Z2DA--Renovate MICU/SICU 539-20-104
ID: 36C25026B0001Type: Presolicitation
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 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.

    Point(s) of Contact
    Ron HeidemannContracting Officer
    (513) 559-3708
    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.
    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 is requesting sole source justification for various contracts related to renovating approximately 11,000 sq. feet of the CVAMC MICU/SICU. This includes specialized systems such as the Ascom Nurse Call System, Avigilon CCTV, Corbin Russwin Locksets, Honeywell Fire Alarm, and several others which must integrate seamlessly with existing proprietary systems and infrastructure in the facility. The justification is rooted in the unique qualifications of these systems, ensuring compatibility, safety, and efficiency in patient care, while adhering to stringent operational standards.
    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 document outlines a permit for the complete renovation of the Medical Intensive Care Unit (MICU), managed by Conner Appelgate, with a project timeline from February 23, 2026, to February 23, 2028, and a permit expiration date of February 23, 2030. Due to the high risk associated with the project, it requires Infection Prevention and Control precautions at Level IV, including strict containment measures and monitoring of negative pressurization. Additional control measures are emphasized to maintain hygiene and prevent dust migration throughout the renovation process.
    The VHA Directive 1192.01 establishes a mandatory seasonal influenza vaccination program for all health care personnel (HCP) within the Veterans Health Administration, requiring compliance as a condition of employment and outlining specific responsibilities and procedures for implementation. The directive emphasizes the importance of vaccination in preventing influenza transmission, especially to vulnerable populations, and mandates documentation of vaccination status or exemption requests by November 30 each year. Failure to comply may result in disciplinary actions, including removal from federal service.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Z2DA--Remediate Temperature Controls 539-21-108
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to 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 cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Buyer not available
    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
    Buyer not available
    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.
    Z2DA--Repair and Replace Doors 539-22-202
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair and Replace Doors" project at the Cincinnati VA Medical Center and the Ft. Thomas Domiciliary in Kentucky. This procurement involves comprehensive demolition and installation of new doors, frames, and associated hardware across multiple buildings, with a focus on safety and compliance due to the presence of hazardous materials like asbestos and lead paint. The project is critical for maintaining operational integrity and security within the medical facilities, with an estimated value between $500,000 and $1,000,000 and a performance period of 730 calendar days. Bids are due by December 11, 2025, at 1:00 PM EST, and interested parties should contact Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov for further information.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Buyer not available
    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, designated as Solicitation Number 36C25225B0024, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements, and is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The estimated contract value ranges between $5 million and $10 million, with a performance period of 450 calendar days following the Notice to Proceed. Interested contractors must submit their bids by December 11, 2025, at 1:00 PM CDT, and are encouraged to direct inquiries to Contracting Officer Stacy G. Hoover at Stacy.Hoover2@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.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Z1DA--Repair T5 Transformer 539-25-503
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for the "Repair T5 Transformer Access Hatch" project at the Cincinnati Veterans Affairs Medical Center. The project involves the replacement of a three-phase pad mount 150 KVA T5 transformer, including the procurement of new equipment, installation, and proper disposal of the old transformer, with a performance period of 550 calendar days from the Notice to Proceed. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated construction magnitude between $100,000 and $250,000. Interested contractors must submit their bids by December 18, 2025, at 1:30 PM EST, and are encouraged to attend a mandatory site visit on November 14, 2025. For further inquiries, contact Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.