529-314 | Construct Warehouse | Butler, PA | Samantha/Leslie Minor Construction
ID: 36C77625B0029Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER WAREHOUSE BUILDINGS (Y1GZ)

Set Aside

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

    The Department of Veterans Affairs is soliciting bids for the construction of a new warehouse at the Butler VA Medical Center in Pennsylvania, designated under project number 529-314. This project is a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated cost between $10 million and $20 million, and will encompass various construction activities including mechanical, plumbing, electrical, and landscaping work. The warehouse aims to enhance logistical operations for the VA, featuring advanced safety systems such as an Early Suppression Fast-Response (ESFR) sprinkler system, while adhering to strict regulatory and safety standards. Interested contractors must submit their proposals by July 30, 2025, at 1:00 PM EDT, and can direct inquiries to Leslie Prather at leslie.prather@va.gov or Samantha Mihaila at Samantha.Mihaila@va.gov.

    Point(s) of Contact
    Samantha Mihaila - Contracting Officer
    (216) 447-8321
    Samantha.Mihaila@va.gov
    Files
    Title
    Posted
    The document outlines a solicitation for a construction project by the Department of Veterans Affairs (VA) aimed at constructing a warehouse at the Butler VA Medical Center in Pennsylvania. This project is categorized as a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, and is expected to involve a range of construction activities including mechanical, plumbing, electrical, and landscaping work, with a projected cost between $10 million to $20 million. Bidders are instructed to submit their offers via email, and must adhere to various requirements including providing performance and payment bonds, bid guarantees, and adhering to specific timelines for bid submission and project completion. Documentation related to representations, certifications, and compliance with the Federal Acquisition Supply Chain Security Act is also emphasized. The solicitation includes provisions regarding technical questions, bid guarantees, and the importance of being registered in the System for Award Management (SAM). The evaluation of bids will focus on both pricing and the responsiveness of offers. This solicitation reflects the VA's commitment to engaging veteran-owned businesses in federal contracting opportunities while ensuring compliance with federal regulations and standards.
    The Department of Veterans Affairs (VA) is preparing to solicit bids for a construction project entitled "Construct Warehouse" at the Butler VA Medical Center in Butler, PA. This project involves the construction of an approximately 18,150 GSF warehouse for storage, requiring a general contractor to provide all necessary labor, materials, and equipment. The work scope encompasses general construction tasks, along with mechanical, plumbing, electrical, landscaping, and utility connections. The solicitation will be issued as an Invitation for Bid (IFB), exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with bids from non-SDVOSB entities being disregarded. The anticipated budget for this project falls between $10 million and $20 million and will follow established federal procurement procedures. The expected timeframe for the project is around 547 days once the Notice to Proceed is issued. Interested parties must submit inquiries via email rather than phone, as specified in the notice, which will also reference the process and guidelines under federal regulations.
    This document serves as an amendment to solicitation number 36C77625B0029 issued by the Department of Veterans Affairs, Program Contracting Activity Central. The primary purpose of this amendment is to revise the due date and time for bid submissions. The new deadline for receipt of bids has been changed from August 14, 2025, at 11:30 AM EDT to July 30, 2025, at 1:00 PM EDT. All other terms and conditions of the solicitation remain unchanged, ensuring continuity for bidders and stakeholders involved. This amendment highlights the importance of timely communication in government procurement processes to maintain compliance and ensure all parties are informed of critical updates. The document illustrates the procedural rigor involved in federal RFP processes, emphasizing adherence to timelines while allowing for necessary adjustments.
    This document represents an amendment to the solicitation for a government contract with the Department of Veterans Affairs (VA), specifically addressing the Site Visit Sign In Sheet pertinent to solicitation number 36C77625B0029. The amendment, numbered 0002 and dated July 8, 2025, serves to notify all offerors and bidders of updates regarding the site visit, confirming that the hour and date for receipt of offers will remain unchanged. It provides clear instructions on how to acknowledge the amendment and emphasizes the necessity of submitting acknowledgments prior to the specified deadline to avoid rejection of offers. The contracting officer, Samantha Mihaila, indicates that all other terms and conditions outlined in the initial solicitation remain intact and unaltered. This amendment exemplifies standard procedures in federal contracting, ensuring compliance and transparency while facilitating engagement with potential bidders.
    The document serves as an amendment (36C77625B0029 0003) to a solicitation for a government contract, issued by the Department of Veterans Affairs. It primarily aims to address responses to technical questions posed by bidders and includes updated attachments such as wage determinations and various technical documents related to the project. The amendment provides an updated copy of wage rates applicable to Butler County, alongside several technical appendices, specifications, and drawings necessary for bids. The key point communicated is that all current terms and conditions of the contract remain unchanged despite these updates. Importantly, this amendment underscores the agency’s efforts to maintain transparency and ensure all potential contractors have access to the latest relevant information to prepare their proposals effectively. The emphasis on wage determinations highlights the federal compliance aspect, ensuring fair labor standards in contract fulfillments.
    The document details an amendment to a solicitation from the Department of Veterans Affairs, specifically Amendment 36C77625B0029, which provides updated bid opening information for a federal procurement project. The amendment extends the deadline for bid submissions to July 30, 2025, at 1:00 PM EDT, with the bid opening occurring shortly thereafter at 1:30 PM EDT. The amendment emphasizes the inclusion of call-in information for the bid opening, specifically via Microsoft Teams, and provides a meeting ID and passcode along with a local phone dial-in option. Additionally, it states that all original terms and conditions of the solicitation remain unchanged despite this amendment. The document serves to inform all potential offerors of essential procedural updates, ensuring they are equipped with the necessary information for participation in the bidding process.
    This document serves as an amendment (36C77625B0029 0005) to a solicitation issued by the Department of Veterans Affairs, specifically Program Contracting Activity Central. The main purpose of the amendment is to update the Technical Questions Tracker and extend the bid due date to August 4, 2025, at 1:00 PM EDT. Additionally, the bid opening is rescheduled to the same date at 1:30 PM EDT, with arrangements for a Microsoft Teams meeting provided for participants. All other terms and conditions of the original solicitation remain unchanged. This amendment reflects the agency's commitment to transparency and clarity in the bidding process, ensuring all potential contractors have the necessary information to submit proposals effectively.
    The file outlines a construction project for a warehouse designated for the Veterans Affairs Department in Butler, VA, under the project number 529-314. It details the mechanical plans necessary for the facility, emphasizing the installation of various underground piping systems such as HPS and PCR. Key elements involve connecting new piping to existing systems using isolation valves, coordinating steam outages for demolition and connection work, and ensuring proper depth for burial and venting of warm wells. Specific instructions on the construction of a 12-foot cast-in-place manhole illustrate necessary precautions linked to existing utilities. The project aims to enhance distribution capabilities for VISN 4’s western market, evidencing a commitment to improving infrastructure for veteran services. The document serves as a technical guideline for contractors involved in the execution of this project, underlining essential compliance with safety and construction standards.
    Terracon has completed a Geotechnical Engineering Report for the proposed VISN Warehouse at 325 New Castle Road, Butler, Pennsylvania. The report outlines subsurface conditions derived from the exploration of soil and rock layers up to 15.5 feet deep, providing recommendations for site preparation, earthwork, foundation design, and pavement construction. Key findings indicate that existing fill materials must be entirely removed before construction of structures to ensure stability, as they are considered undocumented and may lead to settlement issues. Recommendations include using engineered fill for foundation support, design parameters for compressive loads, and strategies to manage potential frost susceptibility in the soil. The report underscores the importance of proper drainage and grading to mitigate water-related risks and suggests continuous observation during construction to address any unforeseen conditions. Overall, this report supports the planning and execution of the warehouse project by informing geotechnical considerations vital for structural integrity and safety.
    This document consists of multiple geological boring logs from a site investigation conducted by Terracon for the VISN Warehouse in Butler, PA. The investigation, which spanned various depths, primarily focused on identifying soil and geological characteristics to inform potential construction and site development. Each boring log details different soil layers, including topsoil, lean clay, and highly weathered shale, along with their properties such as stiffness and moisture content. The logs also include observations of groundwater levels, which indicated that no groundwater was encountered during the drilling process. Each boring was abandoned by backfilling with auger cuttings upon completion, following standard drilling procedures. The documentation serves to equip planners and engineers with essential geological information for decision-making related to future projects at the site, ensuring compliance with environmental and construction standards.
    The document presents a geotechnical model developed for a project located in Parma, Ohio, by Terracon. It outlines the subsurface conditions based on explorations conducted as part of the geotechnical engineering analysis. The model includes different soil layers, such as topsoil, lean clay, sandy clay, weathered rock, and bedrock, with respective descriptions and elevations. Observations regarding groundwater levels are included, noting their temporal nature and the potential for significant changes over time. The document serves as a reference for understanding the soil characteristics and subsurface conditions relevant for future engineering and construction work at the VISN Warehouse site. It provides a foundational assessment necessary for compliance with federal and local regulations concerning construction projects.
    The document outlines specifications for the installation of an electric-driven fire pump system as part of the construction of a warehouse for VISN 4, Western Market Distribution. The project involves adherence to NFPA 20 and NFPA 70 standards, detailing requirements for design, materials, and installation procedures. Key components include the fire pump, automatic transfer switch, piping, valves, and pressure sensing lines, among others. Detailed submittals are required from contractors, including working drawings, manufacturer data sheets, and qualifications of the installation team, with a focus on quality assurance and compliance with recognized testing laboratories. Proper installation procedures emphasize the need for qualified personnel and adherence to safety standards, including regular inspections and hydraulic testing of the system. Additionally, maintenance manuals and operational training for personnel are mandated to ensure ongoing compliance and functionality. This documentation underscores the government's commitment to building safe and reliable fire protection systems in federally funded projects.
    The document outlines the construction plans for a new warehouse as part of the VISN 4 Western Market Distribution in Butler, VA. It includes detailed mechanical and structural specifications, emphasizing the installation of various utility systems such as heating, ventilation, air conditioning (HVAC), steam, and chilled water systems. Key features include the coordination of existing utilities, installation depth requirements, piping specifications, and compliance with VA standards. Contractors are tasked with verifying site conditions and coordinating utility outages with the Contracting Officer’s Representative, essential for the safe operation of critical utility services, especially for facilities like the VA community living center. The project underscores comprehensive planning and execution for modern facility management in compliance with federal standards.
    The document outlines the fire protection design and specifications for a new warehouse under the jurisdiction of the U.S. Department of Veterans Affairs, located in Butler, VA. It mandates the installation of a fully automatic wet sprinkler system in compliance with NFPA 13 (2022 Edition) to protect against fire hazards, particularly focusing on racking systems that store plastic and rubber commodities. Key components include the implementation of Early Suppression Fast-Response (ESFR) sprinklers, a new electric fire pump system with a jockey pump, and comprehensive fire protection equipment that adheres to safety codes and standards. The document also includes a detailed hazard classification for various spaces, emphasizing moisture and structural integrity in design, along with specific water supply requirements. Acceptance testing and regulatory compliance with various fire protection codes are emphasized to safeguard occupant safety and property. The contractor is responsible for installation, coordination, and ensuring all materials are UL-listed and FM approved, reiterating the VA's commitment to compliance and safety in operations. This comprehensive fire protection plan is vital for securing a safe working environment and aligns with federal standards for fire safety planning and management in government facilities.
    The document pertains to the Request for Proposals (RFP) for the construction of a warehouse for the VA Butler Healthcare System and outlines the responses to contractor questions regarding project specifications and execution. Key topics addressed include the required certifications for metal fabricators, the integration of various systems within the warehouse, and specifications surrounding fire safety measures like pump performance and water supply capacity. Multiple Requests for Information (RFIs) notably clarify discrepancies in construction drawings and the specifications regarding materials and design elements. The VA emphasized that selections regarding materials must conform to specified standards, and contractors must accommodate site-specific conditions such as utility management and environmental controls. Additionally, there are strict guidelines on leadership roles within the project, indicating that personnel cannot hold multiple responsibilities concurrently. The document showcases the VA's commitment to thorough oversight and adherence to regulations while fostering clear communication with contractors throughout the construction process. Overall, the RFP facilitates structured and detailed guidance for contractors, ensuring compliance with VA standards and local regulations.
    The document outlines the Request for Proposals (RFP) regarding the construction of a new warehouse facility at the Butler VA Medical Center. It includes a comprehensive responses tracking sheet detailing contractors' inquiries and the VA's replies, emphasizing the project's specifications and requirements. Key topics addressed range from design specifications for doors and fire safety systems to technical requirements such as AISC certification for metal fabricators and details regarding the construction materials. Specific contractor questions cover various components, including mechanical and electrical systems, insulation types, plumbing requirements, and safety measures. The responses clarify design intents, project requirements, and methodologies for execution while maintaining adherence to safety standards and compliance regulations. Additionally, the VA emphasizes the necessity for contractor accountability and outlines stipulations regarding minority business participation, deadlines, and project oversight roles. This RFP aims to ensure clarity, alignment of expectations between the VA and contractors, and successful project completion within the proposed framework while addressing all inquiries relevant to the undertaking.
    The document appears to be a brief address listing for a location in Butler, Pennsylvania, specifically at 325 New Castle Road. It does not provide any additional context, details, or information relevant to government RFPs, grants, or local initiatives. Therefore, its purpose remains undetermined, lacking clear directives or content typical of a federal or state request for proposals or grant applications. Without further information regarding the intent or context of the address, it does not fulfill a substantive role in the framework of government documentation related to RFPs or grants. Additional material would be required to adequately evaluate its relevance to government proceedings or initiatives.
    The document outlines the final bid specifications for the construction of a warehouse for the Department of Veterans Affairs (VA) at the Butler VAMC, specified under Contract No. 36C77623C0053. It details the necessary general requirements for contractors, including site preparation, safety protocols, construction security, and utility management. The contractor is responsible for demolition, construction, and utility connections, ensuring compliance with VA’s stringent safety and operational standards. Key elements include adherence to proper security measures, coordination with relevant stakeholders to maintain the continuous operation of the Medical Center, and a focus on environmental protection during construction. The contractor must provide detailed scheduling for work phases and manage disruption to existing services. Additionally, the document emphasizes the significance of maintaining comprehensive as-built drawings and warranty tracking, alongside strict enforcement of safety and waste management policies. This document represents the commitment of the VA to enhance its operational facilities while ensuring the safety and well-being of its staff and patients during the construction process.
    The document outlines the construction plan for a new warehouse at the Veterans Affairs Medical Center in Butler, PA, under project number 529-314. The project, scheduled for completion by June 2, 2025, will include a state-of-the-art facility featuring an Early Suppression Fast-Response (ESFR) sprinkler system for fire protection. It aims to comply with various building codes, including NFPA and IBC 2022 regulations. The warehouse will accommodate maximum storage for ventilators and personal protective equipment, minimizing fire hazards through controlled storage height limitations. Key construction notes emphasize maintaining public access during operations, ensuring safety standards, and environmental compliance with erosion and sediment control regulations. Collaboration with numerous engineering and consulting firms is involved, highlighting a multi-disciplinary approach to the design and implementation. The overall aim is to enhance the efficiency of logistical operations within the Veterans Affairs system while adhering to strict regulatory guidelines and safety measures, reflecting the government’s commitment to improving infrastructure for veteran services.
    The document outlines the specifications and requirements for the construction of a warehouse for VISN 4 Western Market Distribution in Butler, PA, as issued by the U.S. Department of Veterans Affairs. It includes detailed profiles of stormwater management systems, including bioretention basins, outlet structures, and underdrain systems, designed to manage runoff effectively and comply with environmental regulations. Key elements such as elevation measurements, materials specifications, and drainage details indicate a thorough approach to stormwater management, ensuring the facility's sustainability. Additionally, the document provides guidelines for excavation, utilities verification, handling existing infrastructure, and worker safety protocols. The project aims to create a fully functional warehouse while adhering to relevant safety and environmental standards, showcasing the VA’s commitment to modernizing its facilities. Overall, the detailed construction notes emphasize effective collaboration, precision in utility management, and compliance with federal guidelines, indicating the comprehensive planning involved in the project's execution.
    The document outlines the construction plan for a new warehouse as part of the VISN 4 Western Market Distribution project for the U.S. Department of Veterans Affairs in Butler, VA. It includes detailed mechanical, electrical, and plumbing specifications, alongside site layouts and structural requirements. Key elements comprise underground piping installations, system connections, and thorough coordination for service outages to minimize disruptions, particularly for critical utilities supporting a Veterans community living center. Comprehensive construction details focus on ensuring compliance with VA standards, including pipe materials, burial depths, and HVAC system configurations. The plan mandates verification of existing conditions and emphasizes the importance of safety during construction, with reliance on adapted drawings and provision of utilities to support the facility's operational needs. This reflects the commitment to improving the infrastructure for veteran services while ensuring adherence to safety and regulatory measures.
    The document outlines Project #529-314, which involves the construction of a warehouse at the Butler VA Medical Center in Pennsylvania. The primary focus is on project management and coordination, emphasizing the use of a web-based project management software package for organizing construction operations. Key features of the software include the management of project communications, document workflows, real-time tracking, and secure handling of project data, ensuring accessibility for various stakeholders such as contractors, architects, and owners. The project requires each contractor to adhere to specific coordination requirements, with a defined cloud-based platform serving as the primary tool for documentation and communication. Additionally, the document stipulates the need for user licenses and training for stakeholders involved, as well as the provision of a digital archive upon project completion to maintain a comprehensive record of the project activities. Overall, this management approach is intended to streamline operations and enhance transparency throughout the construction process.
    The document outlines the requirements for offers related to Project #529-314, the construction of a warehouse at Butler VA Medical Center. It emphasizes compliance with limitations on subcontracting as mandated by 38 U.S.C. 8127(k)(2), stipulating that a contractor can only subcontract up to 85% of the contract amount to non-certified Small Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The contractor must acknowledge the legal implications of this certification, including potential penalties for false claims. Further, the document requires contractors to provide proof of compliance through documentation, which may be reviewed by the VA, ensuring adherence throughout the contract duration. The submission must include a signed certification by the offeror affirming compliance to avoid ineligibility for the contract. This RFP portrays the federal government's commitment to supporting SDVOSBs/VOSBs while establishing strict guidelines for subcontracting and compliance documentation to uphold integrity in procurement processes.
    The document outlines wage determinations for building construction projects in Butler County, Pennsylvania, under the Davis-Bacon Act. It identifies applicable Executive Orders that establish minimum wage rates for covered contracts, with $17.75 per hour effective for contracts initiated or extended after January 30, 2022, and $13.30 per hour for those awarded between January 1, 2015, and January 29, 2022. Various trade rates are provided, highlighting labor classifications such as plumbers, electricians, and masons, along with their respective wage rates and fringe benefits. Notably, the document emphasizes compliance requirements for contractors, including submission of conformance requests for unlisted classifications necessary for contract fulfillment. Additionally, it clarifies the appeals process for wage determinations and provides contact information for further inquiries. This summary serves as a guide for contractors and stakeholders involved in government-funded construction projects, ensuring adherence to wage regulations and labor standards. Overall, it reflects the government's efforts to maintain fair labor practices within federally funded construction initiatives.
    The government document outlines wage determination for building construction projects in Butler County, Pennsylvania, under the Davis-Bacon Act. It mandates adherence to minimum wage rates specified in Executive Orders 14026 and 13658 based on the contract's start date. For contracts initiated or renewed after January 30, 2022, the minimum wage is $17.75 per hour; for contracts awarded between January 1, 2015, and January 29, 2022, it is $13.30. The document details wage rates and fringe benefits for various labor classifications, including skilled trades such as electricians, plumbers, and carpenters, each identified with specific rates for 2025. Additionally, it discusses employee rights under the Executive Order establishing paid sick leave for federal contractors. The appeal process for wage determination decisions is also established, providing channels for reconsideration and further appeal. These wage determinations ensure fair compensation and worker protections for projects receiving federal assistance, reflecting compliance with both federal labor laws and local regulations. The document serves as a critical resource for contractors and workers participating in federally funded building projects, emphasizing labor standards in Pennsylvania.
    The VHA Pre-Construction Risk Assessment (PCRA) and the associated Infection Control Risk Assessment (ICRA) provide comprehensive guidelines for evaluating safety and infection risks during construction, renovation, and maintenance activities at healthcare facilities. The PCRA template outlines minimum requirements for categorizing activities based on their type and associated safety risks, necessitating the establishment of control measures before work commences. This includes communication and coordination plans with affected areas and ensuring compliance with infection control protocols when required. The ICRA focuses specifically on infection prevention, requiring assessments to identify patient risk categories and implement precaution levels accordingly. Key control measures include maintaining air quality, managing waste, and ensuring compliance with building and safety regulations. Projects are categorized by scale—ranging from small inspections to large scale construction—and involve specific assessments for patient care areas. This assessment process underscores the VA's commitment to safeguarding patients, employees, and contractors while complying with federal and local safety standards in healthcare environments.
    The Department of Veterans Affairs is seeking to procure a firm-fixed price contract for the construction of a new warehouse at the Butler VA Healthcare System in Butler, PA. This Justification and Approval (J&A) document supports a decision for other than full and open competition, specifying that certain construction materials from specific manufacturers are required for compatibility and standardization throughout the facility. Key items include a fire alarm system from Simplex, door lock cylinders from Best, and a physical access control system from Software House—Johnson Controls. The total project cost is estimated between $10M and $20M. The justification asserts that only these specific brand-name items meet agency needs due to their integration with existing systems, which is crucial for safety and operational efficiency. Market research confirms that these products comply with the necessary standards and that alternative options would incur additional costs and operational risks. The project will be a Service-Disabled Veteran-Owned Small-Business set-aside, ensuring competition despite these brand-specific requirements. The document reinforces the necessity for these items to avoid duplicative costs and to maintain security and functionality at the facility.
    The VHA Directive 1013(1) from the Department of Veterans Affairs outlines policies for the prevention and control of seasonal influenza through vaccinations. The primary purpose of this directive is to implement an annual influenza vaccination program to safeguard the health of veterans and healthcare personnel. Significant updates include revised definitions, documentation protocols, and vaccine administration guidelines. The directive emphasizes the importance of vaccination as a key strategy against influenza, outlining responsibilities for VA staff from the Under Secretary for Health down to facility directors. Additionally, the directive details training requirements for healthcare personnel (HCP) and establishes procedures for documenting vaccinations and managing adverse reactions. In cases of vaccine shortages, prioritization is given to high-risk groups, including the elderly and those with chronic health issues. This directive serves as a critical component of the VA's health promotion initiatives, ensuring consistent and effective immunization practices across its facilities while adhering to CDC recommendations and relevant federal laws.
    The document pertains to a federal Request for Proposal (RFP) for the construction of a warehouse at the Butler Veterans Affairs Medical Center (VAMC), scheduled for a site visit on July 8, 2025, at 10:00 AM EDT. It includes a sign-in sheet intended for attendees of the site visit, capturing their names, companies, titles, email addresses, and phone numbers. This information is likely essential for coordinating the RFP process and facilitating communication among prospective bidders. The site visit is an opportunity for interested contractors to evaluate the project scope, ask questions, and gain insight into specific site conditions that could affect their proposals. The structure of the document reflects typical government contracting protocols, highlighting transparency and organization in the procurement process. Overall, this RFP illustrates the federal government's ongoing efforts to improve infrastructure and services for veterans through public construction projects.
    Similar Opportunities
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    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.
    [AMENDED] Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for a design-build project to replace chillers in Buildings 1, 2, and 104 at the Lebanon VA Medical Center in Pennsylvania. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with various federal regulations, including the Federal Acquisition Regulation (FAR) and the Davis-Bacon Act, with a construction magnitude estimated between $1 million and $5 million. The selected contractor will be responsible for all aspects of the project, including design, construction, and compliance with VA guidelines, with a performance period of 270 calendar days from the Notice to Proceed. Proposals for Phase 1 are due by January 5, 2026, at 4:00 PM EST, and interested parties should direct inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov or Elijah J McIntosh at elijah.mcintosh@va.gov.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov for further information.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project located at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project is crucial for enhancing the data management capabilities of the VA, with an estimated cost between $5,000,000 and $10,000,000. Interested bidders must submit their proposals electronically by January 8, 2026, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    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.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to correct deficiencies in the chiller plant at the Coatesville VAMC in Pennsylvania. The contractor will be responsible for providing all necessary labor, materials, and equipment to address the deficiencies as outlined in the scope of work, drawings, and specifications. This project is crucial for maintaining the operational efficiency of the facility's heating and cooling systems, with a contract value estimated between $250,000 and $500,000. Interested bidders must ensure they are registered in the System for Award Management (SAM) and comply with all relevant certification and regulatory requirements. The solicitation documents will be available for download on SAM.GOV around December 12, 2025, and inquiries should be directed to Contract Specialist Kevin Rodgers at kevin.rodgers2@va.gov or by phone at 215-823-5800.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the expansion of the B330 Staff Parking Lot at the Dayton VA Medical Center, under project number 552-26-502. The project entails constructing an approximately 93,200 square foot gravel parking lot that will accommodate around 320 parking spaces, thereby enhancing the existing staff parking area. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated construction cost ranging from $250,000 to $500,000, and a projected period of performance of 90 calendar days. The solicitation is expected to be posted on SAM.gov around November 14, 2025, with proposals due approximately 30 days thereafter; interested parties should contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov for further inquiries.