Z1DA--578-23-013 Abatement Task Order D
ID: 36C25225B0026Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is issuing a presolicitation notice for the Abatement Task Order D project at the Edward Hines Jr. VA Hospital in Hines, Illinois. This construction project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires the contractor to provide all necessary tools, materials, labor, and supervision for abatement work, ensuring compliance with all applicable federal, state, local, and VA codes, including safety and infection control policies. The solicitation is expected to be posted on sam.gov around September 23, 2025, with bids due by October 31, 2025, and interested bidders must be verified SDVOSBs listed in the SBA database and registered in SAM.gov. For further inquiries, contact Shalottina Cook at Shalottina.Cook@va.gov or by phone at 708-202-8387 x24603.

    Point(s) of Contact
    Shalottina CookContract Specialist
    Shalottina.Cook@va.gov
    Files
    Title
    Posted
    This government file, Section 07 84 00, outlines comprehensive requirements for firestopping and smoke stopping systems in construction projects. The primary purpose is to ensure the effective closure of openings in fire-resistant rated walls, floors, and roof decks to prevent the penetration of flame, heat, smoke, and gases, as well as the closure of openings in smoke partitions against gas and smoke penetration. The document details product specifications, emphasizing UL or equivalent approvals, testing standards (ASTM E814, UL 1479), and material properties such as VOC content limits (40 CFR 59) and freedom from hazardous chemicals like asbestos. It also specifies stringent quality assurance measures, including installer and inspector qualifications (FM Global 4991, UL Qualified Firestop Contractor Program, ASTM E699), and outlines procedures for submittals, delivery, storage, examination, preparation, installation, cleanup, and inspections to ensure compliance and safety.
    This government file, "SECTION 07 92 00 JOINT SEALANTS," outlines the comprehensive requirements for installing interior and exterior joint sealants in construction projects, likely as part of an RFP. It details quality assurance measures, including installer qualifications, single-source product limitations, and extensive product testing (adhesion, compatibility, stain). The document mandates specific submittals, environmental conditions for installation, and proper material handling. It provides definitions, warranty information, and a list of applicable publications (ASTM, SWRI, EPA). Part 2 specifies product types for exterior, floor, interior, and acoustical sealants, along with color, backing, weeps, filler, and primer requirements. Part 3 covers execution, including substrate inspection, joint preparation, backing installation, sealant depths, and application methods, emphasizing cleaning and adherence to manufacturer instructions and industry standards.
    This government file, Section 09 22 16, outlines the specifications for non-structural metal framing systems, essential for federal, state, and local construction projects. It details requirements for steel studs, shaft wall systems, ceiling/soffit framing, and wall furring, along with fasteners and accessories for gypsum board and plaster bases. The document emphasizes adherence to ASTM standards (C754, C11, C841), specifying material thicknesses, protective coatings (G40 galvanized steel), and installation criteria for various components like studs, furring channels, and suspended ceilings. It also covers submittal requirements, including manufacturer's literature, shop drawings, and fire rating test results, and addresses related work sections. Key installation criteria include stud spacing, framing around openings, and supports for other trades, ensuring structural integrity, fire safety, and seismic restraint. This section is crucial for guiding contractors and suppliers in meeting the strict standards for non-structural metal framing in government construction.
    This amendment to solicitation 36C25225B0026, issued by the Department of Veterans Affairs, Great Lakes Acquisition Center, schedules a second pre-bid site visit and addresses Requests for Information (RFIs). The site visit will take place on October 7, 2025, from 10 AM to 1 PM at the Edward Hines Jr. VA Hospital in Hines, IL. RFIs are still due by October 10, 2025, at 10 AM CST, and proposals are due by October 31, 2025, at 10 AM CST. The amendment includes attachments detailing "Pre-Bid RFIs 10.2.25," "078400 FIRESTOPPING," "079200 JOINT SEALANTS," and "092216 Non-Structural Metal Framing."
    Amendment A0002 extends the due date for solicitation 36C25225B0026, issued by the Department of Veterans Affairs, Great Lakes Acquisition Center. This modification, numbered 0002 with an effective date of October 29, 2025, specifically moves the deadline for offers to December 3, 2025, at 10:00 AM CST. The amendment is crucial for all potential offerors, who must acknowledge its receipt to ensure their bids are considered. All other terms and conditions of the original solicitation remain unchanged and in full effect.
    This document is Amendment A0003 to Solicitation Number 36C25225B0026, issued by the Department of Veterans Affairs, Great Lakes Acquisition Center (GLAC). The amendment addresses Requests for Information (RFIs) from offerors/bidders, extending the RFI due date to November 7, 2025. The overall due date for offers remains December 3, 2025, at 10:00 AM CST. The amendment includes several attachments providing answers to RFIs and revised bid schedules, along with updated documents related to service elevators, dumpster locations, a C130 door, loading dock area, and a 15th-floor legend. All other terms and conditions of the original solicitation remain unchanged.
    Amendment A0004 for solicitation 36C25225B0026, issued by the Department of Veterans Affairs, Great Lakes Acquisition Center, addresses RFIs, schedules a third pre-bid site visit, and allows for exploratory demolition for Project 578-23-013 Abatement Task Order D at Edwards Hines, Jr. VA Hospital. Key updates include revisions to RFI responses, a new site visit on December 4, 2025, from 8 am to 12 pm CST at Building 2 Entrance Lobby for exploratory demolition (excluding Building 1 Room C130 and Building 200 rooms 1571 and 1572). Contractors are advised to bring their own tools. The deadline for new RFIs is December 11, 2025, and the bid due date has been extended to January 7, 2026, at 10:00 am CST.
    This government solicitation (36C25225B0026) is for a firm-fixed-price construction contract for Project 578-23-013 (CON) Abatement Task Order D at the Edward Hines Jr. VA Hospital in Hines, IL. The project involves selective interior demolition, removal of finishes, and abatement of lead paint, mold, and asbestos-containing materials. This procurement is a 100% set-aside for CVE Verified Service-Disabled Veteran-Owned Small Business Firms (SDVOSB) under NAICS code 236220 with a size standard of $45 Million. Key dates include a pre-bid site visit on October 3, 2025, a deadline for questions on October 10, 2025, and bid opening on October 31, 2025. Bids must be submitted via US Mail or in-person with a bid guarantee of 20% of the bid price or $1,000,000, whichever is less. Contractors must also provide information on their safety and environmental record, including their Experience Modification Rate (EMR).
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for Project 578-23-013 Abatement Task Order D, a construction project at the Edward Hines Jr. VA Hospital in Hines, Illinois. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires a contractor to provide all necessary tools, materials, labor, and supervision for abatement work and related trades. All services must comply with federal, state, local, and VA codes, including safety and infection control policies, and include a one-year warranty. The solicitation (36C25225B0026) will be posted on sam.gov around September 23, 2025, with bids due by October 31, 2025. A pre-bid site visit will be held. The NAICS code is 236220 (Commercial and Institutional Building Construction) with a $45 million size standard. Bidders must be verified SDVOSBs on the SBA database and registered in SAM.gov.
    This document, likely part of a government Request for Proposal (RFP) or a similar utility-related project, serves as a legend for various buried and surface utilities and civil engineering features. It categorizes utilities such as buried electric (BE), buried telephone (BT), buried fiber optic cable (FOC), buried cable TV (CTV), gas, water (W), steam (STM), fuel lines (FL), oxygen lines (O), sanitary sewers (SS), storm sewers (ST), and unknown utilities (UNK). Additionally, it lists civil engineering features like electric pedestals, meters, storm inlets, storm manholes, various types of manholes (general, vault, sanitary), and handholes. The document is essential for professionals involved in civil engineering, transportation, environmental, planning, and utility engineering/locating, providing a standardized reference for identifying critical infrastructure during project planning and execution.
    VHA Directive 7712, issued February 10, 2017, outlines the mandatory requirements for fire protection code reviews in VHA's delegated construction projects. The directive clarifies criteria for reviews, establishes the VHA Authority Having Jurisdiction (AHJ) for fire protection code compliance, and approves fire and life safety equivalencies. It mandates independent third-party fire protection code reviews by qualified engineers for all delegated construction projects involving a change of occupancy, use, or modification of any space. The directive details responsibilities for various VHA officials, from the Under Secretary for Health to VA Facility Directors, ensuring compliance with VA policy and adopted codes. The goal is to ensure all facilities are designed, renovated, and constructed safely and in accordance with applicable fire protection codes and standards, despite federal property exemptions from local codes.
    The Edward Hines Jr. VA Hospital is implementing a new smoking policy effective October 1, 2019, prohibiting all forms of smoking and tobacco use on its campus. This policy applies to patients, visitors, contractors, volunteers, vendors, and employees, with non-compliance potentially resulting in a Federal citation. The change aims to create a safer and healthier environment, particularly by reducing fire risks near medical gases. The hospital encourages individuals to leave tobacco products at home and offers support to Veterans who wish to quit tobacco use through their Primary Care Team.
    Policy Memorandum 578-03-001-089 (R-2) outlines the VA Hospital's policies and procedures for cutting, welding, and other hot work operations, particularly in non-designated areas. Issued on March 27, 2013, the memorandum aims to minimize fire risks by establishing strict controls and precautions. Key aspects include designating approved welding areas, prohibiting hot work in explosive atmospheres or areas with impaired sprinkler systems, and mandating permits from the Safety Section for non-designated areas. Responsibilities are detailed for the Safety Section, Chief of Facilities Management Service, contracting officers, and contractors, covering training, supervision, and adherence to safety standards like NFPA 51B. The policy also specifies actions such as fire watch requirements, clearance of combustibles, and post-operation inspections to ensure safety.
    The Triennial Asbestos Re-Inspection Report for Edward Hines Jr. VA Hospital, conducted by MC Consulting Inc. in January 2011, details a room-by-room assessment of asbestos-containing materials (ACM). This report defines abbreviations and terminology used in spreadsheets to list and evaluate ACM, including type, percentage, quantity, condition, and potential for disturbance. It outlines a comprehensive glossary of terms for assessing and prioritizing response actions based on ACM friability, condition (Good, Fair, Poor), and potential for disturbance (High, Moderate, Low). Priority action rankings, aligned with EPA's AHERA regulations, guide necessary responses from isolation and removal to ongoing Operations & Maintenance (O&M) programs, ensuring safety and compliance within the hospital facilities.
    This document outlines the specifications for data and voice communication line installations at the Edward Hines Jr. VA Hospital. The project involves managing, designing, and installing voice and data connection jacks, pulling physical cabling, installing conduit, and ensuring fire-rated wall penetrations. Contractors must be Systimax Certified Business Partners with at least three years of certification to ensure a 25-year transferable warranty. All installations require Hines OIT support and adherence to VA master specifications. Key requirements include using Cat-6 equipment for data, Cat-5 or higher for voice, and specific jack configurations. Contractors are responsible for grounding, labeling, cleaning work areas, and providing as-built drawings and test results. All work must comply with strict safety, certification, and warranty standards.
    The Hines COVID-19 Guidelines establish rules to control the spread of the Coronavirus across the Hines hospital campus and Community Based Outpatient Clinics. Key measures include mandatory masks, PIV card requirements for contractors, and restricted building access after 4:30 PM, with only the Emergency Department and Building 200 main lobby remaining open. Upon arrival, individuals must undergo temperature checks and symptom screenings at four designated entry points and receive a dated sticker. Re-entry after screening requires showing the sticker, but after 4:30 PM, re-entry is limited to the Emergency Department and Building 200 main lobby. Unauthorized entry or allowing unscreened individuals to enter will lead to immediate removal and penalties, ensuring strict adherence to safety protocols.
    The VHA Supplemental Contract Requirements outline mandatory COVID-19 safety protocols for federal contractors working at or traveling to VHA locations. Contractor employees must provide proof of full vaccination or, if unvaccinated with an approved medical or religious exception, a negative FDA-approved COVID-19 test result from within three days of entry. This documentation must be maintained by the employee and is subject to inspection. VA will not collect this information; contractors are responsible for adhering to federal laws protecting health and personally identifiable information. All contractors are subject to daily COVID-19 screenings and may be denied entry if they fail. Those working away from VA locations but having direct patient contact must self-screen daily. Contractors must notify their COR or Contracting Officer immediately if performance is jeopardized due to employees being denied VA facility access.
    The document is an Emergency Contact List for a project at Hines VA, likely related to federal government RFPs or grants. It details critical contacts for immediate response, including Hines VA Police (23200), Hines VA Fire (22323), and Hines Safety Office (25614). The form also provides sections for contractor information, including office and phone numbers, and specific roles with corresponding names and phone numbers. Key roles listed are Superintendent, Alt. Superintendent, Project Manager, Safety Manager, Hines VA COR, and Hines VA Backup COR. This list is essential for ensuring rapid communication and coordination during emergencies, highlighting a strong emphasis on safety and operational continuity within a government-funded project.
    The VHA Pre-Construction Risk Assessment (PCRA) template (VHA-PCRA-2024-1.1) provides minimum requirements for categorizing construction, renovation, and maintenance activities by type and safety risk. It determines necessary precautions to prevent adverse impacts on patients, employees, and contractors. The document, intended for use with the VHA Infection Control Risk Assessment (ICRA) if required, outlines control measures for Inspection/Upkeep, Small-scale, and Large-scale activities. It mandates communication and coordination plans with affected areas, emphasizing the need for re-evaluation as work progresses. The PCRA also includes an Adjacent Area Assessment to ensure operations in surrounding spaces are not disrupted and a fillable permit form for posting at activity sites. The provided example for "Hines Abatement Task Order D -- Demolition" in "Building 200, Floor 15" illustrates a small-scale activity with associated control measures and required approvals.
    The VHA Pre-Construction Risk Assessment (PCRA) template (VHA-PCRA-2024-1.1) provides minimum requirements for categorizing construction, renovation, and maintenance activities by type and safety risk. It outlines necessary precautions to prevent adverse impacts on patients, employees, and contractors. The document details control measures for three activity types: Inspection/Upkeep, Small-scale, and Large-scale, with increasing control requirements for higher risk activities. It emphasizes communication, coordination with affected adjacent areas, and the use of the PCRA in conjunction with the VHA Infection Control Risk Assessment (ICRA) when applicable. A fillable permit form is included for posting at activity sites, consolidating key project information and required control measures. The PCRA ensures safety, compliance, and effective risk management for VHA facilities.
    The VHA Pre-Construction Risk Assessment (PCRA) template (VHA-PCRA-2024-1.1) provides minimum requirements for categorizing construction, renovation, and maintenance activities by type and safety risk to determine necessary precautions. It focuses on non-infection-related safety and must be used with the VHA Infection Control Risk Assessment (ICRA) if infection risks are present. The document outlines three activity types—Inspection/Upkeep, Small-scale, and Large-scale—each with escalating control measures, including site-specific safety plans, hazard communication, communication plans, and permits. It also details requirements for assessing affected adjacent areas to mitigate operational disruptions and includes a fillable permit form for posting at activity sites. The permit requires signatures from key personnel, including the Project Manager, Safety Officer, and Chair of the Construction Safety Committee.
    The VHA Pre-Construction Risk Assessment (PCRA) template outlines minimum requirements for categorizing construction, renovation, and maintenance activities by type and safety risk to determine necessary precautions. It focuses on non-infection-related safety and must be used with the VHA Infection Control Risk Assessment (ICRA) if infection risks are present. The document details control measures for three activity types: Inspection/Upkeep, Small-scale, and Large-scale, with increasing control requirements for higher risk activities. It also emphasizes coordination with adjacent areas to mitigate operational disruptions and includes a fillable permit form for activity site posting, which summarizes the project, its type, and required control measures, along with necessary signatures from safety and project personnel.
    The VHA Pre-Construction Risk Assessment (PCRA) template (VHA-PCRA-2024-1.1) provides a standardized framework for assessing and mitigating safety risks associated with construction, renovation, and maintenance activities within Veterans Health Administration facilities. This document outlines minimum requirements for categorizing activity types (Inspection/Upkeep, Small-scale, and Large-scale) and corresponding safety precautions to protect patients, employees, and contractors. It mandates the use of activity statements of work and drawings for assessments, emphasizing communication and coordination with affected areas. The PCRA must be used in conjunction with the VHA Infection Control Risk Assessment (ICRA) when infection risks are present. The template also includes a fillable permit form for posting at activity sites, detailing the activity type, control measures, and required approvals from various stakeholders like Project Managers, Safety Officers, and Infection Prevention and Control personnel. The example provided illustrates a "Large-Scale" abatement task, highlighting the comprehensive nature of the assessment and control measures.
    The VHA Pre-Construction Risk Assessment (PCRA) template (VHA-PCRA-2024-1.1) provides minimum requirements for categorizing construction, renovation, and maintenance activities by type and safety risk. It outlines necessary precautions to prevent adverse impacts on patients, employees, and contractors. The document emphasizes using the activity's statement of work and drawings for assessment, and mandates communication and coordination plans with affected areas from the planning phase. Facilities can customize the template, which specifically addresses non-infection-related safety and must be used with the VHA Infection Control Risk Assessment (ICRA) if infection risks are present. The PCRA details control measures for 'Inspection/Upkeep,' 'Small-scale,' and 'Large-scale' activities, requiring more stringent controls for higher risk categories. It also includes an 'Affected Adjacent Area Assessment' to mitigate disruptions to nearby operations and a fillable permit form for posting at activity sites, consolidating project details and required control measures.
    The VHA Pre-Construction Risk Assessment (PCRA) template (VHA-PCRA-2024-1.1) provides guidelines for assessing and mitigating safety risks during construction, renovation, and maintenance activities within VHA facilities. It categorizes activities into Inspection/Upkeep, Small-scale, and Large-scale, each with specific control measures that must be implemented. The document emphasizes the use of activity statements of work and drawings for assessments, and mandates communication and coordination plans with affected areas. It also requires an Infected Control Risk Assessment (ICRA) if infection risks are present. A fillable permit form for posting at the activity site is included, detailing the activity type, control measures, and necessary approvals from various stakeholders like Infection Prevention, Project Manager, and Safety Officer.
    This document, SOP-578-21-21-606, outlines the Edward Hines Jr. VA Hospital's procedures for implementing Interim Life Safety Measures (ILSM) to mitigate hazards during construction or due to Life Safety Code deficiencies. The Safety Section is responsible for developing, enforcing, and evaluating the ILSM policy, including assessments, record-keeping, training, and inspections. Other sections, like Engineering and Police Service, are tasked with specific responsibilities such as submitting evaluation worksheets and conducting inspections, especially during weekends and holidays. The policy details eleven ILSMs, covering aspects like unobstructed exits, functional fire systems, smoke-tight partitions, additional firefighting equipment, and increased hazard surveillance. Attachments include a Construction Project Evaluation Worksheet and an Occupant Impact Evaluation Worksheet, which are used to determine if ILSMs are required for a project and to document their implementation and ongoing monitoring.
    The document appears to be a map or a diagram illustrating the layout of various parking lots, likely for a government facility or a federally funded project. It details the names and locations of numerous parking areas, including "Contractor Parking Lot," "Valet Parking Lot," "Leased Parking Lot," "Gravel Parking Lot 1," and "Gravel Parking Lot 2." Additionally, several parking lots are identified by state names such as "Virginia Parking Lot," "Wisconsin Parking Lot," "Illinois Parking Lot," "Nebraska Parking Lot," "Iowa Parking Lot," "Missouri Parking Lot," "Arkansas Parking Lot," "Oklahoma Parking Lot," and "Alabama Parking Lot." Other lots are labeled alphabetically, like "Parking Lot A" through "Parking Lot S," and numerically, such as "Parking Lot 1," "Parking Lot 2," "Parking Lot 12," and "Parking Lot 13." The diagram also includes cardinal directions: NORTH, SOUTH, EAST, and WEST. This level of detail suggests it could be part of an RFP for parking management services, facility expansion, or a grant application requiring a comprehensive site plan.
    The VHA Infection Control Risk Assessment (ICRA) template, VHA ICRA-1.3, provides minimum requirements for assessing and mitigating infection risks during construction, renovation, and maintenance activities within VHA facilities. It outlines a four-step process: categorizing the activity (A, B, C, or D), identifying affected areas, determining overall patient risk (Low, Medium, High, Highest), and establishing the necessary level of infection prevention and control precautions (I, II, III, or IV). The document details specific control measures for each precaution level, including requirements for dust control, air filtration, critical barriers, negative pressurization, and post-activity cleaning. Levels III and IV require an infection prevention and control permit. An appendix offers alternative indoor exhaust procedures when outdoor venting is not feasible, emphasizing rigorous monitoring. The template ensures patient and employee safety by standardizing infection control protocols for various project complexities.
    The VHA Infection Control Risk Assessment (ICRA) template, VHA ICRA-1.3 (December 2024), provides a standardized framework for assessing infection risks during construction, renovation, and maintenance activities within VHA facilities. It outlines a four-step process: categorizing the activity (Table 1), identifying affected areas (Table 2), determining patient risk (Table 3), and establishing necessary infection prevention and control precautions (Table 4). The document details specific control measures for each precaution level (Table 5) and outlines required measures upon activity completion (Table 6). An infection prevention and control permit is mandatory for higher precaution levels (III and IV), and an appendix provides an alternative for interior construction space exhaust. This template is crucial for ensuring patient and employee safety by mitigating infection risks in healthcare environments.
    The VHA Infection Control Risk Assessment (ICRA) template, VHA ICRA-1.3, provides minimum requirements for assessing and mitigating infection risks during construction, renovation, and maintenance activities within healthcare facilities. This template categorizes activities (A, B, C, D) and patient risk areas (Low, Medium, High, Highest) to determine the necessary level of infection prevention and control precautions (I, II, III, IV). It outlines specific control measures required during and after activities, with increasing stringency for higher risk levels. For Level III and IV activities, a permit is mandatory and must be posted at the activity site. An appendix also provides an alternative method for interior construction space exhaust when outdoor exhaust is not feasible, requiring HEPA filtration and continuous particulate monitoring. This document is crucial for ensuring patient and employee safety by preventing infection transmission during facility modifications.
    The VHA Infection Control Risk Assessment (ICRA) template, VHA ICRA-1.3 (December 2024), provides a standardized framework for assessing and mitigating infection risks during construction, renovation, and maintenance activities within VHA facilities. It outlines a four-step process: categorizing the activity type (A-D) based on duration and scope, identifying affected areas, determining overall patient risk (Low, Medium, High, Highest), and establishing the required level of infection prevention and control precautions (I-IV). The document details specific control measures for each precaution level, including requirements for dust control, air filtration, barrier construction, negative pressurization, and post-activity cleaning. It also includes a permit form for Level III and IV activities and an appendix outlining an alternative interior exhaust procedure. This template is crucial for ensuring patient and staff safety by preventing healthcare-associated infections during facility modifications.
    The VHA Infection Control Risk Assessment (ICRA) template, VHA ICRA-1.3 (December 2024), provides a standardized method for assessing and mitigating infection risks during construction, renovation, and maintenance activities within VHA facilities. It outlines a four-step process to categorize activities (A, B, C, D) and patient risk (Low, Medium, High, Highest) to determine the required level of infection prevention and control precautions (I, II, III, IV). The document details specific control measures for each precaution level, to be implemented before, during, and after activities. It also includes a fillable permit form for Level III and IV activities, which must be posted at the project site. An appendix offers an alternative interior exhaust procedure for negative air requirements, emphasizing stringent monitoring and documentation. The ICRA ensures compliance and patient safety by providing comprehensive guidelines for managing infection control throughout projects.
    The VHA Infection Control Risk Assessment (ICRA) template (VHA ICRA-1.3, December 2024) provides a standardized approach for evaluating infection risks during construction, renovation, and maintenance activities within VHA facilities. It outlines a four-step process: categorizing the activity type (Table 1), assessing affected areas (Table 2), identifying patient risk categories (Table 3), and determining the required level of infection prevention and control precautions (Table 4). The document then details minimum control measures for each precaution level (Table 5) and completion requirements (Table 6). An Infection Prevention and Control Permit is mandatory for Level III and IV activities. The template also includes an appendix for alternative interior exhaust procedures when outdoor venting is not feasible, emphasizing stringent air sampling and monitoring requirements.
    The VHA Infection Control Risk Assessment (ICRA) template, VHA ICRA-1.3, provides minimum requirements for assessing and mitigating infection risks during construction, renovation, and maintenance activities within VHA facilities. It outlines a four-step process: categorizing the activity (A, B, C, or D), identifying affected areas, determining overall patient risk (Low, Medium, High, Highest), and establishing the necessary level of infection prevention and control precautions (I, II, III, or IV). The document details specific control measures for each precaution level, including requirements for dust control, barrier construction, negative pressurization, and post-activity cleaning. For Level III and IV activities, an infection prevention and control permit is mandatory. An appendix offers an alternative for interior construction space exhaust if outdoor exhaust is not feasible, requiring HEPA filtration and continuous particulate monitoring. This template ensures a standardized approach to infection prevention in VHA construction projects, prioritizing patient and employee safety.
    This U.S. Department of Veterans Affairs project, Project #578-23-013, focuses on Asbestos Abatement – Task Order D at the Edward Hines, Jr. VA Hospital in Hines, Illinois. The specifications detail general requirements, existing conditions, and various construction divisions including wood, thermal and moisture protection, finishes, HVAC, and electrical. Key aspects include site preparation, demolition, renovation, safety, security, and adherence to a comprehensive logistics plan. The project involves seven distinct tasks across multiple buildings and rooms within the medical center, which must maintain 24/7 operations. Contractors are required to submit detailed project schedules, organizational charts, safety plans, and adhere to strict protocols for site access, material handling, utility services, and historic preservation.
    This document is a reference file detailing reevaluation data from 2010 for various rooms, specifically C130, C307, F350, B209, B313, D239, and A306. It lists materials, their types, quantities, descriptions, and reevaluation comments, primarily focusing on conditions and potential for disturbance. The file identifies various materials such as floor tiles (VFT), mastic (MSTC), plaster (PLAS-W, PLAS-A), acoustical ceiling tiles (ACT), and pipe insulation (PIPE-STM, PIPE-COND). Notably, many entries for pipe insulation in various rooms are "N-ACC ASSUMED POSITIVE" or "N-ACC ASS" and are presumed to be behind walls and above ceilings, with a "LOW" potential for disturbance. Some rooms also indicate "NO CHANGE" in their reevaluation comments, while others mention specific conditions like "CARPET OVER FLOORTILE AND MASTIC" or "CARPET OVER LEVELER OVER TILE". The document serves as a record for material conditions and locations within these specific rooms, indicating a consistent state of "GOOD" condition for most materials and a generally "LOW" potential for disturbance, with some instances of "MOD" potential for plaster.
    The document outlines seven distinct tasks for demolition and renovation across two buildings, likely part of a government Request for Proposal (RFP) or grant project. Task 1 involves a full gut demolition of Floor 15 in Building 200, emphasizing the need to keep structural elements like stairwells and mechanical rooms intact and maintain fire ratings. The remaining six tasks (Tasks 2-7) detail work in various locations within Building 1 (F350, C307, C130, B209 & B313, D239, A306). Each task specifies the number of calendar days allotted, along with dedicated days for abatement and monitoring. The varying timelines and specific locations indicate a multi-phase project focused on facility upgrades or modifications.
    This government file, Section 23 82 00, outlines specifications for convection heating and cooling units, focusing on finned-tube radiation. It details requirements for federal, state, and local RFPs, including related work sections like HVAC, sustainable construction, and commissioning. The document references applicable publications from organizations such as ANSI/AHRI, NFPA, and UL. It specifies submittal procedures for manufacturer literature, certifications, and operating manuals. Quality assurance measures include adherence to HVAC standards, bio-based material requirements, and sustainable construction guidelines. The file further describes product specifications for finned-tube radiation units, covering ratings, enclosures, and both hydronic and electric heating elements. Installation instructions emphasize proper handling, support, and insulation. Finally, it mandates startup testing, defect correction, and demonstration/training for VA personnel on system operation and maintenance.
    The document details a parking lot project in Missouri, identified as "Parking Lot I," with a specified date of April 3, 2025. This project is likely an upcoming state or local RFP related to infrastructure development or maintenance within the state.
    The "2025 ENGINEERING SERVICE PROJECT PLANNING CONTRACTOR FINGERPRINT REQUEST FORM" is a crucial document for individuals seeking federal or federal contract employment, particularly within the Department of Veterans Affairs. It includes a fingerprint request, requiring two original IDs and completion of highlighted fields. The form also serves as a "Declaration for Federal Employment," collecting personal, background, and employment history information, including military service, criminal records, past job terminations, and federal debt delinquencies. It emphasizes the importance of truthful and complete answers, with false statements potentially leading to non-hire or termination. The document outlines acceptable primary and secondary forms of identification for USAccess identity proofing, stressing that all documents must be original, unexpired, and, if names differ, require formal name change evidence. A "Self-Certification of Continuous Service" form is also included for those with previous federal employment to declare any breaks in service.
    Policy Memorandum 578-12-138A-076 (R-2) outlines the VA Hospital's comprehensive safety and health protocols for construction activities at the Edward Hines Jr. VA Hospital. The policy, updated on July 16, 2018, details responsibilities, references, rescissions, and follow-up procedures, replacing previous versions with more current directives and organizational titles. Its primary purpose is to protect patients, staff, visitors, and contractors from construction-related hazards by establishing a robust Construction Safety Program. This program mandates a Multi-Disciplinary Team (Construction Safety Committee), extensive safety training (30-hour OSHA followed by 10 hours every two years), and stringent oversight for all construction projects, including those by contractors and in-house personnel. Key elements include pre-construction risk assessments, infection control measures, environmental compliance, and strict intervention and enforcement procedures for non-compliance, ensuring adherence to federal, state, and local safety regulations.
    This Pre-Construction Checklist outlines critical procedures and authorities for contractors working on U.S. Government projects, specifically for the VA. It clarifies that only the Contracting Officer can bind the government to contractual changes, while the VA Project Manager acts as the technical representative. Key requirements include submitting cost and progress schedules within 10 days of the Notice to Proceed, with payments contingent on approved cost schedules and monthly invoices submitted to Austin, Texas. Contractors must protect the surrounding area, provide daily logs, and adhere to strict safety protocols, with the VA Safety Officer authorized to stop work for serious violations. All changes must be processed through the Contracting Officer, with proposals over $1,000 requiring itemized breakdowns. Subcontractor lists are mandatory, and labor standards, including wage postings and bona fide apprenticeship programs, must be followed. All correspondence must include the contract number, project title, and project name.
    The document outlines critical procedures for maintaining environmental control in sensitive areas, likely within a healthcare or research facility, focusing on air pressure management and infection control. Key elements include the proper installation and use of a Dwyer DigiMag manometer for accurate room pressure readings, with the poly tubing connected to the positive side. It also specifies the use of a HEPA filter machine to blow air out of the room, suggesting a need to create negative pressure to contain contaminants. The mention of ICRA (Infection Control Risk Assessment), PCRA (Pre-Construction Risk Assessment), and ILSM (Interim Life Safety Measures) indicates a strong emphasis on safety and regulatory compliance during construction or maintenance activities. The document also notes the importance of an entrance and a sign-in process, further pointing to controlled access and monitoring within these sensitive environments.
    The Edward Hines, VA Hospital's 'Dig Permit Program SOP,' established May 6, 2015, outlines the process for obtaining approval to excavate or penetrate ground surfaces within the hospital's jurisdiction. Its primary purpose is to minimize risks to critical underground infrastructure and utilities by proactively identifying them and implementing safeguards. Key responsibilities are assigned to the Engineering Service Chief, Project Planning Chief, Dig Permit Program Manager, and Execution Agent to ensure adherence to the program. The program requires Execution Agents to request a permit (Hines Form 1532), provide excavation details, secure a professional utility locator, and complete the form. The Program Manager then inspects markings, signs the permit, and maintains records. The process concludes with permit closure after work completion. The SOP references Hines Form 1532, OSHA 1926.651, and USACE EM 385-1-1.
    Policy Memorandum 578-12-138A-079 (R-2) establishes guidelines for "Above Ceiling Entry and Wall Construction Permits" at the VA Hospital in Hines, IL. The policy, effective December 11, 2014, aims to maintain infection control and life safety standards, particularly concerning fire and smoke barriers during maintenance and construction. It mandates permits for non-Facilities Management Service (FMS) staff and contractors for above-ceiling and wall penetration work, especially in patient care areas. FMS issues these permits, which require activity identification, risk assessment for contamination, and prevention precautions. The policy outlines responsibilities for FMS, Service Chiefs, contractors, Contracting Officer's Representatives (CORs), and staff supervisors, emphasizing adherence to an FMS Standard Operating Procedure (SOP) and the use of mobile containment systems. An Infection Control Risk Assessment (ICRA) determines necessary precautions, categorized into four classes based on construction activity type and patient risk group. The document includes attachments for the permit form, ICRA, and FMS SOP. Compliance is critical for a fire-safe environment and preventing infectious contamination.
    The Department of Veterans Affairs is seeking bids for Project 578-23-013 (CON) Abatement Task Order D at the Edward Hines Jr. VA Hospital in Hines, IL. The project requires a contractor to provide all necessary labor, supervision, materials, and equipment for selective interior demolition, removal of interior finishes, and restoration of spaces. This includes the abatement of lead paint, mold, and asbestos-containing materials (ACM), as well as the removal and disposal of suspect vinyl composite floor tile (VCT), mastic, carpeting, padding, and ACM pipe insulation. Work must adhere to federal, state, and local regulations and be completed within 290 calendar days. Bidders must provide a bid guarantee of not less than 20% of the bid price (not exceeding $1,000,000) and, if awarded, furnish Payment and Performance Bonds. A cost-loaded, Critical Path Method (CPM) construction schedule must be approved before work commences. Award will be made to the lowest responsible and responsive bidder.
    The document outlines a comprehensive plan for infrastructure upgrades and hazardous material management within a government facility, likely a federal or state building. Key aspects include assessing existing mechanical, plumbing, and fire suppression systems, conducting demolitions, and installing new equipment in compliance with relevant standards and regulations. Additionally, the plan addresses the identification and remediation of hazardous materials such as asbestos, lead-based paint, and microbial growth, emphasizing safety protocols and environmental compliance. The project details the necessity of coordination between various trades, adherence to strict guidelines, and the implementation of safety measures, including infection control and fire watches. This initiative aims to modernize facilities while ensuring a safe and compliant environment.
    The document addresses questions and responses related to Solicitation 36C25225B0026, "578-23-013 Abatement Task Order D," concerning federal government RFPs. Key information includes a project magnitude estimated between $500,000 and $1,000,000. The deadline for questions was October 10, 2025, at 10:00 AM. The solicitation clarifies that specific spec sections (078400 Firestopping, 079200 Joint Sealants, 092216 Non-Structural Metal Framing, Flooring Installation Guide, Flooring Maintenance and Finish, and Flooring Specifications) were provided via Amendment 0001, with their respective page numbers within the specifications. Additionally, it confirms a second pre-bid site visit on October 7, 2025, from 10 AM to 1 PM at the Edward Hines Jr. VA Hospital in Hines, IL, instead of the requested October 2nd date.
    This document, "578-23-013 Abatement Task Order D," is a Q&A log for Solicitation 36C25225B0026, detailing contractor inquiries and government responses regarding an abatement project. Key aspects addressed include the bid cutoff date (October 10, 2025, 10:00 AM), project magnitude (between $500,000 and $1,000,000), and site visit details (October 7, 2025, 10 AM-1 PM). It clarifies requirements for onsite facilities like parking, office trailers, bathrooms, material laydown, and dumpster locations. The document specifies that the SSHO must be separate from the QCM, outlines procedures for material removal and elevator usage, and details work scope for plaster walls, lead-based paint, mechanical/electrical demolition, and fire sprinkler/alarm systems. It confirms that all seven tasks may be awarded based on funding, and emphasizes the need for a Certified Industrial Hygienist. The RFI responses were issued by October 30, 2025, and the bid due date has been extended to December 3, 2025, at 10 AM.
    This document compiles questions and responses regarding Solicitation 36C25225B0026, "578-23-013 Abatement Task Order D," for federal government RFPs. Key topics include clarifying the question cutoff date (October 10, 2025, 10:00 AM), the project magnitude (between $500,000 and $1,000,000), and confirming the applicability of various specification sections. The document addresses logistical concerns such as site visits, parking, office and restroom facilities, material laydown, and dumpster locations. It also details operational aspects like superintendent/SSHO/QCM roles, waste removal routes, elevator usage, and the removal of existing furniture and MEP equipment. The scope of work, including plaster wall demolition, lead-based paint remediation on doors and frames, mechanical/electrical demolition on the 15th floor of Building 200, and HAZMAT surveys, is clarified. Specific questions about task phasing, temporary fencing, elevator availability, submittal requirements, and pricing for demolition and abatement are answered. The VA anticipates awarding all seven tasks sequentially based on funding. The bid due date was extended to December 3, 2025, with multiple amendments issued to provide further details and attachments.
    Lifecycle
    Title
    Type
    Similar Opportunities
    S222--New: 5-Year Ordering Period (01/01/2026 - 12/31/2030) Regulated Medical Waste (RMW) and Sharps Collection and Disposal Services for the Edward Hines Jr VA Hospital (Hines, IL) and its affiliated CBOCs.
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year contract to provide regulated medical waste (RMW) and sharps collection and disposal services for the Edward Hines Jr VA Hospital in Hines, Illinois, and its affiliated Community-Based Outpatient Clinics (CBOCs). The contract requires the contractor to perform weekly collections of various types of medical waste from the hospital and monthly collections from six CBOCs, utilizing reusable, leak-proof containers and ensuring compliance with all relevant federal, state, and local regulations regarding waste handling and disposal. This procurement is critical for maintaining health and safety standards in medical waste management, with a minimum guarantee of $1,000 and a ceiling of $1,500,000 over the contract period. Interested parties must submit their offers by December 16, 2025, and a site visit is scheduled for December 3, 2025; for further inquiries, contact Contract Specialist Scott D Sands at Scott.Sands2@va.gov.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Building 16 HVAC" project at the Salem VA Medical Center in Virginia, with a focus on upgrading the HVAC systems in the facility. The project entails the replacement of existing air handling units and associated modifications, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict safety and operational protocols due to the facility's ongoing medical operations. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $500,000 and $1,000,000, with bids due by January 6, 2026, and a mandatory pre-bid conference scheduled for December 2, 2025. Interested contractors should contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov for further details.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    Y1BG--EHRM Infrastructure Upgrades - Construction Great Lakes CMOP Hines, IL - 765-24-700
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking potential sources for the EHRM Infrastructure Upgrades Construction project at the Great Lakes Consolidated Mail Outpatient Pharmacy (CMOP) in Hines, Illinois. The project aims to enhance facility infrastructure to support the new Electronic Health Record Modernization (EHRM) system, which includes upgrades to electrical systems, server rooms, telecommunication rooms, and fiber infrastructure. This initiative is critical for improving the VA's healthcare delivery capabilities and ensuring efficient data management. The estimated contract value ranges between $10 million and $20 million, with a competitive, firm-fixed-price contract expected to be advertised in mid-January 2026. Interested contractors must submit their capability statements by December 11, 2025, to the primary contact, Lucretia Maloney, at Lucretia.Maloney@va.gov.
    Z1DA--Relocate Infusion Clinic and Hemo Offices - 539-21-207
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the relocation of the Infusion Clinic and Hemo Offices at the Cincinnati VA Medical Center. The project involves renovating approximately 2,056 gross square feet of space, including general construction, mechanical, electrical, plumbing, and technology trades, as well as asbestos and lead-based paint abatement. This construction effort is critical for enhancing healthcare services provided to veterans, with an estimated project value between $1,000,000 and $5,000,000. Interested service-disabled veteran-owned small businesses (SDVOSB) should contact Contracting Officer Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718 for further details, with the Invitation for Bids expected to be posted around November 20, 2025.
    J059--Elevator Modernization (VA-26-00015294)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center in Hines, IL, under solicitation number 36S79726Q0004. The project aims to replace outdated components with new, code-compliant equipment to enhance safety, reliability, and operational performance, extending the elevator's service life by at least 20 years. This initiative is critical for ensuring that the facility meets current safety and operational standards, with a focus on compliance with ASME A17.1/CSA B44, ADA, and local codes. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) must submit proposals by December 22, 2025, at 4:00 PM CST, following a mandatory site visit on December 2, 2025, at 9:00 AM. For inquiries, contact Contract Specialist Michelle B. Williams at michelle.williams4@va.gov or 708-786-4927.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Spring
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project, estimated to cost between $5,000,000 and $10,000,000, is critical for modernizing the facility's data management capabilities and ensuring compliance with safety and operational standards. Interested bidders must submit their proposals electronically by December 18, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Project 521-25-101 3rd, 6th, & 8th Floor, East to West Elevator -Renovate Halls & Walls
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of halls and walls on the 3rd, 6th, and 8th floors of the Birmingham, Alabama VA Medical Center, under the project titled "521-25-101 | 3rd, 6th, & 8th Floor, East to West Elevator - Renovate Halls & Walls." The scope of work includes demolition, new paint, wall protection, cove base, flooring, and the installation of commercial-grade rubber tiles, with an estimated project cost between $250,000 and $500,000 and a target completion timeframe of 274 calendar days. This project is a 100% set-aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of supporting veteran entrepreneurship in federal contracting. Interested contractors must be registered in SAM and certified in the SBA database, with the solicitation expected to be posted around December 10, 2025. For further inquiries, contact Cayley Blommers at Cayley.Blommers@va.gov or 762-343-9400, or Joyce C Powers at Joyce.Powers1@va.gov or 470-501-5673.