Replace Repair Roofs for Buildings 4,15, 90, 93
ID: 36C24725R0018Type: Solicitation
AwardedSep 8, 2025
$4.7M$4,659,396
Awardee"A-VET ROOFING & CONSTRUCTION, L.L.C." WARNER ROBINS 31093
Award #:36C24725C0097
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 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 roofing work is critical for maintaining the structural integrity and safety of facilities that serve veterans, ensuring compliance with safety and health regulations throughout the process. Interested contractors must submit their proposals by April 16, 2025, and are encouraged to contact William Barton or Joseph Osborn for further details regarding the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    EMSL Analytical, Inc. conducted an asbestos analysis of roofing materials at various buildings within the Central Alabama Veterans Health Care System. The study focused on samples collected on March 12, 2025, with testing dates from March 19 to 20, 2025, utilizing AHERA methods aligned with EPA guidelines. Analysis results indicated that all samples tested showed "None Detected" for asbestos content, classified primarily as non-fibrous materials, with percentages detailing the composition of fibrous versus non-fibrous materials. The report includes multiple samples from Building 4 and Building 90, outlining specific types of roofing materials including shingles, felts, and layered compositions. EMSL noted that the testing adhered to strict quality control measures but emphasized that interpretations of the results and their subsequent application are the responsibility of the client. The findings have implications for safety and compliance in maintaining facilities used by veterans, contributing to health risk assessments and potential remediation efforts as necessary.
    The document serves as an addendum for a roofing project at the Central Alabama Veterans' Health Care System, detailing modifications to construction documents for buildings 4, 15, 90, and 93. The primary updates include removals and modifications in several specification sections relevant to general requirements, summary of work, unit prices, and asbestos-related protocols. Notably, it clarifies that asbestos testing revealed no asbestos-containing materials in the roofing of buildings 4 and 90, eliminating the need for asbestos abatement in this case. This addendum aims to refine project specifications to ensure compliance with safety standards while streamlining the construction process. No changes have been made to the project drawings, and supporting documents are included with the addendum for reference. Overall, this modification underscores the importance of safety and adherence to regulations in government-sponsored construction projects while providing essential updates to project stakeholders.
    The Central Alabama Veterans Healthcare System project involves the comprehensive replacement and repair of roofs for Buildings 4, 15, 90, and 93 at the East Campus in Tuskegee, Alabama. The contractor is responsible for site preparation, demolition, labor, materials, and compliance with safety and infection control measures. Bidders must coordinate site visits through the Medical Center Engineering Officer and adhere to VA security regulations. Key bidding items include alternatives for different roofing membrane specifications, window system modifications, and attic fan installations, along with unit prices for various materials and labor allowances. The construction must consider the Medical Center's continuous operation, requiring meticulous scheduling to minimize disruption. Strict protective measures will be enforced to safeguard existing structures and vegetation, ensuring minimal interference with the medical facilities. Additionally, warranties will be managed throughout the project, with detailed requirements for contractor response to warranty service work. This project underscores the government's commitment to maintaining its facilities while ensuring operational integrity and safety during construction activities.
    The document outlines the scope of work for a roof replacement project at the VA Central Alabama VHCS East Campus in Tuskegee, AL. It specifies the labor, materials, and equipment required to replace roofing systems on various buildings (Buildings 4 and 90) while installing new fall protection where indicated. Key tasks include the removal and disposal of existing roofing materials, asbestos testing, verification of roof drains, and structural deck inspections. The contractor is responsible for the installation of new insulation and roofing systems, including TPO roofing membranes and shingle systems, with specific dedications for alternate materials and components. The contractor must also handle existing mechanical units, install new wood blocking, and supply necessary accessories (like gutters and flashings). The document emphasizes the need for on-site assessments to confirm existing roof conditions before bidding. Overall, it serves as a formal request for proposals, indicating the VA's intention to enhance facility integrity through comprehensive roofing improvements while ensuring compliance with safety regulations and efficient project execution.
    This document outlines the procedures and specifications for the replacement of damaged materials during a roof replacement project, categorized under Unit Prices and Allowances. It specifies that bids must include unit prices for various repair scenarios, including wood blocking, tongue-and-groove wood decking, and lightweight concrete. Each unit price corresponds to specific allowances for quantities to be included in the Base Bid, allowing for adjustments based on actual needs during the project. The document emphasizes the need for coordination with related construction activities and the inclusion of costs associated with any identified anomalies. It sets detailed requirements for the removal and replacement of compromised materials, ensuring structural integrity and compliance with specifications. Additionally, provisions for asbestos abatement are included, highlighting the project's adherence to safety and health regulations. Overall, this document serves as a guideline for bidders in understanding the framework and financial implications of handling unforeseen repairs during roof replacement, central to federal or state construction RFPs involving public safety and building integrity.
    This document outlines the contract specifications for asbestos roofing abatement, focusing on federal, state, and local regulations. It details the responsibilities of the Asbestos Abatement Contractor, including the necessity of obtaining an asbestos report prior to demolition work and ensuring compliance with relevant safety protocols. Key tasks include pre-abatement activities, removal and disposal of asbestos-containing materials (ACM), and final inspections. Contractors must maintain communication with the VA Representative and adhere to strict codes and regulations throughout the project. Measures are outlined for site security, emergency action plans, and worker protection, including required medical examinations and personal protective equipment. The contractor is responsible for coordinating with the VA Professional Industrial Hygienist for oversight and compliance assurance. Furthermore, any significant deviations in ACM quantities must be addressed through established pricing protocols. The document emphasizes a collaborative effort between contractors and VA officials to ensure safety and regulatory adherence throughout the abatement process, highlighting the project's complexity and the rigorous standards for managing asbestos hazards.
    The document outlines specifications for the preparation and execution of a re-roofing project affecting multiple buildings. It includes detailed information on existing roofing systems, which vary from Thermoplastic Polyolefin (TPO) to asphalt shingles, and highlights the need for complete removal and replacement down to the structural deck. The document emphasizes adherence to safety guidelines, particularly regarding hazardous materials like asbestos, which must be navigated with appropriate abatement measures. Key sections cover pre-installation meetings, required materials, installation procedures, roofing system removal, decking preparation, and quality control measures. Emphasis is placed on the importance of minimizing disruption during the project, ensuring adequate drainage, and maintaining communication with relevant parties throughout the roofing work. Contractors must also provide documentation of existing conditions and follow stringent protocols for installation and disposal of materials, ensuring compliance with various public standards and related specifications. Overall, the document serves as a comprehensive guide for contractors bidding on the roofing project, encapsulating the standards and procedures mandated by the federal government to ensure a high-quality and compliant roofing system installation.
    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.
    The document is an amendment (Amendment 08) to a Request for Proposal (RFP) from the Department of Veterans Affairs for the project aimed at replacing and repairing roofs on specific buildings at their facility. Key updates include extending the deadline for RFP submissions to May 2, 2025, at 1:00 PM CST, and the government's official responses to received RFIs, with a note that no further RFIs will be accepted. The amendment implements changes dictated by Executive Order #14173, leading to the deletion of specific clauses related to affirmative action and the addition of a new clause concerning compliance with Executive Order 13899 regarding anti-Semitism. The document lists specific clauses that were deleted or edited, indicating adjustments in the contract terms. Additionally, it emphasizes that all other terms and conditions remain unchanged while including several attached documents that provide further context and requirements for the project. This amendment, therefore, serves to clarify and update key elements of the procurement process for interested contractors while adhering to recent federal mandates.
    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 is an amendment (Amendment 07) to a Request for Proposals (RFP) issued by the Department of Veterans Affairs, specifically related to a procurement for the CAVHCS East Campus in Tuskegee, Alabama. The main purpose of this amendment is to extend the official submission date for proposals until April 16, 2025, at 1:00 PM CDT. All offerors are instructed to submit their proposals to William (Chase) Barton via email, with a copy sent to Joseph Osborn, the Contracting Officer. The amendment also indicates that additional clarifications and an Asbestos Report will be provided in a subsequent amendment. Other terms and conditions of the original solicitation remain unchanged. This action reflects the government's efforts to facilitate the bidding process and ensure proper compliance with project requirements.
    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 outlines a series of responses related to a federal Request for Proposals (RFP) regarding roof replacements and associated work for several buildings, specifically focusing on Buildings 4, 15, 90, and 93. Key inquiries addressed include the insulation factors of existing roofs, roof staging capabilities, and the presence of asbestos. The responses clarify that no asbestos was detected on the roofs of Buildings 4 and 90 and highlight that roofs should be replaced with specific materials while adhering to R-value requirements. Contractors must submit their bids using the prescribed cost breakdown sheets and comply with regulations, including obtaining relevant permits and licenses. Various structural details, such as the removal and installation of gutters, AC units, and safety requirements, were also clarified, demonstrating the comprehensive nature of the project scope. The document emphasizes the necessity for coordination among contractors, adherence to safety standards, and the importance of a quality control system during construction. This information is crucial for potential bidders to understand project requirements, constraints, and expectations fully.
    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.
    Similar Opportunities
    Z2DA--Project 521-22-119 NRM Replace windows (VA-26-00016046)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the construction project titled "Replace Windows Phase III" at the Birmingham VA Medical Center in Alabama. This project involves the demolition and replacement of existing windows, including the installation of non-operable windows, interior wall painting, and the replacement of select windowsills, all while ensuring compliance with safety regulations regarding asbestos and lead removal. The estimated construction cost is between $5 million and $10 million, with the solicitation expected to be released on January 8, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), are encouraged to contact Contracting Officer Zaire Naylor at Zaire.Naylor@va.gov or (803) 776-4000 ext. 4359 for further details.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    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.
    Z2NZ--Replace Air Handling Units 1 & 2 at the Montgomery RO
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to replace Air Handling Units 1 & 2 at the Montgomery Regional Office. This project, estimated to cost between $2,000,000 and $5,000,000, involves comprehensive construction, electrical, and mechanical work, including demolition and installation, with a performance period of 270 days. The initiative is crucial for maintaining the operational efficiency and safety of the facility, adhering to various federal and VA-specific codes and standards. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Contract Specialist Jacalyn T. Hainey at Jacalyn.Hainey@va.gov for further information.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0002)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Montgomery, Alabama. This project involves comprehensive renovations, including hazardous material abatement, interior alterations, and the installation of new systems, with a total estimated contract value between $5,000,000 and $10,000,000. The work is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and must be completed within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 15, 2025.
    HCHV Contract Residential Services | Birmingham VAMC | 4 Beds/Day
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Transitional Housing and Health Care for Homeless Veterans (HCHV) Contract Residential Services at the Birmingham VA Medical Center. The contract aims to offer up to four beds per day, totaling 1,460 beds annually, for eligible male and female veterans, including those with mental health and substance abuse issues, while ensuring a drug and alcohol-free environment and compliance with federal regulations. This initiative is crucial for facilitating access to a range of medical, rehabilitative, and employment services for homeless veterans. Interested contractors should contact Matthew Minnick at matthew.minnick2@va.gov or (912) 961-5826 x415826, with a guaranteed minimum contract value of $5,000 and a maximum ceiling of $1,000,000. Proposals must adhere to strict guidelines and be submitted by the specified deadline.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    SOURCES SOUGHT NOTICE - VISN 7 CONSTRUCTION MATOC 36C24726R0026
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, has issued a Sources Sought Notice for a Service-Disabled Veteran-Owned Small Business (SDVOSB) Multiple Award Task Order Contract (MATOC) focused on construction services within VISN 7, which includes Alabama, Georgia, and South Carolina. This procurement aims to identify qualified SDVOSBs capable of providing a range of construction services, including demolition, renovation, and new construction, under a NAICS code of 236220, with a size standard of $45 million. The MATOC is projected to have a maximum order limitation of $700 million over five years, with individual task orders ranging from $2,000 to $20,000,000, highlighting the significant scale and importance of these services for the VA. Interested parties must respond by December 10, 2026, providing necessary company information and certifications to Elissa Goodman at elissa.goodman@va.gov.
    Repair FTD Building Envelope 539-25-509
    Veterans Affairs, Department Of
    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.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. The project entails the removal and replacement of an old trench cap, requiring contractors to provide all necessary labor, materials, equipment, and supervision while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the medical center, ensuring minimal disruption during construction activities. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, interested parties may contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732.