Y1DA--652-21-102 Replace Nurse Call System
ID: 36C24625B0010Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, 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 issuing a presolicitation notice for the replacement of the Nurse Call System at the Central Virginia VA Health Care System in Richmond, Virginia. This project involves a comprehensive upgrade of the existing nurse call and code blue systems, including necessary hardware, software, and infrastructure, with work encompassing demolition, structural, electrical, and telecommunications aspects, all to be executed in a phased manner to minimize service interruptions. The solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project budget ranging from $5 million to $10 million. Interested bidders must register in the System for Award Management (SAM) and verify their status in the Small Business Administration’s Veteran Small Business Certification (VetCert) database, with official solicitation materials expected to be available on January 9, 2025. For further inquiries, contact Contract Specialist Moses Deng at moses.deng2@va.gov or 910-475-6807, or Madeline Lucena-Pulst at madeline.lucena-pulst@va.gov or 804-675-5841.

    Point(s) of Contact
    Moses DengContract Specialist
    (910) 475-6807
    moses.deng2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs Central Virginia VA Health Care System is seeking construction services for the replacement of its nurse call system, referenced as Project #652-21-102. The project involves comprehensive upgrades, including demolition and installation of new hardware and software for the existing nurse call/code blue systems. It aims to ensure continuous operation during the upgrade process and will adhere to specifications set by the VA. This Sources Sought Notice is specifically set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs). Responses are due by March 3, 2025, and should include a capability statement and suggestions for alternative nurse call systems that meet or exceed the HillRom brand's functionality. The project's estimated cost is between $5 million to $10 million, with a NAICS code of 236220 for commercial and institutional building construction. Responses will be used for planning purposes, with no formal feedback provided. The Government maintains the right to cancel the notice without obligation. This initiative reflects the VA's commitment to enhancing healthcare infrastructure for veterans.
    The Department of Veterans Affairs is issuing a presolicitation notice for the replacement of the Nurse Call System at the Central Virginia VA Health Care System in Richmond, Virginia. The project entails the complete upgrade of the existing nurse call and code blue systems, including associated hardware, software, and infrastructure. The work covers several aspects, including demolition, structural, electrical, and telecommunications, and must be executed in a phased manner to minimize service interruptions. This solicitation is set aside exclusively for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with an estimated project budget of $5 million to $10 million. Interested bidders must register in the System for Award Management (SAM) and verify their status in the Small Business Administration’s Veteran Small Business Certification (VetCert) database. The official solicitation materials are expected to be available on January 9, 2025, and will include further details on site visits and bidding processes. This notice is not a request for bids, and the government retains the right to cancel the solicitation at any time without reimbursement obligations.
    The Department of Veterans Affairs (VA) Network Contracting Office 6 issued Amendment 0001 to Solicitation 36C24625R0047, extending the Request for Proposal (RFP) due date to August 13, 2025, at 2:00 PM EDT. The amendment clarifies discrepancies in the solicitation, including a correction to Attachment F referenced on page 18 and the correct date for the site visit (Monday, June 30, 2025). Additionally, it emphasizes the requirement for offerors to certify compliance with VAAR 852.219-75 regarding limitations on subcontracting for general construction, ensuring that contractors will not pay more than 85% of the government-paid amount to non-certified SDVOSBs or VOSBs. The amendment also includes the clause 52.222-43 concerning Fair Labor Standards Act and Service Contract Labor Standards, outlining price adjustments for multiple-year and option contracts based on wage determinations. All other terms and conditions of the solicitation remain unchanged.
    The document outlines a Request for Proposal (RFP) for replacing the Nurse Call System at the Central Virginia VA Health Care System. The solicitation is designated for construction, with a budget between $5 million and $10 million, specifically targeting service-disabled veteran-owned small businesses. Interested contractors must provide performance and payment bonds, comply with a series of technical and administrative requirements, and submit proposals by July 23, 2025. A pre-proposal site visit is scheduled for June 30, 2025, and any inquiries must be directed to the contracting officer by July 7, 2025. The project involves comprehensive upgrades, including the demolition of the existing nurse call system and installation of new infrastructure with minimal disruption to services. Contractors are required to demonstrate relevant past performance, financial responsibility, and adherence to safety and ethics standards. Bids will be evaluated based on technical qualifications, experience, and price, with a focus on the qualifications of key personnel and subcontractors. This RFP serves as a vital mechanism for ensuring the enhancement of healthcare services and infrastructure at the VA while prioritizing small business participation.
    The document serves as an amendment to a Request for Proposal (RFP) issued by the Department of Veterans Affairs, extending the deadline for submission to August 13, 2025, at 2:00 PM EDT. It addresses several critical modifications, such as posting a site visit log and correcting references regarding attachments related to the solicitation. It outlines requirements concerning limitations on subcontracting, specifying that a contractor must adhere to business size standards and comply with specific laws governing service and construction contracts. Notably, it includes clauses concerning wage adjustments under the Fair Labor Standards Act, ensuring contractor compliance with wage determinations. The amendment emphasizes that all other terms remain unchanged and urges potential bidders to acknowledge receipt of this amendment to avoid rejection of their proposals. This document reflects the federal government's procedural requirements for managing contracts and proposals, emphasizing the emphasis on compliance and accuracy within government contracting operations.
    The document outlines a project to replace the nurse call system at the H.H. McGuire VA Medical Center in Richmond, VA, detailing bid documents for construction, infection control risk assessment (ICRA) information, and various typical plans. The project, VA Project Number 652-21-102, includes extensive work across multiple floors and departments, such as the Emergency Department, ICUs, Dialysis, and Oncology. It emphasizes stringent infection control measures, categorized by patient risk groups and construction activity types (Class I-V precautions), with detailed requirements for dust control, negative air pressure systems, and barrier installations (e.g., STARC Wall System or EdgeGuard System). The document provides specific working hours and noise restrictions for different project areas, identifies areas requiring HEPA filters, and details procedures for maintaining cleanliness and safety throughout the construction process. The project aims to modernize the nurse call system while ensuring patient and staff safety through strict adherence to infection control and life safety protocols.
    The Department of Veterans Affairs (VA) H.H. McGuire VA Medical Center is undertaking a project (VA Project No. 652-21-102) to replace its Nurse Call System. The project, with 100% Construction Documents dated June 12, 2025, prepared by Apogee Consulting Group, PA, involves general construction, alterations, architectural, electrical, low voltage, and nurse call system upgrades. Key aspects include strict safety and security requirements, such as site access control, security guards, key control, and sensitive document handling. The contractor must coordinate all operations to minimize disruption to the 24/7 medical center, including utility services and traffic flow. The project also details procedures for alterations, waste disposal, restoration of disturbed areas, and maintaining as-built drawings. Comprehensive warranty management and photographic documentation of construction progress are also mandated, alongside guidelines for temporary use of utilities and existing equipment like elevators.
    The document outlines the plans and specifications for the replacement of the nurse call system at the H.H. McGuire VA Medical Center in Richmond, VA. This project, identified by VA Project Number 652-21-102, is part of a larger effort to enhance healthcare facilities while ensuring strict adherence to safety and health standards, particularly during construction. Key components include the design and installation of temporary barriers to mitigate dust and contamination, the use of mobile HEPA filtration systems, and the requirement for contractors to follow Infection Control Risk Assessment (ICRA) protocols. The plans include detailed layouts for various medical wards, architectural notes, and specific technical requirements. Moreover, the document specifies the roles of different stakeholders, such as the project manager and contractors, while establishing timelines and communication protocols to ensure project success. Critical safety measures during renovations include careful monitoring of air quality, maintaining operations of current systems until new setups are fully functional, and specified cleaning procedures post-construction. Overall, the project underscores the VA's commitment to enhancing patient care environments through significant infrastructure upgrades while prioritizing safety and compliance with relevant regulations.
    The H.H. McGuire VA Medical Center is set to replace its Nurse Call System, under VA Project No. 652-21-102. This project, with fully prepared construction documents dated June 12, 2025, is managed by Apogee Consulting Group, PA. The contractor is responsible for complete site preparation, including demolition and the installation of the new system, adhering to safety and infection control protocols. Proposed work involves general construction, alterations in electrical and low-voltage systems, and maintaining ongoing medical center operations during construction to avoid disruptions. The security plan requires compliance with VA regulations, including identification badges and vehicle access requests. The project outline includes provisions for temporary utility services, operations and storage restrictions, and an emphasis on safety measures throughout the construction phase. Emphasis is placed on maintaining existing utilities, coordinating demolitions, and managing any changes required during construction. Through this initiative, the VA is committed to improving medical facilities while ensuring high standards of safety and operational continuity for patients and staff.
    Amendment 0002 to solicitation 36C24625R0047, issued by the Department of Veterans Affairs Network Contracting Office 6, provides initial responses to Requests for Information (RFIs). This partial release indicates that more RFI responses will be provided as they become available. Offerors must acknowledge receipt of this amendment by completing specified items, acknowledging it on their offer, or sending a separate communication. Failure to acknowledge may result in offer rejection. All other terms and conditions of the solicitation remain unchanged. The effective date of this amendment is July 25, 2025.
    Amendment 0004 to Solicitation 36C24625R0047, issued by the Department of Veterans Affairs, Network Contracting Office 6, addresses Request for Information (RFI) responses for a Nurse Call system. This partial release of RFI responses aims to provide clarity to offerors/bidders, with additional answers expected to follow. The amendment includes a spreadsheet detailing RFIs and their corresponding responses, indicating which questions do not yet have available answers. All other terms and conditions of the original solicitation remain unchanged. This modification is crucial for potential contractors to understand updated requirements and information prior to submitting their offers.
    Amendment 0005 to Solicitation 36C24625R0047, issued by the Department of Veterans Affairs, Network Contracting Office 6, addresses Request for Information (RFI) responses. This amendment, effective August 6, 2025, provides the final release of answers to all submitted RFIs, with no further responses to be issued. It includes a spreadsheet detailing the RFIs and their corresponding responses, along with the Wage Determination VA20250007 dated March 28, 2025, which outlines prevailing labor wages. All other terms and conditions of the original solicitation remain unchanged. This amendment is critical for offerors to finalize their proposals based on the provided clarifications and updated wage information.
    This document is Amendment 0006 to Solicitation 36C24625R0047, issued by the Department of Veterans Affairs, Network Contracting Office 6. The amendment, effective August 8, 2025, addresses and provides responses to Requests for Information (RFIs) related to the Nurse Call system. All other terms and conditions of the original solicitation remain unchanged. The amendment emphasizes that offerors must acknowledge receipt by completing specific items, returning copies, or sending a separate communication, with failure to do so potentially resulting in rejection of their offer. This modification is crucial for providing clarity and additional information to potential contractors regarding the solicitation.
    This document serves as Amendment 0002 to the solicitation 36C24625R0047, issued by the Department of Veterans Affairs' Network Contracting Office 6. The primary purpose of the amendment is to provide partial responses to Requests for Information (RFIs) submitted by potential bidders. A detailed spreadsheet attached to the document outlines the RFIs along with their respective answers, indicating unresolved requests with a "NO" in the "CLOSED" column. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged. This amendment is part of the federal government's contracting process, reflecting its commitment to transparency and communication with interested contractors. Overall, it highlights the procedural aspects of engaging with bid proposals in the government contracting landscape.
    The "ATTACHMENT B: CORPORATE EXPERIENCE FORM" is a standardized document for government solicitations, likely part of an RFP, grant application, or state/local RFP. Its purpose is to collect detailed corporate experience from offerors, requiring a minimum of three and a maximum of five examples of completed or in-progress contracts. Each contract example must have a minimum value exceeding $1,000,000 and be similar in size and scope to the solicited work. For each contract, offerors must provide specific information including customer details, point of contact information, contract value, term, effective date, status (ongoing or completed), and a detailed scope of requirements. The form emphasizes chronological order, starting with the most recent contract, and directs offerors to refer to "Technical Capability Sub-Factor 2 – Corporate Experience" for additional required information. This attachment ensures that potential contractors demonstrate relevant past performance and capability.
    This government file outlines comprehensive requirements for communications installations, applicable to all Division 27 sections, ensuring fully functional systems. It emphasizes compliance with VAAR 852.236-71 and FAR clause 52.236-21. The document provides extensive lists of abbreviations, acronyms, and definitions pertinent to communication systems. It details applicable government, industry, and NRTL standards, including those from the FCC, USDA, NIST, DoD, DoL, DoT, VA, UL, BICSI, IEEE, NEMA, and NFPA. Key administrative requirements include assigning a project manager, coordinating work with other trades, and contacting the VA Office of Telecommunications. Detailed submittal requirements cover product information, OEM certifications, installer qualifications, test equipment lists, and various drawings (telecommunications space plans, logical drawings). Closeout submittals include warranty certificates, record documents, and comprehensive operation and maintenance manuals. Quality assurance mandates manufacturer, product, system, and contractor qualifications, with specific requirements for technician certifications and local service facilities. The document also addresses delivery, storage, handling, field conditions, equipment installation, identification, cutting and patching, and rigorous field quality control, including interim and final acceptance tests witnessed by government and OEM representatives.
    The Request for Information (RFI) 36C24625R0047, Project Number 652-21-102, is issued by the Department of Veterans Affairs, Central Virginia VA Healthcare System in Richmond, VA. The RFI seeks information for a project titled "Replace Nurse Call System." Contractors are required to thoroughly read all solicitation documents and specifically identify relevant sections when submitting questions or requests for clarification. Failure to comply may delay responses. All inquiries should be directed to Contracting Officer Madeline Lucena-Pulst and Contract Specialist Moses Deng via email.
    This government file outlines a Past Performance Questionnaire (PPQ) for a federal Request for Proposal (RFP) by VHA Network Contracting Office 6 and Richmond VA Medical Center. The RFP, Project 652-21-102, is for replacing the Nurse Call System at Central VA Health Care System (CVVHS). The PPQ requires vendors to identify past customers, who then complete Sections B and C of the questionnaire to evaluate the vendor's performance. The questionnaire assesses performance across five key areas: Quality, Timely Performance, Management Effectiveness, Compliance with Safety Standards, and Overall Performance. It uses a rating scale from "Substantial Confidence" to "No Confidence" or "Unknown Confidence." The completed and signed questionnaire must be returned via email to the Government Contracting Officer and Contract Specialist by the proposal due date, with unsigned forms subject to rejection. Additionally, the questionnaire asks for overall strengths and weaknesses, willingness to re-award, and awareness of similar past contracts.
    The provided document is an attachment outlining the Corporate Experience Form, which is a requirement for prospective offerors participating in federal and state project proposals. The form mandates that offerors list between three to five contracts, in descending chronological order, each valued over $1,000,000. For each contract, detailed information must be supplied, including the customer’s name and address, point of contact details, contract value, term, effective date, status, and a descriptive scope of work performed. The structure of the form consists of sections for each contract (Contract #1 through Contract #5) to ensure comprehensive documentation. Each section requires the same set of information, ensuring uniformity and completeness. This form aids evaluators in assessing offerors' relevant experience and capabilities, which is crucial in determining qualified candidates for government contracts. The overarching purpose of this document is to establish a clear requirement for corporate experience in related projects, facilitating a competitive bidding process for government grants and requests for proposals (RFPs).
    The document outlines the requirements for communications installations specified by the U.S. Department of Veterans Affairs (VA), emphasizing compliance with federal regulations including VAAR and FAR clauses. It details the necessary processes for establishing fully operational communications systems while incorporating industry standards and technical specifications. Key sections discuss the installation's organization, including administrative requirements, submittal protocols, installation procedures, and quality assurance measures. Furthermore, it includes an extensive list of acronyms, definitions, publications, and standards that must be adhered to during the installation, ensuring safety, accessibility, and efficiency. The document stresses the importance of regular inspections, coordination with other trades, and adherence to any schedule set forth by the Contracting Officer Representative (COR) during the construction process. The ultimate goal of the outlined procedures is to ensure that the communication systems installed at VA facilities meet required operational standards and safety regulations.
    This Request for Information (RFI) outlines the government’s intent to replace the Nurse Call System at the Central Virginia VA Healthcare System located in Richmond, VA (Project No. 652-21-102). The solicitation emphasizes the importance of thoroughly reviewing all related documents before submitting inquiries. Contractors must specify relevant sections of the solicitation when posing questions for clarification; failure to do so may result in non-responses. The document provides contact details for the Contracting Officer and Contract Specialist but does not specify an RFI number or response deadline, indicating these will be determined by the contracting officer. The RFI's purpose is to solicit feedback and information regarding the project, crucial for the eventual contracting process. Overall, this RFI exemplifies the structured approach the federal government takes to engage with potential contractors and ensure projects align with specific requirements and regulations.
    This document is a request letter for past performance information related to a proposal submitted by [Insert Company Name] to the VHA Network Contracting Office 6 for the Replacement of the Nurse Call System at the Central VA Health Care System. The process requires the company to provide past performance data by soliciting feedback from designated references using an attached questionnaire. The completed and signed questionnaire must be returned to specified government officials before the proposal deadline to avoid rejection. The questionnaire is structured into sections that assess various aspects such as Quality, Timely Performance, Management Effectiveness, Compliance with Safety Standards, and Overall Performance. Respondents provide evaluations on a scale from Substantial Confidence to No Confidence across multiple criteria within these categories, such as meeting project schedules and implementing effective quality control. Additional questions gauge the contractor's strengths and weaknesses and inquire about similar contracted efforts. The overarching aim of this document is to ensure that bidders demonstrate their previous performance capabilities to meet project requirements effectively, which is crucial for government procurement processes.
    The document outlines cost breakdown forms for a project titled "Replace Nurse Call System" at the Central Virginia VA Health Care System (CVHCS) in Richmond, Virginia, identified by Project Number 652-21-102. It includes two main sections: "Base Offer Cost Breakdown" and "Alternative 1 Offer Cost Breakdown." Both sections are structured to detail labor and material costs across various construction divisions (e.g., General Requirements, Existing Conditions, Concrete, Electrical, Communications), culminating in a total cost. Notably, Division 11 (Equipment) specifies a requirement to "Breakout the cost of Nurse Call equipment." The forms also include sections for offeror information (name, address) and cost percentages for Overhead, Profit, and Bond, which are currently listed as 0.00%. The document serves as a template for offerors to submit their detailed cost proposals for the nurse call system replacement project.
    The document outlines the cost breakdown for a Request for Proposal (RFP) pertaining to the replacement of the Nurse Call System at the Central Virginia VA Health Care System in Richmond, Virginia. It provides a detailed structure for evaluating offers, detailing labor and material costs across multiple construction divisions, including general requirements, fire suppression, plumbing, HVAC, and electrical systems. Each division is expected to report costs associated with labor, materials, and total costs, though no actual figures are present in the document. Additionally, it specifies requirements for the equipment related to the Nurse Call System. Additionally, it includes alternative offer breakdowns while maintaining zero percentages for overhead, profit, and bonding costs, indicating uniformity in proposals or potential placeholders yet to be filled. This document serves as a guideline for potential contractors to submit their bids accurately and transparently, ensuring compliance with federal and state procurement standards, and is reflective of the careful fiscal oversight necessary for government-funded health care projects.
    The document provides regulatory guidance regarding the acquisition of components under the Buy American statute, highlighting the requirement for a documented determination of inapplicability as per FAR Clauses 52.225-9 and 52.225-11. It outlines instructions for manufacturers to submit data through a defined format, which will be analyzed internally for acquisition strategies. The "Country of Origin" is emphasized as a key factor in compliance, identifying the manufacture location of parts and components. A list of specific parts and other related hardware/software items is provided, including quantities and estimated pricing, focusing on hardware from Hillrom and various server categories. The document establishes a framework for procurement officers and contractors to follow in compiling pertinent information while ensuring transparency, as the findings are subject to public inspection. It reinforces the need for compliance with federal procurement regulations while sourcing materials and services for governmental projects.
    The RFI document outlines 145 questions from potential contractors regarding a nurse call system installation project at VAMC Richmond. Key concerns include discrepancies in solicitation numbers and corporate experience requirements, the need for detailed site visits and documentation due to restricted access during the initial walkthrough, and clarification on the reuse or replacement of existing conduit and associated costs. Contractors also seek information on the handling of existing non-demolished equipment, the location of specific control rooms, and the impact of parallel system operations during installation. The document also raises questions about asbestos surveys, the rationale behind the 240-day performance period, and the availability of missing attachments. Additionally, there are numerous inquiries about Buy American Act compliance, IT infrastructure requirements, and integration with existing systems like Vocera and EZ Care. The document also seeks clarification on various technical specifications, including conduit sizing, patient station configurations, and hardware requirements for virtual machines, as well as the responsibilities for commissioning agents and security agreements.
    Amendment 0003 to Solicitation 36C24625R0047, issued by the Department of Veterans Affairs, Network Contracting Office 6, addresses Request for Information (RFI) responses. This partial release provides answers to submitted RFIs, with additional responses anticipated as they become available. The amendment emphasizes that all other solicitation terms and conditions remain unchanged. A spreadsheet detailing the RFIs and their responses is attached, noting that a "NO" in the "CLOSED" column indicates an unaddressed question. This modification ensures transparency and provides crucial information to potential offerors/bidders for the Nurse Call project, facilitating informed proposal submissions.
    This document is a Request for Information (RFI) from the Department of Veterans Affairs (VA) seeking clarification on numerous aspects of a Nurse Call System installation project. The RFI, primarily from July 8, 2025, highlights significant ambiguities and conflicts within the solicitation documents (RFP 36C24625R0047 and associated attachments) and details from the June 30, 2025, site walkthrough. Key areas of concern include the preferred format for RFI submissions, discrepancies in solicitation numbers, conflicting corporate experience requirements, and critical infrastructure details such as the condition and reuse of existing conduit, asbestos surveys, and exact locations for system components. The RFI also seeks clarification on the project's aggressive 240-day performance period, the necessity and scope of IT infrastructure requirements (particularly concerning OIT approval and potential redundancy with existing VA systems), compliance with the Buy American Act, and requirements for various integrations (HL7 ADT, existing nurse call systems, Vocera, MATV, paging, and PA systems). Additionally, questions are raised regarding the prime contractor's licensing requirements, the $5 million past performance threshold, ICRA levels, equipment storage, and the roles and responsibilities for commissioning agents and dependency coordination. The recurring theme is a need for detailed specifications, clear responsibilities, and alignment with industry standards to ensure accurate bidding, prevent installation issues, and ensure compliance, especially for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
    This government file, an RFI (Request for Information), compiles 150 questions from potential contractors regarding a nurse call system installation project at VAMC Richmond. The questions cover a wide range of topics critical for accurate bidding and project execution. Key areas of inquiry include the preferred submission format for RFI attachments, clarification of conflicting solicitation numbers and corporate experience requirements, and requests for site visits or detailed documentation to assess existing infrastructure like patient room layouts, conduit, and asbestos presence. A significant portion of the questions focuses on the reuse of existing conduit, its adequacy, and the government's responsibility for potential replacement costs and schedule adjustments. The document also seeks clarification on the 240-day period of performance, the availability of missing attachments, and the scope of bed exit alarm automation. Additionally, numerous questions address compliance with the Buy American Act, the necessity of a General Contractor license for the prime contractor, the commissioning agent's role, and the rationale behind the $5 million past performance experience threshold. Integration requirements with existing systems like EZ Care, Vocera, and various IT infrastructures, including virtual machines and storage, are also extensively questioned, alongside inquiries about data encryption, GPU access, and the location of existing headend systems. Overall, the RFI aims to resolve ambiguities, reconcile conflicting information, and gather essential details to enable accurate and compliant proposals for the complex nurse call system upgrade.
    Amendment 0005 to Solicitation 36C24625R0047, issued by the Department of Veterans Affairs, Network Contracting Office 6, addresses Request for Information (RFI) responses for a Nurse Call system. This amendment, effective August 6, 2025, provides the final set of RFI responses, stating that no further responses will be issued. It includes an attached spreadsheet with RFI details and responses, and a revised Wage Determination VA20250007 dated March 28, 2025, for prevailing labor wages. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by the specified deadline.
    This government RFI, likely for a federal nurse call system installation at VAMC Richmond, details numerous questions and requests for clarification from potential contractors. Key areas of concern include discrepancies in solicitation numbers and corporate experience requirements, extensive questions regarding the reuse of existing conduit, new conduit installation, and associated costs, particularly concerning its size, capacity, and the government's responsibility for upgrades. Contractors also seek clarification on site visit access for assessing patient rooms and existing infrastructure, parallel operation during installation, and asbestos surveys. There are significant inquiries about IT infrastructure requirements, including server specifications, data migration, and the necessity of certain IT components, with an emphasis on whether these should be separate from the nurse call system's core functionality. Additionally, the RFI addresses compliance with the Buy American Act and VAAR 852.219-75 for SDVOSBs, the rationale for requiring a General Contractor's license, and the $5 million past performance threshold. Integration with existing systems like EZ Care, Vocera, and various hospital systems (HL7, MATV, PA, Patient Bed Service Walls) is a recurring theme, along with questions about the 240-day period of performance and the handling of missing attachments. Overall, the document highlights a need for greater clarity on technical specifications, financial responsibilities, and project logistics to ensure accurate bidding and compliance.
    The document comprises 145 Requests for Information (RFIs) from prospective contractors regarding a federal government RFP (36C24625R0047) for a nurse call system installation. Key areas of inquiry include preferred submission methods for RFI Attachment E, clarification of the correct Solicitation Number, and resolution of conflicting corporate experience requirements. A significant portion of the RFIs seeks detailed information on site conditions, including requests for additional site visits, assessment of existing conduit infrastructure (size, capacity, fill ratio, and condition), and confirmation of asbestos surveys and abatement procedures for areas like wall tiles. Contractors also request clarification on responsibilities for providing and installing new conduit or additional infrastructure (e.g., fiber optics, repeaters) if existing infrastructure is inadequate, and how associated costs and timeline impacts will be managed. Multiple questions address the aggressive 240-day period of performance, seeking flexibility if complexities arise. There are numerous requests for missing attachments (Attachment A: VNC Server Requirements.pdf, Attachment G), clarification on bed exit alarm automation for non-Hill-Rom beds, and resolution of redundancies in bed exit history report requirements. The document also delves into compliance with VAAR 852.219-75 (SDVOSB set-aside, subcontracting limits), NIST-based security agreements, and the rationale for requiring a prime contractor to be a licensed General Contractor with a $5 million past performance threshold. Further inquiries cover specific technical details of the nurse call system, including patient station configurations, ICRA levels, storage space, Buy American Act compliance (forms, record retention, domestic content, subcontractor components), and discrepancies in water resistance terminology. Extensive questions pertain to IT infrastructure requirements (Sections 2.2–2.10), seeking clarification on whether these components are part of the nurse call system contract or a separate solicitation, OIT approval, essential functionalities, potential duplication of existing VA IT systems, and compatibility with industry standards. Integration with existing systems like EZ Care, Vocera, VistA CPRS, Cerner EMR, MATV, Patient Bed Service Walls, and paging systems is a recurring theme, with requests for detailed specifications, integration points, dependencies, and test scenarios. The overall purpose is to gain clarity, resolve ambiguities, and identify potential risks and responsibilities to ensure accurate bidding and successful execution of the nurse call system project.
    This document compiles 70 questions and their responses regarding a federal government RFP for a nurse call system installation at VAMC Richmond. Key inquiries cover the preferred format for RFI submissions (Word, single file), clarification of conflicting solicitation numbers (36C24625B0010 vs. 36C24625R0047), and discrepancies in corporate experience requirements (completed projects vs. in-progress). A significant portion of the questions addresses site visit requests due to restricted access during an initial walkthrough, particularly concerning existing conduit, patient room layouts, and equipment locations, and the government's responsibility for new conduit if existing infrastructure is inadequate. Other critical areas include the need for asbestos surveys, clarification on existing equipment removal, resolution of conflicting drawing notes, conduit sizing and reuse, responsibility for additional fiber optic runs, and the rationale for the 240-day period of performance. Questions also delve into Buy American Act compliance, the definition of "water resistant" vs. "waterproof" for equipment, the location of existing EZ Care nurse call system components, and the requirement for the prime contractor to be a licensed General Contractor with a $5 million past performance threshold. The responses provide clarifications, often directing bidders to assume new conduit is needed where devices are new or not explicitly marked for replacement, and that existing conduit should be reused where devices are replaced, assuming a 3/4" size and calculating fill ratio according to NFPA. The government clarifies that parallel operation with the existing system is not required and offers an asbestos survey. Several critical questions remain unanswered or are pending further review, particularly regarding the period of performance flexibility, detailed conduit specifications, and specific hardware requirements.
    The document outlines Amendment 0003 related to solicitation number 36C24625R0047 issued by the Department of Veterans Affairs, Network Contracting Office 6. The amendment aims to provide responses to Request for Information (RFIs) submitted by potential bidders. This amendment represents a partial release of RFI responses, with future responses anticipated as they become available. A spreadsheet attached contains the RFIs and their respective responses, indicating that a "NO" in the CLOSED column means no response is currently available for that specific query. All other terms and conditions of the original solicitation remain unchanged. This document underscores the ongoing communication between the contracting office and offerors to facilitate a competitive and informed bidding process for projects under federal regulations.
    The document pertains to a Request for Information (RFI) regarding a new nurse call system installation at a Veterans Affairs Medical Center, addressing essential questions to clarify the associated Request for Proposal (RFP). Key inquiries include the preferred format for submitting RFIs, discrepancies in solicitation numbers and corporate experience requirements, the adequacy and condition of existing conduits, and responsibilities for new infrastructure if current conduits are insufficient. The document emphasizes the importance of precise integration planning, compliance with safety and environmental standards, and ensuring seamless communication between existing and new systems. It requests detailed specifications for various existing systems and the rationale behind certain requirements, such as the necessity for a General Contractor's license and the high past performance threshold. The overarching goal is to facilitate accurate bidding, operational continuity, and compliance with federal regulations, particularly adhering to the Buy American Act and ensuring standardization across equipment and installation procedures. This RFI reflects the complexity of the project and the need for clear communication among stakeholders to achieve a successful implementation.
    The document outlines a series of Requests for Information (RFIs) concerning a nurse call system installation project by the VA, specifically addressing various queries from potential contractors. Key issues include clarifications on submissions, discrepancies in solicitation numbers, corporate experience requirements, and site visit necessities due to restricted access for inspections. Contractors seek confirmation on responsibilities regarding existing conduits and new installations, budget implications for additional infrastructure, asbestos surveys, and compliance with the Buy American Act. Furthermore, contractors seek to understand operational requirements, such as parallel system operation during installation, equipment specifications, and expected performance periods. The responses provided clarify procedural expectations, project specifications, and compliance guidelines, emphasizing the need for meticulous planning and adherence to established standards. This comprehensive list of RFIs, responses, and justifications illustrates the complexities and operational intricacies involved in the project, reflecting on the federal procurement process and the alignment with Small Disabled Veteran-Owned Small Business (SDVOSB) criteria.
    The General Decision Number VA20250007 outlines prevailing wage rates for building construction projects in specific Virginia counties, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for federal contracts, depending on the contract award or renewal date. The document provides prevailing wage rates and fringe benefits for various construction trades, including Asbestos Workers, Electricians, Elevator Mechanics, Power Equipment Operators, Pipefitters, Carpenters, Laborers, Backhoe/Excavator/Trackhoe Operators, Plumbers, Roofers, Sheet Metal Workers, and Truck Drivers. It also addresses paid sick leave for federal contractors under Executive Order 13706 and outlines procedures for adding unlisted classifications and appealing wage determinations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@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.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    Z1DA--Upgrade TV System IFB 553-22-209
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a presolicitation notice for the Upgrade TV System project (553-22-209) at the John D. Dingell VA Medical Center in Detroit, Michigan. The project involves the installation of a 1.4 telecom system, including the procurement and installation of approximately 6000 linear feet of fiber optic cable, networking equipment, and safety measures to ensure minimal disruption to medical center operations. This opportunity is set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract value estimated between $500,000 and $1,000,000, and the solicitation is expected to be available for download on or about December 29, 2023. Interested parties can contact Contract Specialist Angelo D. Vivio at Angelo.Vivio@va.gov for further information.
    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.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Y1DA--437-23-105 Replace Fire Alarm System 437-26-1-6690-0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the fire alarm system at the Fargo VA Medical Center under Solicitation Number 36C26326B0004. This project, designated as Project Number 437-23-105, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is estimated to cost between $2 million and $5 million, with a performance period of 540 calendar days. The work involves comprehensive upgrades to the existing fire alarm system, ensuring compliance with VA Fire Protection Manual standards and various NFPA codes, while addressing environmental concerns such as asbestos management. Interested contractors must submit their proposals via email to Contracting Officer Dwayne Brauch by December 18, 2025, at 10:00 AM (CT), following a pre-bid site visit and Q&A process outlined in the solicitation documents.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@va.gov.
    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.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.