Y1DA-- Improve Patient Privacy 4B Project# 652-14-106
ID: 36C24625B0006Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the "Improve Patient Privacy 4B" project at the Richmond VA Medical Center, designated as Project No. 652-14-106. This procurement involves extensive renovations to enhance patient privacy, including the construction of 21 patient rooms and supporting spaces, with a completion timeline of 540 calendar days from the Notice to Proceed. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the requirement for such businesses to perform a minimum of 25% of the construction work. Interested bidders must submit their electronic proposals by February 25, 2025, with a bid opening scheduled for February 26, 2025. For further inquiries, potential offerors can contact Contract Specialist Denise Morman at Denise.Morman@va.gov.

    Point(s) of Contact
    Denise MormanContract Specialist
    Denise.Morman@va.gov
    Files
    Title
    Posted
    The project at Hunter Holmes McGuire VA Medical Center aims to improve patient privacy in Building 500, located in Richmond, Virginia. This initiative, identified as Project Number 652-14-106, involves extensive renovations on the fourth floor, subdivided into three phases to manage access and operations during construction. The management team, led by Apogee Consulting Group, oversees various contractors responsible for demolition, structural changes, and the installation of updated systems adhering to national and local building codes. Key elements of the project include verifying existing conditions, ensuring patient safety during construction, relocating equipment and furnishings, and implementing a fully sprinklered fire protection system. Temporary barriers will restrict access in renovation zones, while specific plans ensure continued operation in adjacent areas. The emphasis on compliance with safety regulations and effective project phasing demonstrates a thorough approach to minimizing disruption while enhancing facility capabilities. The document serves as a comprehensive bid document reflecting meticulous planning, highlighting the VA's commitment to providing secure and efficient healthcare environments. It outlines detailed timelines, project specifications, and directives necessary for contractors to follow during demolition and renovation efforts, ensuring the project meets both operational and regulatory requirements.
    The document outlines the Overall Fourth Floor Demolition Plan for the Hunter Holmes McGuire VA Medical Center in Richmond, Virginia. Specifically dated June 3, 2019, it illustrates a design aimed at demolishing specific areas while addressing hazardous materials and ensuring patient privacy improvements. The layout includes detailed phasing notes regarding the abatement of hazardous materials, with references to wall ratings like smoke and fire barriers. The project is part of a broader initiative to enhance facilities that are fully sprinklered, indicating compliance with safety standards. The design integrates engineering input from Apogee Consulting Group, ensuring that all modifications adhere to federal guidelines and local building codes. This plan highlights the government's commitment to improving veterans' healthcare facilities while managing environmental health risks effectively through well-structured demolition and safety protocols.
    The document outlines the specifications for the renovation and improvement of patient privacy at the Hunter Holmes McGuire VA Medical Center. It details the construction requirements, emphasizing the use of metal studs with gypsum wall board (GWB) for sound attenuation and fire safety. Key aspects include the installation of sound attenuation blankets, moisture-resistant materials in wet areas, and the need for acoustic sealant to enhance privacy and safety in patient rooms. The design specifies various wall partition types, including smoke barriers and fire-rated assemblies, ensuring compliance with safety regulations. Further, the document includes instructions for demolition, coordination with mechanical and plumbing systems, and safety protocols during construction. Emphasis is placed on maintaining operational continuity in adjacent areas and ensuring that all work adheres to existing building regulations. The project documentation showcases a commitment to improving the healthcare environment while meeting federal guidelines and standards for patient care facilities.
    The document outlines important guidelines and specifications for federal and state RFPs (Request for Proposals) and grant applications. It emphasizes the need for clarity in project descriptions, including objectives, target audiences, and desired outcomes. Agencies are encouraged to include performance metrics for evaluation purposes, ensuring that proposals align with governmental goals and priorities. Additionally, the document highlights the necessity of incorporating compliance measures related to legal and regulatory standards, including environmental considerations and social equity. It calls for transparency in budget proposals, detailing anticipated costs and methodologies for financial oversight. Through these guidelines, the document aims to enhance the effectiveness and accountability of projects funded by federal and state resources, ultimately ensuring that taxpayer money is utilized efficiently and responsibly.
    The document outlines the fire protection water supply demand estimate for the Hunter Holmes McGuire VA Medical Center in Richmond, VA. It specifies a wet fire protection system design with an area demand density of 0.15 GPM/FT², culminating in a total required water flow of 522.5 GPM, accounting for sprinkler and hose stream demands alongside a safety factor of 10%. The document serves as a reference for the fire protection contractor, emphasizing adherence to NFPA 13 standards and the VA Fire Protection Design Manual. It delineates detailed notes on installation procedures, necessary coordination with existing infrastructure, and compliance with local and federal codes. The plans showcase phased demolition and construction requirements on the fourth floor, including guidelines for installing new sprinkler heads and maintaining existing systems. Overall, it reflects the VA's commitment to ensuring safety and operational efficiency through upgraded fire protection systems while maintaining compliance with established regulations.
    The document outlines plumbing general notes and demolition plans for the fourth-floor renovation project at the Hunter Holmes McGuire VA Medical Center, designed to enhance patient privacy. It stipulates that all plumbing work must comply with local, state, and national codes, as well as specific VA standards. Key tasks include the installation of plumbing equipment, ensuring accessibility, and maintaining system integrity during renovations while coordinating with other trades and addressing any hazardous materials. The plans detail demolition procedures for sanitary, vent, and medical gas systems, emphasizing the need for immediate replacement of essential services. The document serves as a comprehensive guide for contractors regarding the requirements and standards necessary for successful project execution, while highlighting the VA’s commitment to improving patient facilities safely and effectively.
    The document outlines the specifications and requirements for the HVAC and mechanical system upgrades at the Hunter Holmes McGuire VA Medical Center in Richmond, Virginia. Key tasks include installation and coordination of new mechanical systems in compliance with local, state, and VA standards, ensuring proper access and maintenance for equipment. Contractors must obtain necessary permits and submit proposed equipment deviations to the Contracting Officer Representative (COR) for approval. The project focuses on thorough coordination between trades to prevent conflicts during the installation process. The document delineates responsibilities to maintain precise routing of ductwork and piping, field verification of dimensions before material ordering, and protocols for handling discrepancies with existing conditions. It emphasizes the necessity of utilizing approved materials and systems, proper installation techniques, and documentation for maintenance instructions upon project completion. As part of the renovation efforts, temporary climate control solutions must be ensured for impacted spaces. This project signifies the VA’s commitment to upgrading its facilities, enhancing patient care environments, and adhering to stringent safety and operational standards.
    The document outlines the construction projects at the Hunter Holmes McGuire VA Medical Center in Richmond, VA, designated to enhance patient privacy and safety. It emphasizes adherence to electrical and structural codes, including installation of circuits, compliance with the National Electrical Code, and installation of safety equipment such as firestopping components. The project includes meticulous demolition plans, ensuring ongoing electrical services are maintained during renovations. Coordination among various trades is critical, with detailed specifications on wiring, lighting designs, and requirements for emergency and power systems. The contractor is also tasked with ensuring compliance with the Americans with Disabilities Act and maintaining accurate records of installation. This initiative reflects the VA's commitment to improving facilities to enhance healthcare delivery while ensuring safety standards are upheld throughout the construction process.
    The document details the technology planning and demolition specifications for a project at the Hunter Holmes McGuire VA Medical Center aimed at improving patient privacy. It outlines the necessary installations, such as communication devices and nurse call systems, which comply with various electrical codes and standards. Specific requirements include providing adequate cabling to support system integrations and maintaining active services during construction. The document also emphasizes the protection and coordination of existing infrastructure, including antennas and telecommunication racks, which are to remain intact or be relocated as specified. Overall, the project seeks to enhance facility safety and operational efficiency while adhering to regulatory compliance and best practices in healthcare settings.
    The document outlines a Request for Proposal (RFP) for a construction project titled "Improve Patient Privacy 4B" at the Richmond VA Medical Center. The project involves renovating the 4B inpatient nursing unit, including the construction of 21 patient rooms and other supporting spaces, and requires completion within 540 calendar days from the Notice to Proceed. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the requirement for such businesses to perform a minimum of 25% of the construction work. Bidders must submit electronic bids by February 3, 2025. The RFP specifies that all bids will be evaluated primarily on price, with a pre-bid conference scheduled for January 6, 2025, and all inquiries to be directed via email to the contracting officials. Strong adherence to safety protocols and compliance with federal regulations, such as the Buy American Act and construction wage rate requirements, is also mandated. The document underscores the government's commitment to fostering opportunities for veteran-owned enterprises while ensuring quality and compliance in the renovation of critical healthcare infrastructure.
    The Central Virginia VA Health Care System (CVHCS) is seeking contractors for the renovation of its 4B inpatient nursing unit and adjacent corridors at the Richmond VA Medical Center. The project will involve approximately 16,750 square feet of space requiring general construction, alterations, and electrical work. It is designed specifically for Service-Disabled Veteran Owned Small Businesses (SDVOSB) under NAICS code 236220, with an expected construction cost between $5,000,000 and $10,000,000. The solicitation is scheduled to be issued around December 18, 2024, with a bid response deadline of January 17, 2025. Interested contractors must be registered in the System for Award Management (SAM) and the SBA VetCert database. The construction is expected to be completed within 540 calendar days following issuance of the Notice to Proceed. A pre-bid conference and site visit will be announced in the solicitation, and contractors are advised to stay updated via SAM.gov for any amendments or additional information. The government reserves the right to cancel the solicitation without obligation for reimbursement of costs incurred by offerors.
    The document pertains to an amendment of solicitation number 36C24625B0006 issued by the Department of Veterans Affairs, specifically the Network Contracting Office 6. This amendment primarily communicates a cancellation of a scheduled site visit initially set for January 6, 2025, at 1:00 PM EST, which has now been rescheduled for January 13, 2025, at the same time. Additionally, Requests for Information (RFIs) have a new submission deadline of January 21, 2025, by 3:00 PM EST. The document also notes that all other terms and conditions of the original solicitation remain unchanged. This amendment aims to inform potential offerors and bidders of important schedule adjustments, maintaining clarity and communication throughout the contracting process.
    The document is an amendment to solicitation number 36C24625B0006, issued by the Department of Veterans Affairs Network Contracting Office 6. The primary purpose of this amendment is to extend the deadline for bid submissions and the associated bid opening. The new due date for offers is set for February 25, 2025, at 3:00 PM EST, and the bid opening will occur on February 26, 2025, at 11:00 AM EST. The amendment also states that questions and answers regarding the solicitation will be posted by February 7, 2025. It emphasizes that other conditions of the original solicitation remain unchanged. This amendment is significant as it allows more time for bidders to prepare their submissions, ensuring a fair and competitive bidding process in line with federal procurement protocols.
    The document serves as an amendment to Solicitation 36C24625B0006 from the Department of Veterans Affairs Network Contracting Office 6, updating details related to the bidding process for a specific project. The primary purpose of this amendment is to extend the deadline for bid submissions to March 18, 2025, at 4:00 PM EST, with the bid opening rescheduled for March 19, 2025, at 10:00 AM EST. Additionally, the document includes responses to inquiries submitted by bidders, emphasizing the importance of reviewing the attached documents, which consist of 16 pages of RFI responses, a 3-page signage package, 6 pages of patient lift specifications, and a 4-page sign-in sheet from a site visit. It reinforces that all other terms and conditions of the original solicitation remain unchanged. This amendment reflects the government's commitment to a transparent and coordinated bidding process while ensuring potential contractors are well-informed about requirements and timelines.
    The McGuire VA Medical Center issued a signage order on July 9, 2018, to enhance wayfinding within Building 500, specifically in service areas and restrooms. This order specifies the need for a variety of Room ID signs, detailing their quantities, room numbers, and type, predominantly categorized as "Room ID Sign". Notably, the order focuses on identifying areas crucial for improving patient privacy and overall navigation. The document lists a total of 45 signage items required, including multiple restrooms, offices, a lactation room, and other departmental spaces, with specific references to design sheets for each sign type. This signage initiative reflects the Center's commitment to fostering an accessible environment for patients and staff by improving the clarity of navigational information. It aligns with broader objectives within federal grant frameworks and RFPs, emphasizing patient-centered care in healthcare facility management.
    The document outlines the requirements for small business re-representation following federal contract awards according to clause 52.219-28. It clarifies what constitutes a small business concern and details the conditions under which a contractor must update their size and socioeconomic status. Key circumstances for re-representation include contract novation, mergers, acquisitions, and specified timeframes for long-term contracts. Furthermore, it mandates that contractors validate their representations in the System for Award Management (SAM) and provide written notification of updates. Specific size standards for various business types are defined, along with procedures for contractors that do not have prior representations recorded in SAM. This serves to ensure compliance with small business program regulations and assess eligibility for various set-aside programs and contracts. The document ultimately emphasizes the integrity and accuracy of business representations in federal contracting processes, aimed at promoting fair opportunities for small businesses in government procurement.
    The document outlines the limitations on subcontracting for VA contracts, specifically addressing the compliance certification requirements for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Contractors must adhere to specific percentages of work performed by themselves versus certified SDVOSB/VOSB subcontractors: 50% for service contracts, 85% for general construction, and 75% for special trade construction. Key points include the legal obligations of the offeror under 38 U.S.C. 8127, implications of false certifications, and the requirements for documentation to demonstrate compliance. The VA retains the right to review relevant records and impose penalties for non-compliance, which may escalate to criminal prosecution. Additionally, the completion of the certification is mandatory for consideration of the offer, emphasizing the importance of good faith in contracting within veteran-owned business frameworks. This regulation ensures that government contracts support veteran-owned businesses and maintain workforce integrity throughout project execution.
    The Richmond VA Medical Center (VAMC) aims to enhance patient privacy through Project No. 652-14-106. The project encompasses comprehensive work in building Area 4B, including general construction, alterations, and various engineering disciplines such as plumbing, mechanical, electrical, and data communications. The contract outlines specific safety requirements, construction security protocols, and operational conditions to minimize disruption to the VAMC's functioning. Key elements include the necessity for contractors to adhere to stringent security measures, maintain uninterrupted utility services, and coordinate closely with the VA personnel to ensure smooth operations. The contractors must provide detailed CPM schedules to manage the project timelines and costs effectively, reflecting the status of all phases. Compliance with VA specifications, proper documentation, and timely submission of as-built drawings are essential aspects of successful project execution. This initiative underscores the commitment of the Department of Veterans Affairs to safeguard patient information while improving facility functionality and aesthetic standards.
    The Pre-Award Contractor Experience Modification Rate (EMR) Form seeks essential safety and operational information from bidders for Solicitation 36C24625B0006 to determine the contractor's responsibility per FAR 9.104-1(e). Bidders must provide details about their company, including contact information and relevant safety metrics for the past three calendar years, such as man hours worked, instances resulting in missed work, the Days Away, Restricted, or Transferred (DART) Rate, and any serious OSHA violations alongside explanations. Required attachments include the 2023 OSHA 300 and 300a Forms and a letter from the insurance carrier confirming the current EMR rate. Additionally, bidders need to specify their six-digit North American Industrial Classification System (NAICS) Code and identify the administrator of their Safety and Health Program. This information is critical for evaluating the qualifications and safety compliance of potential contractors, ensuring that awarded contracts are fulfilled by capable and responsible entities.
    The document outlines the bid specifications for the Richmond Veterans Affairs Medical Center's project aimed at improving patient privacy. This project, designated as Project No. 652-14-106 and dated June 12, 2019, details a comprehensive array of requirements grouped into divisions covering general requirements, existing conditions, construction materials, and various systems such as plumbing, HVAC, electrical, and safety/security systems. The bid documents provide technical specifications and standards for each division, ensuring adherence to the Department of Veterans Affairs' construction guidelines. The focus is on enhancing patient privacy while maintaining safety and functionality, indicating a commitment to improving healthcare environments according to federal standards. The thoroughness of the document reflects the critical nature of this undertaking, requiring coordination of multiple trades and compliance with quality and safety measures throughout the construction process.
    The Richmond VA Medical Center is soliciting bids for an improvement project focused on enhancing patient privacy, which includes extensive renovations, demolition, and construction activities. The contractors are required to adhere to strict safety and quality control measures, engage in asbestos abatement, and ensure comprehensive infection control throughout the project. Key responsibilities include the demolition of existing flooring, installation of new plumbing and HVAC systems, and updating signage for compliance with patient privacy regulations. Contractors must coordinate utility shutdowns to minimize disruptions to hospital operations, maintain project security, and manage waste disposal effectively. Additionally, the solicitation clarifies licensing requirements, confirms the need for general contractor licenses from any U.S. state, and sets forth specific questions and answers related to project execution. All work must support the VA's standards and meet federal and local regulations while a detailed schedule for project completion, lasting approximately 18 months, aims to minimize inconvenience to patients and staff. This project exemplifies the government's commitment to improving healthcare facilities while prioritizing safety and operational continuity.
    The document outlines specifications for the installation of Ceiling Mounted Patient Lift Systems at Richmond VAMC, aimed at improving patient privacy and safety. The key components cover the system's design requirements, quality assurance standards, and submittal procedures, ensuring compliance with regulatory standards such as ISO 10535 and UL 60601-1. Noteworthy features include a robust weight capacity of up to 1,000 pounds, safety mechanisms like emergency stops, and a user-friendly interface for both patients and clinical staff. Installation guidelines emphasize careful structural support design and coordination with other trades to prevent damage during construction. A warranty of three years for the lift system is required, with options for extended coverage if preventive maintenance is performed. The document serves as a formal request for proposals (RFP), detailing the expectations for potential contractors, thus ensuring the delivery of fully operational and compliant patient lift systems to enhance care in a veteran healthcare setting. Overall, it signifies the federal commitment to providing quality health services for physically challenged patients within the VA healthcare system.
    The document pertains to a federal and state grant proposal focusing on environmental restoration initiatives. It outlines the objectives of funding projects aimed at improving community infrastructure and ecological sustainability. Key areas covered include habitat restoration, pollution reduction, enhancement of green spaces, and community engagement in environmental stewardship. The proposal highlights the necessity for collaboration among various stakeholders, including local governments, non-profit organizations, and community members. Moreover, it emphasizes the significance of employing measurable outcomes to assess project effectiveness, ensuring accountability and transparency in fund utilization. The document calls for innovative approaches to environmental challenges, promoting public awareness and education about sustainability practices. Overall, the proposal indicates a comprehensive strategy to secure funding for environmentally beneficial projects, aiming to foster long-term ecological health and improve quality of life in affected communities. These initiatives align with larger federal and state environmental policies, contributing to national sustainability goals.
    Similar Opportunities
    Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of public bathrooms at the Augusta VA Medical Center, aimed at improving patient safety. This project involves comprehensive construction and alterations across seven floors, including upgrades to plumbing fixtures, lighting, and finishes, while adhering to stringent safety and security protocols due to the facility's continuous operation. The estimated contract value ranges from $1 million to $5 million, and the opportunity is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit sealed bids by March 28, 2025, with a mandatory site visit scheduled for March 4, 2025. For further inquiries, potential bidders can contact Contract Specialist Pamela R Moffitt at pamela.moffitt@va.gov.
    Y1DA--FY25: NRM (PROJ: 673-21-149) BB Convert 6 West to Private Patient Rooms
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the 6 West wing at the James A. Haley VA Hospital in Tampa, Florida, to convert the area into private patient rooms. This project involves comprehensive demolition and remodeling, including structural updates, mechanical, electrical, and plumbing work, with a strong emphasis on infection control and safety protocols during construction. The initiative aims to enhance patient privacy and care quality, reflecting the VA's commitment to improving healthcare environments for veterans. The estimated project cost ranges from $5 million to $10 million, and interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by the extended deadline of March 11, 2025, to the designated contracting specialist, David M. Hernandez, at David.Hernandez1@va.gov.
    Y1DA--Replace Nurse Call System - 652-21-102
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide construction services for the replacement of the nurse call system at the Central Virginia VA Health Care System in Richmond, Virginia. The project, identified as 652-21-102, involves comprehensive upgrades, including the demolition and installation of new hardware and software for the existing nurse call and code blue systems, ensuring continuous operation throughout the upgrade process. This initiative is crucial for enhancing healthcare infrastructure for veterans, with an estimated project cost between $5 million and $10 million, and responses are due by March 3, 2025. Interested parties should submit a capability statement and suggestions for alternative systems that meet or exceed the functionality of the HillRom brand, and may contact Contract Specialist Moses Deng at moses.deng2@va.gov or 910-475-6807 for further information.
    Z2DA-- Renovation of the 1D Clinic Project No: 671-22-157
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the 1D Clinic at the Audie L. Murphy VA Medical Center in San Antonio, Texas. The project requires contractors to provide all necessary labor, materials, and equipment for a comprehensive renovation covering approximately 1,310 square feet, with a focus on minimizing disruption to hospital operations and adhering to strict safety and infection control standards. This initiative is part of the VA's commitment to enhancing healthcare infrastructure for veterans, with an estimated construction cost between $500,000 and $1,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit bids by February 28, 2025, following a mandatory site visit on February 4, 2025, and are encouraged to direct inquiries to Contract Specialist Makarim Abdul-Jabbar at makarim.abdul-jabbar@va.gov.
    Z1DA--HVAC Controls Replacement Project 652-25-100
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the HVAC Controls Replacement Project (VA Project No: 652-25-100) at the Richmond Veterans Affairs Medical Center. This project involves the removal and replacement of air handling unit (AHU) dampers and controls, with a focus on upgrading the HVAC control systems to enhance operational efficiency and safety standards. The initiative is crucial for maintaining optimal indoor environmental conditions in healthcare facilities, ultimately benefiting veteran patients. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by March 10, 2025, following a mandatory pre-bid site visit on February 13, 2025. For further inquiries, potential bidders can contact Contract Specialist Denise Morman at Denise.Morman@va.gov.
    C1DA--549-215 Bathroom Expansion - Community Living Center - Dallas, TX
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified architect-engineering firms for the design and oversight of a bathroom expansion project at the Dallas Veterans Affairs Medical Center Community Living Center. The project, identified as 549-215, aims to enhance patient privacy by constructing individual bathrooms for patient rooms, refurbishing existing facilities, and ensuring compliance with updated HVAC standards for pandemic readiness. This initiative is part of the VA's commitment to improving healthcare infrastructure and patient care standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their Standard Form 330 qualification packages by March 13, 2025, with an estimated construction value of $6,837,600 and a completion timeline of 235 days post-award. For further inquiries, contact Contracting Officer Gabriel D. Escarciga at Gabriel.Escarciga@va.gov or Contract Specialist Doniver G. Hamilton at Doniver.Hamilton@va.gov.
    Z2DA--675-22-706A EHRM Infrastructure Upgrades Construction Viera VA Clinic
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the EHRM Infrastructure Upgrades Construction project at the Viera VA Clinic in Florida. This project, valued between $2 million and $5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves comprehensive construction work to modernize the clinic's electronic health record management infrastructure. Key requirements include providing all necessary tools, labor, and materials, with a completion timeline of 455 calendar days post-award, while adhering to strict safety and operational protocols to minimize disruption to ongoing medical services. Interested bidders must submit their offers by the extended deadline of March 18, 2025, and can direct inquiries to Contract Specialist Sharese H McKinney at sharese.mckinney@va.gov.
    Z2DA--Renovate Halls, Walls, Ceilings
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 6, is seeking bids for the renovation of halls, walls, and ceilings in Building 1 at the Durham VA Medical Center. This project aims to modernize the facility, address hazardous materials, and improve structural finishes, with an estimated construction magnitude between $2 million and $5 million. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran-owned enterprises. Interested contractors must submit their proposals by March 18, 2025, at 11:00 AM EDT, and are encouraged to participate in a mandatory site visit scheduled for January 22, 2025. For further inquiries, potential bidders can contact Contract Specialist Alice V. Custis at Alice.Custis@va.gov.
    Z2NZ--Project 512A5-21-304 Upgrade Steam System Phase V - Patient Areas (Construction)
    Buyer not available
    The Department of Veterans Affairs is seeking bids from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the construction project titled "Upgrade Steam System Phase V - Patient Areas" at the Perry Point VA Healthcare System in Maryland. This project involves comprehensive upgrades to the steam and condensate distribution systems, including mechanical, plumbing, and electrical work, with an estimated cost between $10 million and $20 million. The upgrades are crucial for enhancing the efficiency and safety of the healthcare facilities serving veterans. Interested contractors must be registered and certified, with the solicitation expected to be published on January 31, 2025, and a site visit scheduled for February 20, 2025. For further inquiries, contractors can contact the contracting officer, Liana J. Holland, via email at Liana.Holland@va.gov.
    Z2DZ--Network (VISN) 17 Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Site Prep
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract focused on site preparation for the renovation of the MRI room at the Olin E. Teague Veterans’ Medical Center in Temple, Texas. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses comprehensive construction services, including the relocation of utilities and adherence to strict safety and infection control protocols, with a project magnitude estimated between $20 million and $50 million. This initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with federal regulations while maintaining operational integrity during construction. Interested contractors must submit their proposals by February 26, 2025, at 10:00 AM CST, and can direct inquiries to Contracting Officer Rhonda Richardson at rhonda.richardson5@va.gov or by phone at 254-421-5722.