Y1DA-- Improve Patient Privacy 4B Project# 652-14-106
ID: 36C24625B0006Type: Solicitation
AwardedJul 30, 2025
$8.5M$8,509,766
AwardeeBRIGHT REGARDS, LLC WALDORF 20602
Award #:36C24625C0034
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)

Set Aside

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

    The Department of Veterans Affairs is seeking contractors for the "Improve Patient Privacy 4B" project at the Richmond VA Medical Center, identified by project number 652-14-106. This procurement involves commercial and institutional building construction aimed at enhancing patient privacy, with a NAICS code of 236220 and a size standard of $45.5 million. The project is critical for ensuring compliance with federal standards in healthcare facilities, thereby improving the overall patient experience. Interested contractors should note that the bid opening occurred on May 7, 2025, at 11:00 AM EDT, and can contact Contract Specialist Denise A. Morman at denise.morman@va.gov or 804-675-5170 for further details.

    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 the construction and renovation plans for improving patient privacy at the Hunter Holmes McGuire Veterans Affairs Medical Center in Richmond, VA. It details specifications for metal stud and gypsum wall board (GWB) installations aiming for enhanced sound attenuation and fire safety. The walls will include sound attenuation blankets and various GWB types, including moisture-resistant and cementitious backer board in specific wet areas. Key instruction emphasizes maintaining existing structures during demolition, coordinating with safety protocols, and ensuring accessibility for ongoing hospital operations. The design involves smoke barriers and guidelines for ceiling heights, equipment integration, and coordination across mechanical, electrical, and plumbing systems. This project reflects adherence to VA standards and compliance with safety regulations and underscores a commitment to modernizing healthcare facilities while enhancing patient experience and safety.
    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 Richmond VAMC's project, titled "A/E Improve Patient Privacy 4B," focuses on enhancing door hardware and related items necessary for optimal door installation and operation while ensuring compliance with various federal standards (UFAS, NFPA, IBC). It involves the supply and installation of rated door hardware assemblies for metal and wood doors, compliant with safety regulations. Key components include mortise locksets, hinges for different door types, overhead closers, and gaskets. The specification mandates using materials from designated manufacturers, standardizing the hardware to maintain consistency and reliability. Additional requirements entail warranty periods for certain items, maintenance manuals, and coordination among relevant stakeholders through a preinstallation meeting. Different sections detail the specifications for the various types of door hardware, including locking mechanisms, door stops, and closing devices, all emphasizing durability and compliance with accessibility standards. The document serves as a comprehensive guideline for contractors, ensuring that the project aligns with the overarching goals of enhancing patient privacy and safety within the Richmond VAMC facilities.
    This document is a detailed door schedule for a construction project at the Hunter Holmes McGuire VAMC, emphasizing door specifications necessary for the improvement of patient privacy in various hospital room types. It outlines the dimensions, materials, hardware types, and fire ratings for numerous doors, indicating their designated locations such as patient rooms, bathrooms, and corridors. The schedule refers to specific door and frame types, including hollow metal (HM), wood (WD), and glass (GL), along with corresponding door hardware sets. Key features include guidance on fire resistance, installation of vision lites with ceramic glazing, suitable door frame alterations, and the integration of card reader systems for heightened security. The document also identifies existing structures slated for reuse, the requirement for protecting high-traffic areas with armor protection plates, and specific notes on finishes linked to the overall project aesthetics. This comprehensive schedule serves as a crucial reference for contractors involved in ensuring compliance with safety and functional specifications in healthcare facility renovations, aligning with federal and state construction mandates.
    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 Special Notice outlines a project titled "Improve Patient Privacy 4B" at the Richmond VA Medical Center, referenced by project number 652-14-106. The contracting office, part of the Department of Veterans Affairs, is located in Richmond, VA. The project pertains to commercial and institutional building construction, with a NAICS code of 236220 and a size standard of $45.5 million. A bid opening occurred on May 7, 2025, at 11:00 AM EDT, and the document provides details on bid submissions, including attached bid abstracts and a supplement that shows complete bid prices due to pagination issues in the main abstract. This announcement serves to facilitate the procurement process for improving patient privacy through construction enhancements, aligning with federal standards and protocols for government contracting.
    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 is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 6, pertaining to project number 36C24625B0006. The primary purpose of the amendment is to officially cancel a previously scheduled site visit for January 6, 2025, and announce a rescheduled date of January 13, 2025. Furthermore, it establishes a new deadline for Requests for Information (RFIs), now due by January 21, 2025. The amendment clarifies that all other conditions laid out in the original solicitation remain unchanged. This amendment is typical in government contracting, where modifications are often necessary to keep bidders informed and ensure compliance with changes in scheduling and procedural requirements. Overall, the document serves to update contractors on critical changes while maintaining contractual integrity.
    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 a solicitation issued by the Department of Veterans Affairs (VA) Network Contracting Office 6, specifically for solicitation number 36C24625B0006. The primary purpose of this amendment is to extend the deadlines for the submission of bids and the bid opening. The new bid due date 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. Additionally, it is noted that questions and answers related to the solicitation will be made available around February 7, 2025. The amendment also clarifies that all other terms and conditions of the original solicitation remain unchanged. This document is significant as it reflects procedural updates within federal RFP processes, ensuring that potential bidders remain informed of changes that affect their submission timelines.
    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.
    This document outlines Amendment 0003 for Solicitation 36C24625B0006 from the Department of Veterans Affairs’ Network Contracting Office 6. The amendment serves to extend the bid deadline and provide responses to submitted questions. The new submission due date is set for March 18, 2025, at 4:00 PM EST, with the bid opening scheduled for March 19, 2025, at 10:00 AM EST. Attached to the amendment are responses to inquiries pertaining to the solicitation as well as various specifications, including the RFI Responses (16 pages), 4B Signage Package (3 pages), and Patient Lift Specifications (6 pages). All other terms and conditions specified in the original solicitation remain unchanged. This amendment ensures that all potential bidders are informed of the extended timeline and answers to their questions, maintaining transparency and adherence to procedures in the federal procurement process.
    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 document outlines an amendment to solicitation number 36C24625B0006 from the Department of Veterans Affairs, specifically Network Contracting Office 6, regarding a project to enhance patient privacy at the Richmond VA Medical Center. The amendment, labeled as 0004, primarily serves to extend the bid due date to April 8, 2025, at 4:00 PM EDT, with the bid opening scheduled for April 9, 2025, at 11:00 AM EDT. It emphasizes that all previous and future amendments must be signed and included in the bid submissions. The project falls under the NAICS code 236220 for commercial and institutional building construction, with an estimated construction value between $5 million and $10 million, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. This amendment is part of a sealed bidding process in accordance with federal procurement regulations, ensuring compliance and fair competition.
    This document is an amendment to Solicitation 36C24625B0006 issued by the Department of Veterans Affairs Network Contracting Office 6. The primary purpose of this amendment is to provide updated bidding information and to extend the deadlines for bid submissions and openings. Bids are now due by 4:00 PM EDT on April 22, 2025, with the bid opening scheduled for 11:00 AM EDT on April 23, 2025. Additionally, updated questions and responses, along with several drawings and specifications, are attached to this document, necessitating a complete review by potential bidders. Questions regarding the solicitation must be submitted by 1:00 PM EDT on April 1, 2025, via email to designated contacts. The amendment reinforces that all other terms and conditions of the initial solicitation remain unchanged. This document emphasizes the importance of compliance and thorough review processes in government contracting, ensuring clarity and adherence to timelines for bidders.
    The document is an amendment to Solicitation 36C24625B0006 issued by the Department of Veterans Affairs Network Contracting Office 6. The purpose of this amendment is to provide updated bidding information and extend the deadlines for bid submissions. The new deadline for bids is set for Tuesday, May 6, 2025, by 4:00 PM EDT, while the bid opening has been rescheduled for Wednesday, May 7, 2025, at 11:00 AM EDT. Included with the amendment are updated questions, responses, and specifications, with three attachments relevant to the bidding process. Bidders are instructed to review all documents thoroughly, including previously posted materials. The amendment maintains that all other terms and conditions of the original solicitation remain unchanged. This amendment reflects the ongoing efforts of the federal government to facilitate the procurement process while ensuring that contractors have up-to-date information for their proposals.
    The document pertains to Amendment 0007 for Solicitation 36C24625B0006 issued by the Department of Veterans Affairs, Network Contracting Office 6. This amendment implements changes aligned with Executive Orders 13899, 14173, and 14168, specifically updating the Federal Acquisition Regulation (FAR) clauses and adding new provisions. Key modifications include the removal and replacement of certain FAR clauses related to wage rates, labor standards, and contract termination, as well as the addition of the VAAR Clause 852.222-71 concerning compliance with Executive Order 13899, which focuses on combating anti-Semitism. This clause obligates contractors to notify the Contracting Officer of any credible evidence of violations and mandates that similar terms are included in subcontractor agreements. The amendment ensures all other terms remain unchanged and stresses the need for acknowledgment of these updates by potential contractors to maintain eligibility for consideration. This document reflects the government's commitment to uphold civil rights standards in its contracting processes.
    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.
    This document serves as an abstract of offers for a construction project, detailing the solicitation process and key bid information. It includes the solicitation number, date issued, date opened, and the issuing office, alongside the project title and the number of amendments. The main focus is on competitive bids received from contractors, namely Hamilton Pacific Chamberlain LLC and Bright Regards, LLC, for a base bid of approximately $9.85 million. Each bid includes details about bid security types and amounts, with a 20% bond specified for both offers. Notably, the document also outlines estimates pertaining to labor and contract costs, specified under government estimate categories. The summary is significant for assessing contractor responsiveness and bid evaluation, contributing to the overarching goals of transparency and fairness in federal contracting processes, particularly within the purview of government RFPs and grants.
    The document is a continuation sheet for the Abstract of Offers concerning construction projects, specifically for cases where more than two offers are received. It outlines the essential components needed to summarize bids from different contractors competing for a project, including details such as the project title, bid security types and amounts, amendments acknowledged, contract items with estimated quantities, unit prices, and estimated amounts from each offeror. The sheet accommodates up to 13 items and necessitates the attachment of additional forms (OF 1419A) if more are required. In this instance, four offerors are named: Takota Flats SEGDE JV, Birmingham Industrial Construction, MCW-TMG1 JV, and Industrial Maintenance Services, Inc., each providing differing bids and security amounts, highlighting competitive pricing within the bidding process. The document serves the purpose of providing a structured way to present and compare offers in federal construction procurement, ensuring transparency and adherence to standards in contract management.
    The document serves as a continuation sheet for the submission of offers on a construction project, specifically designed for situations where more than two offers are received. It outlines the necessary instructions for completing the Abstract of Offers - Construction (Form OF 1419), indicating that additional continuation sheets may be needed for more than 13 contract items. Key components include identification of the project title, offerors, state of bid security, amendments acknowledged, and detailed contract item information such as item numbers, estimated quantities, unit prices, and estimated amounts for each offeror. The offers from four companies—Phillips C&C, GovSolutions, Inc., Ameritech Contracting Inc., and TDSC—are noted, along with their respective bid securities, unit pricing, and estimated totals, reflecting competitive bidding in compliance with federal RFP standards. This document is essential for evaluating and comparing construction bids in government procurement processes, ensuring transparency and structured assessment of offer details.
    The document presents a summary of bids received for a government project, detailing the base bids submitted by various contractors along with their status on bid bonds and amendments. The contractors listed include GovSolutions with the highest bid of $10,093,372.14, followed closely by HPC and Phillips C&C with bids just under $10 million. All contractors have demonstrated compliance with bid bond requirements. The bids reveal a competitive landscape in which companies like AmeriTech and TF-SEG JV follow behind the frontrunners with bids ranging from approximately $9 million to $9.2 million. The document emphasizes the financial aspects of the bidding process, key for evaluating potential contractors for government projects. The comprehensive presentation of bids and compliance criteria indicates preparedness for contract selection, ensuring that the chosen vendors meet necessary financial and regulatory standards.
    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.
    This document provides specifications for various types of 5 knuckle ball bearing and full mortise hinges, tailored for medium to heavy weight doors in high-frequency use, commonly required in governmental and institutional RFPs. It outlines hinge features, including reversible flush tips, non-detachable ball bearings, and optional configurations (e.g., electric wires, hospital tips, decorative tips). The hinges are designed to support fire-rated doors and are compliant with relevant safety standards like NFPA80. Quantitative details are provided, listing dimensions, metal gauges, screw specifications, and packaging information. The detailed descriptions of hinge types, additional hardware options, and applicable functionalities reflect the needs identified in governmental contracts for durable and secure door mechanisms. The documentation serves as a resource for procurement proposals, ensuring compliance with federal, state, and local specifications for architectural hardware in public applications.
    The document outlines the specifications for a construction project aimed at enhancing patient privacy at the Hunter Holmes McGuire VA Medical Center in Richmond, Virginia. The focus of the project includes the installation of ductless split condensing units and associated mechanical systems to efficiently manage temperature and air quality in designated areas. Notable components consist of detailed schedules for both condensing units and indoor units, indicating various capacities and power requirements, along with distinct installation notes to ensure compliance with manufacturer guidelines. The project is managed by Apogee Consulting Group and involves meticulous planning to meet technical and regulatory standards set by the U.S. Department of Veterans Affairs. This initiative reflects the government's commitment to improving healthcare infrastructure while optimizing patient care environments.
    The Richmond VA Medical Center (VAMC) is soliciting updates and corrections through Solicitation 36C24625B0006 to improve patient privacy as part of its ongoing infrastructure modifications. Attached are revised architectural and structural drawings, as well as specifications for door hardware and materials. Key updates address particular concerns raised in prior Q&A sessions, including clarifications on the required structural steel framing in patient lift rooms, and the determination that only electrode steam humidifiers are needed in Clean Storage rooms. Additionally, responses confirm the necessity of having a dedicated Quality Control (QC) manager and superintendent for the project, each able to perform Site Safety and Health Officer (SSHO) duties if qualified. These changes ensure compliance with project specifications and enhance operational quality, reflecting the VA's commitment to effectively manage resources and maintain patient safety throughout the facility enhancements. The document serves as a formal communication of essential design information and operational requirements to prospective contractors involved in federal projects, encapsulating the VA’s oversight and regulatory standards.
    The Richmond VAMC is seeking improvements in patient privacy through modifications that include the installation of ceiling-mounted patient lift systems in various rooms. This solicitation outlines requirements for general contractor licensing and specifies that all structural steel installations must be verifiable and certified by a structural professional engineer. The document addresses multiple technical inquiries regarding existing steel supports, hardware specifications, and updates to architectural drawings. Clarifications include the use of specific lift capacities, the necessity for signage in patient rooms, and details regarding adjustments made in recent amendments. Importantly, the project will be awarded as a Firm-Fixed Price contract without adjustments for tariff price increases, emphasizing budget adherence and consistent firm pricing. Overall, the project aims to enhance patient care facilities while ensuring compliance with VA regulations and industry standards for health and safety.
    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 outlines specifications for the installation of Ceiling Mounted Patient Lift Systems at the Richmond VA Medical Center. It details requirements related to the transfer of physically challenged patients, emphasizing quality assurance, compliance with safety standards (ISO 10535, UL 60601-1), and other relevant codes. Certifications from independent parties are mandated, and manufacturers must demonstrate reliability through documented past performance. Submittals required for the project include manufacturer’s literature, compliance certificates, operational data, and individual room layouts for installation. A warranty of up to 10 years is required for the lift systems, enhancing long-term reliability. The lift systems feature robust specifications, catering to both standard and bariatric patient needs, with capacities of 600 lbs and 1000 lbs respectively. Important functionalities include a remote hand controller, weight display, emergency lowering devices, an integrated charging system, and a user-friendly installation process. The contractor is responsible for ensuring complete operational functionality and adherence to specifications, demanding a demonstration of the systems' performance before acceptance by the U.S. Department of Veterans Affairs. This document serves as a formal request for proposals aimed at improving patient transfers and ensuring safety within the facility.
    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--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement – BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project requires comprehensive construction services, including structural modifications, installation of lead-lined walls, and adherence to various safety and quality standards throughout the construction process. This initiative is critical for enhancing the emergency department's capabilities and ensuring compliance with healthcare regulations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Contract Specialist David M Hernandez at David.Hernandez1@va.gov.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project located at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project is crucial for enhancing the data management capabilities of the VA, with an estimated cost between $5,000,000 and $10,000,000. Interested bidders must submit their proposals electronically by January 8, 2026, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Z2DA--Renovate MICU/SICU 539-20-104
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under project number 539-20-104. The project entails comprehensive renovations covering approximately 11,000 square feet, including demolition, new layouts, fixtures, finishes, and the installation of a HEPA pandemic filtration system, with an estimated construction value between $5,550,000 and $7,250,000. This procurement is particularly significant as it aims to modernize critical care facilities, ensuring compliance with safety and infection control standards while maintaining operational efficiency. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by 1:00 PM EST on January 8, 2026, following a mandatory site visit scheduled for November 3, 2025. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    Z1DA--Construct Mobile Imaging Pad 540-24-104 Clarksburg, WV VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the construction of a Mobile Imaging Pad at the Louis A. Johnson VA Medical Center in Clarksburg, WV, under project number 540-24-104. This project, estimated to cost between $500,000 and $1,000,000, involves site preparation, demolition of existing structures, and the construction of a concrete pad with necessary utility connections for a mobile imaging trailer, all in compliance with VA construction standards and local building codes. The work is critical for enhancing medical imaging capabilities at the facility, ensuring that services are delivered efficiently and safely to veterans. Interested contractors, particularly Service-Disabled Veteran Owned Small Businesses, must attend a mandatory pre-bid site visit on December 2, 2025, with bids due by 1:00 PM EST on December 31, 2025. For further inquiries, contact Contract Specialist Aaron Z. Morrison at Aaron.Morrison@va.gov.