is crucial for maintaining the facility's operational integrity and ensuring compliance with federal contracting regulations, particularly regarding veteran-owned business participation. Interested contractors must submit their proposals by March 26, 2025, and can direct inquiries to Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    Y1DA--679-21-102 | Correct Failing Sanitary Sewer, Water Main, and Fire Protection Deficiencies
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to address deficiencies in the sanitary sewer, water main, and fire protection systems at the Tuscaloosa VA Medical Center in Alabama. The project, designated as number 679-21-102, involves comprehensive construction efforts to correct and enhance existing infrastructure, ensuring compliance with VA standards and safety protocols. This initiative is critical for maintaining reliable utilities essential for the center's operations and reflects the VA's commitment to improving facilities for veterans. Proposals are due by March 19, 2025, and interested contractors should contact Contract Specialist Gregory R. Snyder at gregory.snyder@va.gov or 762-333-4273 for further details.
    Replace Sewer Lift Pump in Building 12 | Project No. 619A4-23-111.
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified contractors to replace the sewer lift pump in Building 12 at the Tuskegee VA Medical Center in Alabama, under Project No. 619A4-23-111. The project involves the removal of an outdated pump, originally installed in 1923, and the installation of a new duplex sewage system designed to enhance reliability and service continuity, particularly under emergency conditions. This initiative is critical for maintaining uninterrupted sewage service to multiple connected buildings, reflecting the VA's commitment to ensuring operational efficiency and compliance with regulatory standards for veteran care facilities. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by March 28, 2025, with a performance period of 90 days post-award; for further inquiries, contact Kimberly Devlin at kimberly.devlin@va.gov or Joseph Osborn at Joseph.Osborn@va.gov.
    Z2DA--549-SL-832 BLDG 9 Roof Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the roof repair project at Building 9 of the Dallas VA Medical Center, with an estimated contract value between $25,000 and $100,000. The project requires Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide labor, materials, and supervision for the replacement of roofing materials, including shingles, decking, and gutters, while adhering to sustainability guidelines set by the EPA and USDA. This initiative is crucial for maintaining the integrity and safety of the facility, as the existing roof is over 30 years old and has multiple leak locations that need urgent attention. Interested contractors must submit their quotes electronically by March 17, 2025, and are encouraged to review the detailed specifications and requirements outlined in the solicitation documents, including a mandatory site visit scheduled for January 27, 2025. For further inquiries, contact Eileen F. Myers at Eileen.Myers@va.gov.
    Z2DA--542-25-105 | Replace Pitched Roof Building 1 | NCO 4 Construction East (VA-25-00008811)
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of the pitched roof on Building 1 at the Coatesville Veterans Affairs Medical Center, designated as Project Number 542-25-105. This project involves comprehensive demolition, site preparation, and construction activities, including the installation of a fluid-applied roofing system and compliance with stringent safety and environmental standards. The initiative is crucial for enhancing the building's structural integrity and ensuring minimal disruption to ongoing medical operations. Interested contractors, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit their bids by April 22, 2025, and direct inquiries to Contract Specialist Lamar D. Thomas at lamar.thomas2@va.gov. The anticipated cost for the project ranges between $500,000 and $1 million, with a performance period of 160 days post-award.