Z2DA--Renovate MICU/SICU 539-20-104
ID: 36C25026B0001Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

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

    The Department of Veterans Affairs is seeking bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under solicitation number 36C25026B0001. The project involves approximately 11,000 square feet of renovations, 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 opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is critical for modernizing healthcare facilities to enhance patient care. Bids are due by 1:00 PM EST on November 21, 2025, and interested contractors must submit their proposals via email, with a mandatory site visit scheduled for November 3, 2025. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@va.gov.

    Point(s) of Contact
    Ronald T HeidemannContracting-Contract Specialist
    Ronald.Heidemann@va.gov
    Files
    Title
    Posted
    This amendment to Solicitation Number 36C25026B0001, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 10, formally extends the deadline for receipt of offers. The original deadline for bids has been moved from October 21, 2025, to December 05, 2025, at 1:00 PM EST. All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their bids are considered valid.
    This amendment to solicitation 36C25026B0001, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 10, extends the bid opening date for offers to January 8, 2026, at 1:00 PM EST. The document, identified as Amendment/Modification Number 0002, was effective on November 26, 2025. All other terms and conditions of the original solicitation remain unchanged. This modification ensures that potential offerors have additional time to submit their bids, reflecting an administrative adjustment to the procurement timeline.
    This government document, an Amendment of Solicitation/Modification of Contract (Standard Form 30), primarily serves to extend the bid opening date for solicitation number 36C25026B0001 to January 16, 2026, at 2:00 PM EST. Issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 10, the amendment specifies that all other terms and conditions of the original solicitation remain unchanged. Offerors are required to acknowledge receipt of this amendment through various methods to ensure their offers are not rejected. The document details administrative information such as the effective date, project number, and the issuing and administering offices.
    The Department of Veterans Affairs, Network Contracting Office 10, intends to release an Invitation for Bid (IFB) 36C25026B0001 for Project #539-20-104, "Renovate MICU/SICU," around October 21, 2025. This project involves renovating approximately 11,000 sq. feet of the Medical Intensive Care Unit (MICU) on the second floor of Building No. 1 at the Cincinnati VA medical center. The renovation includes demolishing existing mechanical, electrical, and plumbing components, floor finishes, walls, and ceilings to update the space with a new layout, fixtures, and finishes. New patient rooms, offices, a conference room, staff lounges, locker rooms, a clean supply room, a pharmacy office, work areas, and a Health Unit Coordinator station will be constructed. A new High-Efficiency Particulate Air (HEPA) pandemic filtration system will be installed in patient rooms for negative pressure. The estimated construction cost is between $5,000,000.00 and $10,000,000.00. This procurement is 100% set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) socio-economic concerns. The solicitation, specifications, and drawings will be available electronically at no cost on www.sam.gov.
    This government solicitation, 36C25026B0001, issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 10, is an Invitation for Bids (IFB) for the “Renovate MICU/SICU” project at the Cincinnati VA Medical Center. The project involves renovating approximately 11,000 sq. feet of the Medical Intensive Care Unit (MICU) on the 2nd floor, including demolition, new layouts, fixtures, finishes, and the installation of a HEPA pandemic filtration system. The magnitude of construction is estimated between $5,550,000 and $7,250,000, with a performance period of 430 calendar days from the Notice to Proceed. This solicitation is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Bids are due by 1:00 PM EST on November 21, 2025, and must be submitted via email only, along with a bid guarantee. A mandatory organized site visit is scheduled for November 3, 2025, at 8:00 AM EST. Important requirements include SAM registration, compliance with VA security and privacy regulations, and adherence to specific bonding and subcontracting limitations.
    This government file, OH20250082, outlines prevailing wage rates for building construction projects in Hamilton County, Ohio, effective September 5, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022, not renewed). The document lists specific wage rates and fringe benefits for various construction trades, including Asbestos Workers, Bricklayers, Carpenters, Electricians, and Laborers, along with their effective dates and modification history. It also provides information on paid sick leave for federal contractors under Executive Order 13706 and explains the identifiers used for different wage rate types (Union, Union Average, Survey, State Adopted). Finally, it details the appeals process for wage determination matters through the Wage and Hour Division and the Administrative Review Board.
    VAAR 852.219-75 outlines subcontracting limitations for VA contracts, primarily focusing on services, general construction, and special trade construction. Contractors must certify that they will not pay more than a specified percentage (50% for services, 85% for general construction, 75% for special trade construction) of the government-paid amount to firms that are not certified SDVOSBs or VOSBs. The cost of materials is excluded for construction contracts. Subcontracted work by similarly situated certified subcontractors counts towards the limitation. False certifications can lead to criminal, civil, or administrative penalties. The VA can request documentation to verify compliance at any time, and failure to provide such information may result in remedial action. The offeror's signed certification is mandatory for bid consideration.
    The "Pre-Award Contractor Safety and Environmental Record Evaluation Form" (Solicitation No. 36C25026B0001) is designed to assess a contractor's safety and environmental performance. It requires companies to provide detailed OSHA 300 Forms data for the past three years, including man-hours, cases involving days away from work or restricted activity, and the Days Away, Restricted, or Transferred (DART) Rate. Contractors must also disclose any serious, willful, or repeat OSHA violations and provide explanations. The form requests the company's NAICS code (236220), information on who administers their Safety and Health Program, and their Insurance Experience Modification Rate (EMR). This evaluation is crucial for federal government RFPs to ensure potential contractors meet safety and environmental compliance standards.
    The VHA Infection Control Risk Assessment (ICRA) template (VHA ICRA-1.2, October 2024) provides minimum requirements for categorizing construction, renovation, and maintenance activities to prevent infection risks. It must be used when required by the VHA Pre-Construction Risk Assessment (PCRA). The template outlines a four-step process: identifying the activity category (Table 1), assessing affected areas (Table 2), determining the overall patient risk category (Table 3), and finally, establishing the level of infection prevention and control precautions needed (Table 4). Based on this, Table 5 details required control measures during the activity, and Table 6 specifies measures for completion. A fillable permit form is included for Level III and Level IV activities. The document also provides an appendix for alternative interior exhaust procedures if outdoor venting is not feasible, ensuring equivalent infection prevention.
    The Department of Veterans Affairs' Network Contracting Office 10 is issuing multiple Justifications and Approvals (J&As) for sole-source procurements related to the
    This government file details the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati Veterans Administration Medical Center. The project, identified as VAMC #539-20-104, involves comprehensive general construction, alterations, and upgrades to plumbing, mechanical, and electrical systems. The document outlines a detailed table of contents, listing specifications for various divisions of work, including demolition, structural elements, finishes, fire suppression, HVAC, and communications. It also includes a list of drawing sheets covering architectural, structural, fire suppression, plumbing, mechanical, and electrical plans. Key general requirements emphasize strict safety protocols, infection control, security measures (including background checks and controlled access), and the contractor's responsibility for site management and utility coordination to ensure uninterrupted hospital operations. The project has an estimated completion time of 430 calendar days and includes bid items that allow for scope adjustments based on funding. The renovation aims to modernize critical care facilities while maintaining a safe and functional environment.
    This government file outlines the comprehensive requirements for renovating the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the VAMC Cincinnati, Ohio, focusing on communications systems infrastructure. It details specifications for raceways, boxes, wiring, and telecommunications room fittings, emphasizing adherence to UL, ANSI, NFPA, and EIA/ECA standards. The document covers material requirements, installation procedures, and rigorous testing protocols for conduit, fittings, flexible raceways, and cable trays. Key aspects include minimum conduit sizes, proper grounding and bonding, firestopping around penetrations, and specific installation guidelines for concealed and exposed work. Additionally, it mandates commissioning processes, including pre-functional checklists, system functional performance testing, and training for VA personnel, ensuring the new infrastructure's reliability and safety. The project aims to establish a robust and compliant communications system within the renovated units.
    The document outlines the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Department of Veterans Affairs Medical Center in Cincinnati, Ohio, project number 539-20-104. The project involves a partial one-story renovation of an existing four-story building, focusing on the second and third floors. It details general construction notes, code data based on NFPA 101 Life Safety Code (2018 Edition), and a sequence of construction. Key aspects include adherence to accessibility standards, site verification by the contractor, repair of damaged existing materials, and provision of fully operational systems. The renovation involves demolition and reconstruction of the 2nd-floor MICU, installation of pandemic exhaust fans, and relocation of Philips Telemetry data cabling. The project is fully sprinklered and requires coordination with the Contracting Officer's Representative for site access, temporary partitions, and specific work schedules to minimize disruption to patients and staff.
    The document outlines the renovation of the Medical Intensive Care Unit/Surgical Intensive Care Unit (MICU/SICU) at the Cincinnati, Ohio VA facility (VA Project No. 539-20-104), focusing on mechanical, plumbing, and medical gas systems. Key areas of work include extending medical gas piping to patient headwalls, ensuring negative pressure in specific rooms by sealing penetrations, and maintaining existing domestic water, medical gas, vacuum, sanitary, and vent systems. The project emphasizes correcting mislabeled or missing pipe labels and flow arrows, providing spill/leak protection for piping over HVAC/medical equipment, and coordinating new and existing piping with MEPT systems and patient lift supports. The document includes detailed floor plans for medical gas, sanitary waste and vent diagrams, and schedules for fixtures and drains. General notes highlight the importance of careful study of drawings and specifications, site visits, coordination with other trades, adherence to codes, and proper handling of existing conditions, including potential asbestos. The project requires phased demolition and new work, especially for isolation exhaust systems, with new systems operational before removing existing ones. All removed equipment is to be turned over to the VA.
    This government file details electrical plans and specifications for the renovation of the MICU/SICU at a VA facility in Cincinnati, Ohio. It includes partial roof plans for power and electrical systems, a partial single-line diagram, and schedules for panelboards and luminaires. Key aspects cover lightning protection, VFD cable specifications, coordination with mechanical drawings for equipment connections and phasing, and requirements for metering feeder capacities. The document also provides detailed mounting and wiring diagrams for various lighting controls, including manual dimming, emergency lighting, and occupancy sensors. A comprehensive luminaire schedule lists various LED fixtures, such as recessed, undercabinet, exit signs, downlights, and patient bed lights, along with their specifications and certifications. The file ensures compliance with VA standards and NEC regulations for a safe and functional electrical system within the renovated units.
    The document is a Request for Information (RFI) 36C25025B0001 for the "Renovate MICU/SICU" project (Project Number: 539-20-104) at the Cincinnati VA Medical Center. It instructs contractors to thoroughly read all solicitation documents before submitting questions or clarification requests. The Government requires specific identification of the solicitation, specification section(s), or drawing number(s) relevant to each question. Failure to comply with these requirements may prevent a timely response. All RFIs will be answered via amendment(s). The RFI is addressed to Ronald T. Heidemann, Contract Specialist, Department of Veterans Affairs, NCO 10.
    The Infection Prevention and Control Construction/Renovation/Maintenance Permit (permit number: 539-20-104) outlines the necessary precautions for the renovation of the MICU, a high-risk project. The project, managed by Conner Appelgate and contracted to ITBD, is scheduled from February 23, 2026, to February 23, 2028, with the permit expiring in 2030. This Level IV activity requires stringent infection prevention and control measures. These include not creating dust, immediate replacement of ceiling tiles, and ensuring contaminant-free materials. Additionally, airborne dust control, clean worker clothing, HVAC system protection, and potable water system flushing are mandated. Critical barriers meeting NFPA 241, negative pressurization of the workspace using HEPA exhaust systems directed outdoors, and continuous monitoring of negative pressure are essential. Hard barriers are required, and containment must include an anteroom for equipment staging, cleaning, and PPE removal to prevent dust migration. Due to windows, direct outdoor exhaust is possible and recommended, with Appendix A as an alternative. These measures aim to minimize infection risks during the renovation.
    VHA Directive 1192.01 establishes a mandatory seasonal influenza vaccination program for all Veterans Health Administration (VHA) health care personnel (HCP). This policy aims to prevent seasonal influenza transmission within VHA facilities. HCP are required to receive an annual vaccination or obtain an exemption for medical or religious reasons. Compliance is a condition of employment, with potential disciplinary action for non-compliance. HCP with exemptions must wear a face mask throughout the influenza season in all VHA locations. The directive outlines responsibilities for various VHA officials, including notification, vaccination procedures, exemption processes, documentation, and enforcement. The policy emphasizes the importance of vaccination to protect vulnerable patient populations and maintain a healthy workforce.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z2DA--Remediate Temperature Controls 539-21-108
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 10, is soliciting proposals for the remediation of temperature controls at the Cincinnati VA Medical Center under project number 539-21-108. This project, set aside exclusively for Service-Disabled Veteran-Owned Small Businesses, involves comprehensive upgrades to the HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction magnitude is between $5.5 million and $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 23, 2026, at 2:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Y1DA--RENOVATE OPERATING ROOMS 541-19-101
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for a significant renovation project at the Louis Stokes Cleveland VA Medical Center, specifically to upgrade and reconfigure 22,000 square feet of operating rooms under Project 541-19-101. The project aims to enhance the HVAC system to meet updated VA standards and improve the layout of the operating rooms for greater flexibility, executed in three phases that include demolition, new construction, and installation of essential systems. This renovation is crucial for maintaining high standards of care and safety for patients, staff, and visitors, with an estimated project value between $5,000,000.00 and $10,000,000.00, and a completion timeline not exceeding 580 calendar days. Interested bidders must be registered on www.sam.gov and are encouraged to contact Contract Specialist Stanley R Burdine at Stanley.Burdine@va.gov or 614-388-7827 for further details, with solicitation documents expected to be posted around February 4, 2026.
    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--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.
    Repair FTD Building Envelope 539-25-509
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    Z1DA--Remodel Building 1, Marion 610-21-101
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Building 1" project at the VA Northern Indiana Healthcare System in Marion, Indiana. This comprehensive renovation project, estimated to cost between $10 million and $20 million, involves the remodeling of approximately 20,000 square feet, including hazardous material abatement, structural modifications, and upgrades to HVAC, electrical, and IT/security systems. The project is critical for consolidating various services within the facility while ensuring compliance with safety and environmental regulations, particularly concerning the removal of hazardous materials such as asbestos and lead-based paints. Bids are due by January 30, 2026, at 9:00 AM EST, with a mandatory pre-bid site visit scheduled for January 6, 2026. Interested contractors should contact Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.
    Z1DA-- Renovate OR for Hybrid Installation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating rooms for a hybrid installation at the VA Northern California Healthcare System in Mather, California. This project involves the comprehensive renovation of approximately 12,500 square feet of existing operating room space, including the upgrade of four operating rooms and the addition of a fifth hybrid operating room, with a focus on adhering to current VHA Design Guides. The renovation is crucial for enhancing surgical capabilities and ensuring compliance with modern healthcare standards. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by January 29, 2026, following a mandatory site visit on December 11, 2025. For further inquiries, contractors can contact Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511. The estimated project value ranges between $10 million and $20 million.
    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.
    Z1DA--578-20-002 Donation Renovations Building 217 CON Phase-2
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the renovation project 578-20-002: Donation Renovations Building 217 Phase-2 at The Edward Hines Jr. VA Hospital in Hines, Illinois. The project entails significant renovations to the Community Living Center, including the construction of a new enclosed Dementia Unit, renovations to dining and equipment rooms, conversions of various rooms to accommodate high fall risk and bariatric needs, and the demolition of a playground, alongside flooring replacements and installation of sheet metal behind perimeter walls. This project is crucial for enhancing the living conditions and safety of veterans, with a total estimated contract value between $5,000,000.00 and $10,000,000.00. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with the solicitation expected to be issued around January 14, 2026, and a bid opening anticipated on March 04, 2026. Interested bidders should monitor SAM.gov for updates and are encouraged to attend a pre-bid conference.
    36C25726R0010 | Project # 674-21-252 Renovation of Bldg. 62 AC Shop
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans’ Medical Center in Temple, Texas, under Solicitation Number 36C25726R0010. This project, designated as Project 674-21-252, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires the contractor to provide all necessary labor, supervision, materials, and equipment for comprehensive electrical, mechanical, and plumbing reconfigurations. The estimated contract value ranges from $2 million to $5 million, with a mandatory performance period of 360 calendar days, and proposals are due by January 29, 2026, at 10:00 AM CST. Interested parties can contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov for further details.