Y1DA--437-23-103 Update Wing 4B
ID: 36C26325B0009Type: Solicitation
AwardedJun 25, 2025
$1.4M$1,398,985
AwardeeMDM CONSTRUCTION LLC WEST FARGO 58078
Award #:36C26325C0058
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

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

    The Department of Veterans Affairs is seeking qualified contractors for the construction project titled "Y1DA--437-23-103 Update Wing 4B" at the Fargo VA Health Care System in North Dakota. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves comprehensive renovations to the locked mental health ward, including hard wall construction barriers, HVAC, plumbing, and fire protection systems, all in compliance with stringent safety and operational standards. The estimated cost for this project ranges between $1 million and $2 million, with an Invitation for Bid (IFB) expected to be released around March 5, 2025, and bids due by March 21, 2025. Interested contractors should contact Scott Gifford at scott.gifford1@va.gov or call 651-293-3020 for further details.

    Point(s) of Contact
    Scott GiffordContract Specialist
    (651) 293-3020
    scott.gifford1@va.gov
    Files
    Title
    Posted
    The presolicitation notice from the Department of Veterans Affairs announces a construction project (Number: 437-23-103) for updating Wing 4B at the Fargo VA Health Care System in North Dakota. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring bidders to be registered in the Veteran Small Business Certification (VetCert) database. The project will involve various construction tasks, including HVAC, electrical, plumbing, and fire protection work, with a total estimated cost between $1 million and $2 million. An Invitation for Bid (IFB) for this project is expected to be released around March 5, 2025, with bids due by March 21, 2025. Contractors must meet specific regulations, including adherence to the National Fire Protection Agency standards, local building codes, and infection control measures due to the project's sensitive environment. Interested bidders should acquire all solicitation documents from the Contract Opportunities website and ensure compliance with system registration requirements, including the Unique Entity Identifier and active status in the SAM database. Questions must be directed via email to designated contacts, with no telephone inquiries permitted. This notice serves to inform potential bidders about the upcoming solicitation while emphasizing adherence to specific qualifications and standards.
    The presolicitation notice from the Department of Veterans Affairs announces a construction project (Number: 437-23-103) for updating Wing 4B at the Fargo VA Health Care System in North Dakota. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring bidders to be registered in the Veteran Small Business Certification (VetCert) database. The project will involve various construction tasks, including HVAC, electrical, plumbing, and fire protection work, with a total estimated cost between $1 million and $2 million. An Invitation for Bid (IFB) for this project is expected to be released around March 5, 2025, with bids due by March 21, 2025. Contractors must meet specific regulations, including adherence to the National Fire Protection Agency standards, local building codes, and infection control measures due to the project's sensitive environment. Interested bidders should acquire all solicitation documents from the Contract Opportunities website and ensure compliance with system registration requirements, including the Unique Entity Identifier and active status in the SAM database. Questions must be directed via email to designated contacts, with no telephone inquiries permitted. This notice serves to inform potential bidders about the upcoming solicitation while emphasizing adherence to specific qualifications and standards.
    The Fargo Veterans Affairs (VA) Health Care System is initiating the Update Wing 4B project, focusing on a comprehensive renovation of the locked mental health ward. The scope encompasses hard wall construction barriers, demolition, installations of flooring, HVAC, lighting, plumbing, and fire protection systems, all compliant with VA regulations and safety codes. The contractor must manage all tools meticulously, participate in training, and minimize disturbances to patients, with specific work hours between 4 PM to 8 PM for noisy activities. The project timeline spans 450 days, including contractor background checks and training requirements. An estimated cost is between $1,000,000 and $2,000,000, emphasizing safety protocols due to the sensitive nature of the ward. Personnel involved in the project must adhere to strict privacy and security standards set by the VA, including completion of various training programs related to safeguarding sensitive information. The document outlines the importance of maintaining patient safety and ensuring compliance with privacy laws, reflecting the VA's commitment to secure and improved healthcare environments for veterans.
    The document outlines the proposal for renovations to Wing 4B of the Fargo VA Health Care System, with the aim of updating the mental health locked inpatient ward. It includes the bid documents, specifications, and general requirements necessary for contractors. Key sections detail the responsibilities of the general contractor, including safety measures, demolition processes, as well as strict adherence to VA security procedures, given the sensitive nature of the facility. The project involves a phased construction approach to minimize disruption to ongoing medical operations, with detailed requirements for site management, material handling, and interdepartmental coordination. Contractors must ensure that all work complies with stringent safety and operational standards, maintaining a secure environment for patients and staff. Various subsections also specify detailed submission requirements for materials, shop drawings, and schedules to ensure effective project management. This renovation project is indicative of the VA's commitment to enhancing healthcare facilities while maintaining operational integrity amidst construction activities.
    The document outlines the renovation project for Wing 4B at the Fargo VA Health Care System, emphasizing an update to the infrastructure while ensuring minimal disruption to facility operations due to its critical function. It details the construction phases, which include comprehensive demolition and installation work while adhering to stringent infection control and safety measures, aligning with VA standards. The plan mandates coordination with the VA to procure necessary permits such as Infection Control Risk Assessment (ICRA) and Interim Life Safety Measures (ILSM) to ensure patient safety throughout the project. General contractors must schedule work to limit patient agitation, maintain operational continuity for the medical center, and manage all aspects of the construction process, including daily inventory of materials brought on-site. Temporary construction barriers will be installed to isolate work zones, and all construction will adhere to fire safety regulations with a focus on maintaining a secure and clean environment. The renovation not only aims to enhance the facility’s capabilities but also demonstrates the VA's ongoing commitment to improving healthcare infrastructure while safeguarding the health and safety of staff and patients.
    The document outlines a complex series of data transmissions, likely from a federal government request for proposals (RFPs) or grants related to multiple projects at various levels of government. Key elements include financial appropriations, detailed programming mandates, and compliance requirements for state and local entities in response to federal initiatives. There is a strong emphasis on programmatic alignment with existing guidelines and regulations, indicating a structured approach to distributing federal resources efficiently and effectively. However, the text is heavily corrupted or obscured, making it difficult to extract additional context or specific project details. Overall, the document serves as a framework for informing stakeholders about procedural and financial expectations for programs and grants, while underscoring the importance of compliance in future funding initiatives.
    The VAAR 852.219-75 outlines the certification requirements regarding subcontracting limitations for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) involved in federal contracts. It stipulates that contractors must comply with specific percentage limits when utilizing non-certified firms for subcontracting, depending on the nature of the work—50% for services, 85% for general construction, and 75% for special trade construction—counting any further subcontracts by certified firms toward these limits. The document emphasizes the serious repercussions, including criminal penalties, for any false certifications or non-compliance, potentially resulting in fines, suspension, or debarment. Contractors are obligated to provide documentation to demonstrate compliance, and failure to do so may invoke remedial actions. The certification section must be completed and submitted with proposals to qualify for consideration. Overall, this clause aims to promote the utilization of certified SDVOSBs and VOSBs in government contracting, ensuring they play a significant role in fulfilling federal contracts.
    The document outlines the criteria for determining a contractor's responsibility when responding to federal and state/local Requests for Proposals (RFPs). Key conditions include having adequate financial resources for contract execution, ability to meet delivery schedules, and possessing a satisfactory performance and integrity record. Prospective contractors must demonstrate organizational capability, technical expertise, and necessary operational controls, including quality assurance and safety measures. Additionally, they must have access to required production and technical equipment. Lastly, contractors must be eligible to receive awards under applicable laws and regulations. The document also references the Contractor Performance Assessment Reporting System (CPARS) as a tool for evaluating contractor performance. Overall, these requirements ensure that only qualified contractors can effectively meet government contract obligations.
    Similar Opportunities
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contracting Office 23, is soliciting proposals for the replacement of the fire alarm system at the Fargo VA Health Care System. This project involves the complete overhaul of the existing analog fire alarm system, which is at the end of its functional life, to a new digital, addressable voice notification system, including the installation of control panels, wiring, annunciators, and detectors across the campus. The importance of this upgrade lies in ensuring the safety and operational continuity of the facility, particularly in a healthcare environment. The estimated contract value ranges from $2 million to $5 million, with a performance period of 540 days from the Notice to Proceed. Interested bidders must submit their proposals electronically by December 18, 2025, and can direct inquiries to Contracting Officer Dwayne Brauch at dwayne.brauch@va.gov or by phone at 651-293-3039.
    Z1DA--PN: 438-22-600, Improve Campus Bldg Exteriors (SF) AP: 36C263-26-AP-1039
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice (36C26326R0027) to identify Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) capable of performing construction work for the Improve Campus Building Exteriors project at the Sioux Falls VA Medical Center in South Dakota. The project involves extensive roofing and masonry repairs on multiple buildings, primarily focusing on replacing up to 40 roofs, repairing or replacing masonry elements, and installing access ladders, with an estimated construction magnitude between $10 million and $20 million. This procurement is crucial for maintaining the integrity and safety of the medical center's facilities, ensuring they continue to serve veterans effectively. Interested contractors must submit their responses, including company information and a capability statement, by December 31, 2025, at 12:00 PM CT, to Michael W. Freeman at Michael.Freeman3@va.gov.
    Y1DA--St. Cloud VAHCS Replacement/Addition Steam Mains Presolicitation Notice
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the replacement and addition of steam mains at the St. Cloud VA Health Care System in Minnesota, under Project Number 656-21-114. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) program. The project involves the complete removal and replacement of existing steam line vaults and the installation of new steam piping infrastructure, with a construction magnitude estimated between $5,000,000 and $10,000,000. The Invitation for Bid (IFB) solicitation is expected to be issued on or about December 29, 2025, with a performance period of 640 calendar days from the Notice to Proceed. Interested bidders should direct inquiries to Contracting Specialist Jeffrey Brown at Jeffrey.Brown8@va.gov or by phone at 651-293-3009.
    Y1AA--656-20-130 Repair Building 50 Basement Kitchen 656-26-2-3204-0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 23, is issuing a presolicitation notice for the project titled "Repair Building 50 Basement Kitchen" at the Saint Cloud VA Health Care System in Minnesota. This project, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves comprehensive remodeling of the existing Dish room and Tray Service Line, addressing critical failures in Architectural, Mechanical, Electrical, Plumbing (MEP), and Heating Ventilating and Air Conditioning (HVAC) systems. The scope includes replacing deteriorating finishes and implementing construction in two phases, impacting approximately 6,000 square feet of space, while ensuring minimal disruption to ongoing operations. The Invitation for Bid (IFB) is expected to be released around November 14, 2025, with a construction budget estimated between $2,000,000 and $5,000,000. Interested bidders must be registered and certified in the Veteran Small Business Certification database and can direct inquiries to Contract Specialist Daniel Dobler at daniel.dobler@va.gov or by phone at 651-293-3015.
    Y1LB--656-24-205, Road Repair 2024 36C263-26-AP-1047
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for the Roads Repair 2024 project at the St. Cloud VA Medical Center in Minnesota, specifically under Project Number 656-24-205. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) database. The project entails the reconstruction of parking lot P111 (56,567 SQ. FT) and adjacent roadways (8050 SQ. FT), including the removal and replacement of asphalt and re-compaction of the base gravel course, with an estimated construction value between $1,000,000 and $2,000,000. The Invitation for Bid (IFB) is expected to be issued around March 9, 2025, with an award anticipated within 90 days of the bid opening. Interested bidders should contact Contracting Specialist Arielle Lifto at arielle.lifto@va.gov or 651-293-3031 for further information.
    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.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.
    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.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    Z1DA--PN: 568-24-106, Upgrade Fire Alarm System (FM)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the upgrade of the Fire Alarm System at the Black Hills Health Care System - Fort Meade Campus in South Dakota. This project, identified as number 568-24-106, involves a comprehensive upgrade to the existing fire alarm system, which must be compatible with Johnson Controls, Inc. components, and includes tasks such as demolition, installation of new devices, and electrical work. 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, and a Period of Performance of 670 calendar days. Interested bidders must be registered in the System for Award Management (SAM) and certified as SDVOSB, with the Invitation for Bids (IFB) expected to be issued around November 21, 2025. For further inquiries, contact Contract Specialist John Breyer at john.breyer@va.gov.