Y1DB--CON 663-CSI-021 Renovation Bldg-100 for IR Lab(Tier 1) VA Pugent Sound Health Care - Seattle Division Seattle, WA
ID: 36C26025R0041Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF LABORATORIES AND CLINICS (Y1DB)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 100's second floor at the VA Puget Sound Health Care System in Seattle, Washington, specifically for the Interventional Radiology (IR) Lab Replacement project. This construction project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves comprehensive renovations including demolition, structural upgrades, and the installation of new imaging equipment, with an estimated cost range between $500,000 and $1,000,000. The project is critical for enhancing healthcare services and ensuring compliance with safety and operational standards within the facility. Proposals are due by February 28, 2025, and inquiries must be submitted by January 31, 2025; interested parties should contact Kenneth R. Winfield at KENNETH.WINFIELD@VA.GOV for further details.

    Point(s) of Contact
    Kenneth R Winfield, ContractorContract Specialist
    KENNETH.WINFIELD@VA.GOV
    Files
    Title
    Posted
    The document outlines a government Request for Proposals (RFP) for a construction project aimed at renovating Building 100, 2nd Floor, for the Interventional Radiology (IR) Lab Replacement at the VA Puget Sound Health Care System in Seattle, Washington. The project, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires bidders to provide all necessary labor, materials, and equipment in accordance with the provided specifications and drawings. The RFP indicates a performance period that must commence and complete within specified calendar days after contract award. Proposals are due by February 13, 2025, and inquiries must be submitted by January 31, 2025. Key elements include the project's estimated cost range of $500,000 to $1,000,000, the NAICS code 236220 for Commercial and Institutional Building Construction, and stipulations regarding a pre-bid site visit scheduled for January 27, 2025. Additionally, clauses related to wage requirements, Buy American provisions, and affirmative action are detailed to ensure compliance and proper bidding practices. This RFP highlights the federal government’s initiative to engage small businesses while enforcing regulatory standards throughout the construction process.
    The Department of Veterans Affairs (VA) intends to solicit proposals for a Firm-Fixed-Price Construction Contract to renovate the Interventional Radiology (IR) Lab at the Seattle VA Medical Center. This project involves preparing the site, including demolition and removal of existing structures, and renovating approximately 937 square feet within the Radiology Department. The solicitation will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) according to FAR regulations, and proposals from non-SDVOSB entities will not be considered. The NAICS Code for this project is 236220, with a size standard of $45 million. The estimated construction cost ranges from $500,000 to $1 million, and the anticipated period of performance is around 250 calendar days post-Notice to Proceed. Interested parties must submit questions in writing by January 31, 2025, by 11:00 AM Pacific Time. This presolicitation notice serves as an advance announcement and outlines the project specifications and administrative details for potential bidders, reinforcing the VA's commitment to involving veteran-owned businesses in its construction initiatives.
    This document is an amendment to solicitation number 36C26025R0041 concerning the project titled "663-CSI-021 Renovate Building 100, 2nd Floor IR Lab Replacement" located in Seattle, WA. The amendment (0001) specifies updated project specifications dated January 13, 2025, replacing the previous version from August 19, 2024. It is crucial for all bidders to acknowledge receipt of this amendment prior to the submission deadline. The document outlines the method for acknowledgment, emphasizing that failure to do so could result in the rejection of offers. Additionally, it contains administrative changes relevant to the contract order. The contracting officer for this amendment is Ty Draszt, located at the NCO 20 Network Contracting Office in Vancouver, WA. Overall, the purpose of this amendment is to communicate critical updates to contractors bidding on this project, ensuring compliance with the revised specifications.
    The document serves as Amendment 0002 to the VA solicitation 36C26025R0041, detailing responses to several Requests for Information (RFIs) related to the renovation of Building 100, 2nd Floor IR Lab in Seattle, WA. The amendment addresses various concerns raised by contractors, particularly focusing on security requirements and project specifications. Key points include clarification that unarmed security personnel are not deemed necessary, and potential security costs could significantly exceed the project budget. The VA emphasizes that coordination with VA Police will suffice for site security. Further, the amendment addresses confusion regarding specifications related to metal ceilings and inspection responsibilities, affirming the necessity for effective communication and coordination in construction processes. Additionally, the VA confirms that all renovation work is confined to the specified building and that no lead paint removal will occur outside the designated area. This amendment illustrates the VA's commitment to maintaining transparent communication with bidders while ensuring compliance with federal requirements. Overall, the amendment provides essential information for the contractors to develop accurate bids and engage in the project effectively.
    The government file details Amendment 0003 of Solicitation No. 36C26025R0041 related to the construction project for renovating Building 100, 2nd Floor IR Lab Replacement at the VA Puget Sound Health Care System in Seattle, WA. The primary purpose of this amendment is to extend the proposal submission deadline to February 24, 2025, at 11:00 AM PST. The amendment outlines the required acknowledgment of this extension by all bidders. Additionally, it states that responses to requests for information submitted no later than January 31, 2025, will be included in forthcoming Amendment 0004. Attached documents include minutes from a pre-proposal conference, specifications, drawings, and various survey reports essential for informing contractors participating in the bid process. The file reflects ongoing communication and procedural transparency by the contracting office to ensure compliance and thorough understanding among potential contractors, underscoring the importance of timely submissions and adherence to guidelines in federal procurement processes.
    The document is an amendment to Solicitation No. 36C26025R0041 regarding the renovation of Building 100's 2nd floor laboratory at the VA Puget Sound Healthcare System in Seattle. It includes responses to requests for information (RFIs) from bidders regarding specific project tasks, coordination, and requirements. Key topics addressed involve work schedules, contractor space provisions, testing responsibilities, hazardous materials handling, and equipment installation. Specific clarifications provided include that no work is currently designated for outside normal business hours; VA Seattle will provide on-site office space as available; and that the contractor is responsible for all required testing despite conflicting specification sections. The responses also confirm no hazardous materials are anticipated, and any required access control systems or interfaces with existing systems are not relevant to this project. This amendment serves to refine the project's scope and expectations for contractors, ensuring clarity in responsibilities and resource availability, crucial for the planning and execution of this construction undertaking. The responses aim to facilitate informed bidding while maintaining compliance with federal guidelines and safety standards.
    This document is an amendment (0005) to the solicitation for the construction project "Renovate Building 100, 2nd Floor IR Lab Replacement" at VAPSHCS in Seattle, WA, under solicitation number 36C26025R0041. The amendment extends the deadline for proposal submission to February 28, 2025, at 11:00 AM PST and provides responses to various requests for information (RFIs) related to project specifications and requirements. Key clarifications include confirmation on the absence of insulation in new walls, information on existing fixtures rather than new installations, and the confirmation that no physical access control work is required. The VA underlines that existing imaging equipment removal will be the contractor's responsibility while new equipment will be supplied by Siemens. The document mandates the contractor to have unarmed guards onsite and outlines that specific engineers may need to be present during relevant activities while allowing for some overlap in qualifications among roles. The VA maintains that formal commissioning will be handled through a separate contract and clarifies that adequate storage space during construction will be provided, but specific details may vary. The responses indicate commitments to following national standards while accommodating local project conditions. Overall, the amendment underscores the project's complexity and the VA's intention to ensure thoroughness and compliance throughout the construction process.
    This document serves as Amendment 0006 to the solicitation number 36C26025R0041 for a construction project titled "Renovate Building 100, 2nd Floor IR Lab" at the VA Puget Sound Health Care System in Seattle, WA. The amendment primarily updates the wage determination, referencing the General Decision WA20250108 dated February 7, 2025, which is attached for review. It specifies that all offers must acknowledge receipt of this amendment by the prescribed methods before the due date to avoid rejection. The document underscores the importance of compliance with contract modifications and updates and maintains that all other terms remain unchanged unless explicitly stated. The contracting officer, Ty Draszt, reiterates the project's ongoing nature, indicating continued progress towards the renovation of the facility, a critical task for enhancing healthcare services in the region.
    The document records attendees of a pre-proposal conference and site visit related to a government Request for Proposals (RFP). It includes details such as names, companies, and contact information (phone and email) for participants. The primary purpose of the gathering was to brief potential contractors on the project requirements and facilitate networking among interested parties. This user-generated information is crucial for ensuring an organized procurement process, allowing participants to engage with project officials and gain insights into the scope of the bidding opportunity. The attendance record indicates both the level of interest in the RFP and the importance of collaboration in fulfilling government contracting needs. The document serves as a means to support transparency and provide necessary information for those involved in or considering participation in this federal or state procurement opportunity.
    The document outlines a pre-proposal conference and site visit for Request for Proposal (RFP) 36C26025R0041, concerning the renovation of Building 100's second floor at the VA Puget Sound Health Care System in Seattle, WA. Scheduled for January 27, 2025, the meeting aims to discuss project details and requirements. The procurement is exclusively set aside for Service-Disabled Veteran Owned Small Businesses and mandates full compliance with specified labor, materials, and services. Proposals must be submitted via email by February 13, 2025, with inquiries directed to the Contract Specialist by January 31, 2025. The project's estimated magnitude falls between $500,000 and $1,000,000, classified under the NAICS Code 236220 for Commercial and Institutional Building Construction. It is crucial to note that attendance at the conference is purely informational, and submitting a response implies no binding contract with the government. The document reinforces the importance of adherence to federal guidelines and the specific operational time frame of 250 calendar days from the Notice to Proceed, emphasizing thorough preparation by potential contractors for this significant renovation project.
    The document pertains to the renovation project for Building B100, 2nd Floor of the VA Puget Sound Health Care System in Seattle, Washington, focusing on replacing the Interventional Radiology (IR) Lab. It includes structural calculations and detailed plans from Spees Design Build, prepared by Paul N. Crocker. The design process involves various engineering disciplines, with attention paid to the structural integrity to accommodate heavy medical equipment. The outline notes specific equipment loading parameters, ensuring compliance with safety regulations as the floor is rated to support the expected loads. The document reflects a well-coordinated effort to modernize the facility in accordance with VA standards while ensuring patient and staff safety. The renovation demonstrates the VA's commitment to enhancing healthcare services through updated infrastructure.
    This government document outlines specifications for MRI-compatible lighting solutions, specifically the MRI Architectural Fully Luminous Recessed Troffer and Downlight systems, intended for healthcare applications, particularly MRI suites. Key features include a non-ferrous construction to prevent interference in MRI environments, multiple size options (1x4, 2x2, 2x4 troffers), and compliance with the Buy American Act (BAA) and Trade Agreements Act (TAA). The document provides detailed ordering information, including luminance levels, color temperature options, and product components such as remote drivers and electromagnetic filters essential for MRI operations. Additionally, it specifies installation requirements and product certifications, affirming that the fixtures meet safety and performance standards, including UL listings. Overall, the document serves as a comprehensive guide for procuring compliant lighting systems tailored for MRI applications, emphasizing safety, performance, and regulatory adherence. Its context within government RFPs indicates a focus on equipping healthcare facilities with high-quality, specialized lighting solutions while ensuring compliance with domestic manufacturing preferences.
    The document addresses an upcoming Request for Proposal (RFP) related to federal grants aimed at enhancing infrastructure and community services. It outlines the need for comprehensive proposals from qualified entities to tackle various community-based projects, which may include improvements to public facilities, development of social programs, and maintenance of local infrastructures. Key expectations include detailed project plans, timelines, budget estimates, and evidence of prior successful experience in similar work. The document emphasizes the importance of collaboration with local governments and community stakeholders to ensure alignment with community needs and goals. Additionally, it discusses compliance with federal regulations and the necessity of demonstrating the project's impact on the local populace. This initiative reflects the government's ongoing commitment to fostering local development and improving public services through structured financial support and strategic project implementation.
    The document outlines the project milestones required for the installation of equipment at the Puget Sound Veterans Affairs Medical Center in Seattle. It serves as a reference for ensuring readiness before delivery and installation. Key milestones include the completion of lead shielding, functionality of climate control systems, validation of delivery paths, installation of floor and wall finishes, as well as electrical and network setups. Additional requirements emphasize the cleanliness of spaces housing Siemens equipment and the proper functionality of ancillary installations, such as UPS systems and EPOs. The structured list of criteria reflects compliance and operational readiness objectives, crucial for supporting the medical facility's upgraded technology and equipment. This document illustrates a systematic approach to project management within government infrastructure improvements, emphasizing safety, efficiency, and preparedness for the installation phase.
    The document outlines a project for renovating the second floor of Building 100 in the VA Puget Sound Health Care System to create a double CT room suite. This renovation involves comprehensive architectural, structural, mechanical, and electrical adaptations to accommodate new imaging equipment purchased by the VA. The scope of work is approximately 1,600 square feet and must comply with applicable building codes and standards. SPEES Design Build is the main contractor, responsible for all aspects of the design and construction. The document includes specific requirements for coordination with existing conditions, quality of workmanship, compliance with safety and environmental standards, and verification of all existing site conditions prior to the commencement of work. Additionally, the project requires adherence to specific infection control risk assessment (ICRA) standards, emphasizing the need for enhanced safety measures and careful planning during construction to ensure the ongoing operation of adjacent rooms. Resource documents such as environmental and lead shielding reports are specified to inform contractors of necessary precautions. Overall, the document reflects the VA's commitment to improving healthcare infrastructure while maintaining high safety and operational standards.
    The document outlines specifications and calculations for a lighting project labeled VA Seattle IR Rev 3, commissioned by Speesdb. It details luminaire types, quantities, wattage, and lumens for the lighting design. The luminaire schedule includes specific lighting fixtures, their respective quantities, and energy performance data indicating efficiency (LLF) and output (lumens and watts). A calculation summary reveals workplane illuminance levels, with average, maximum, and minimum values giving insights into the effectiveness of the lighting arrangement. This project reflects adherence to established specifications while ensuring regulatory compliance in lighting design, essential for achieving optimal illuminance in the designated areas. Overall, it emphasizes the importance of precise calculations and appropriate luminaire selection in contributing to a safe and compliant environment within the healthcare facility.
    Atlas Technical Consultants conducted a limited survey for asbestos-containing materials (ACMs) and lead-containing paints (LCPs) at the Seattle VA Hospital in preparation for the IR Lab Replacement Project. The survey, performed on January 4, 2022, revealed no detected ACMs or LCPs in the project area. Seventeen bulk samples were collected and analyzed, all showing no asbestos presence, while one paint chip sample indicated lead content below the detection limit. The document underscores that the findings pertain solely to accessible materials affected by the renovation, and that concealed hazardous materials may still exist in inaccessible areas. Consequently, contractors are advised to exercise caution during construction activities, and material handling practices must adhere to applicable regulations regarding asbestos and lead. The report stresses that the investigation results are limited and do not represent a comprehensive evaluation of the entire site.
    The VHA Network Contracting Office 20 is gathering evaluations of contractors for the construction project 663-CSI-021, which involves renovating Building 100's second floor for IR lab replacement at VAPSHCS in Seattle, WA. This Past Performance Questionnaire (PPQ) aims to assess the contractor's previous project efficacy including aspects such as quality, schedule adherence, communication, management, financial performance, and subcontract management. Evaluators are required to provide comments on the contractor's performance, verify supplied information, and return the completed questionnaires to the offerors for proposal inclusion, rather than submitting directly to NCO 20. An adjectival ratings guide is included to standardize performance assessments ranging from "Outstanding" to "Unsatisfactory." Overall, the purpose is to evaluate the contractor's capability to undertake the specified work, thereby informing the award decision for the project and maintaining accountability in federal contracting processes.
    The document outlines the Price Schedule Breakdown Instructions for a fixed-price construction contract related to the renovation of Building 100, 2nd Floor at VAPSHCS in Seattle, WA. It emphasizes that the awardee must ensure the accuracy of financial calculations and proper transposition to the price summary. Each line item reflects the Construction Specification Institute (CSI) divisions relevant to construction tasks, although no specific rates or prices are indicated for most divisions. It specifies that field office overhead and general conditions are treated as interchangeable costs applied once per contract. The document also includes sections for overhead rates, subcontractor markup, and profit margins, but all listed financial figures are currently stated as $0.00, indicating these details remain unspecified. Other considerations include insurance, taxes, and the production of operation and maintenance manuals. The scope of this document is indicative of protocol typically followed in federal RFPs, highlighting transparency and accountability in pricing and project execution. This structured breakdown serves as a guide for bidders to comprehend cost categorization and facilitate accurate proposal submissions.
    The VA Puget Sound Health Care System conducted radiation shielding design calculations for the installation of an Artis Q C-Arm system in Special Procedures Room 2D-117. The purpose of the report is to ensure radiation exposure levels remain below regulatory limits through appropriate shielding measures. Detailed shielding calculations and assessments were performed, indicating specific lead thicknesses required for various walls, doors, and adjoining areas, with an emphasis on verifying existing shielding conditions. For instance, existing lead shielding of 1.19 mm and 2.00 mm is adequate for several walls, while new installations are recommended for the door areas. All shielding should extend to a height of 7 feet, and existing concrete floors and ceilings are sufficient to mitigate radiation exposure. The calculations adhere to the NCRP 147 guidelines and consider factors such as patient workload and operational occupancy. This document highlights the critical importance of proper radiation shielding in healthcare environments, ensuring compliance with safety regulations and protecting both staff and patients from unnecessary radiation exposure.
    The document outlines a Statement of Work (SOW) for renovating 762 square feet of the second floor in Building 100 at the VA Puget Sound Health System - Seattle Division, transforming it into a compliant Interventional Radiology (IR) lab. The project includes replacing outdated equipment, upgrading various structural, mechanical, and electrical components, while ensuring strict adherence to safety standards and VA operational policies. Key tasks involve architectural alterations, HVAC updates, medical gas modifications, lead shielding, and asbestos abatement. Construction must prioritize the ongoing hospital operations, with noise and work hour restrictions to minimize disruption. The contractor is responsible for coordination with the VA’s Contracting Officer's Representative (COR) and the equipment supplier during the installation of the new Siemens Artis Q machine. Performance monitoring includes weekly construction meetings and detailed reporting of safety inspections, while compliance with infection control measures is mandated throughout the project. Access to sensitive areas is restricted, and specific waste disposal protocols must be followed. Overall, this renovation exemplifies a commitment to upgrading medical facilities while adhering to stringent operational and safety requirements.
    The document outlines the specifications for the renovation of the 2nd floor of Building 100 at the VA Puget Sound Health Care System in Seattle, focusing on the Interventional Radiology (IR) Lab Replacement project. The project, designated as #663-CSI-021, entails approximately 937 square feet of renovation, including demolition and construction activities to upgrade existing facilities for improved healthcare services. Key elements include the removal and installation of imaging equipment, structural modifications, and enhancements to HVAC and electrical systems. Safety, security, and operational continuity during construction are emphasized, requiring compliance with VA regulations and coordination with medical center operations to mitigate disruptions. The contractor is responsible for protective measures, waste management, and securing sensitive information throughout the project. A comprehensive management plan outlines the contractor's obligations regarding material and personnel safety, site access, and coordination of timelines to maintain ongoing medical services. This initiative reflects the VA's commitment to enhancing healthcare infrastructure while adhering to rigorous standards and operational requirements.
    The file pertains to a renovation project at the VA Puget Sound Health Care System in Seattle, specifically targeting the second floor of Building 100 for the Interventional Radiology (IR) Lab Replacement. The project encompasses approximately 937 square feet of space, requiring extensive construction that includes demolition, structural changes, installation of new imaging equipment, and upgrades to the mechanical and electrical systems. Key sections outline safety requirements, general intentions for construction, detailed descriptions of various project components, and comprehensive security measures. The renovation aims to create a modern and operationally effective IR lab while maintaining patient and staff safety during construction. Special attention is given to ensuring continuous operation of the Medical Center, requiring coordination for utility service interruptions and strict compliance with VA security protocols. Additionally, the document specifies the need for as-built drawings, warranty management, and protection of existing structures and utilities throughout the renovation process.
    The document outlines the specifications for the renovation of the second floor of Building 100 at the VA Puget Sound Health Care System in Seattle, Washington, specifically for the Interventional Radiology (IR) Lab Replacement Project (Project #: 663-CSI-021). The project encompasses approximately 937 square feet, including comprehensive construction tasks such as demolition, structural upgrades, and the installation of new imaging equipment and mechanical systems to meet standards. Key requirements include ensuring safety protocols, coordination for minimal disruption to medical center operations, and adherence to electrical, plumbing, and mechanical specifications. The contractor must develop a detailed phasing plan to manage work while maintaining the facility's accessibility and service. Emphasis is placed on security measures throughout the construction period, including the requirement for guards, compliance with VA policies, and stringent access controls for personnel. All construction activities must be documented and conducted in a manner that minimizes inconvenience to ongoing medical services. The document categorically defines responsibilities, timelines, and various construction requirements, signaling a commitment to enhancing the quality of care provided by the facility while ensuring compliance with federal and local regulations.
    The document pertains to the General Decision Number WA20250108, issued for King County, Washington, regarding prevailing wage rates for building construction projects. It outlines wage determinations under the Davis-Bacon Act, specifying minimum hourly rates for various construction trades starting from 2025. The document highlights two applicable Executive Orders that mandate wage rates: Executive Order 14026 (minimum wage of $17.75) for contracts starting or renewing after January 30, 2022, and Executive Order 13658 ($13.30) for earlier contracts. The wage rates include classifications for various labor occupations, including bricklayers, electricians, and laborers, detailing both base rates and fringe benefits. The procedure for appealing wage determinations is also outlined, directing parties to specific contacts depending on the nature of their concerns. This document serves as a key resource for contractors and stakeholders in government RFPs and grants, ensuring compliance with federal wage requirements, thereby promoting fair wages and worker protections in federally funded construction activities.
    This government document outlines funding opportunities related to federal grants and RFPs for state and local entities. It emphasizes the importance of compliance and adherence to regulations when applying for financial assistance. Key topics include grant eligibility, application processes, evaluation criteria, and expectations for project reporting and accountability. The document highlights the need for clear project proposals that align with government priorities and show measurable outcomes. Applicants are encouraged to utilize provided resources, such as technical assistance and workshops, to enhance their applications. Additionally, there is emphasis on collaboration among various stakeholders to maximize community benefits and ensure sustainable outcomes. The structure of the document presents a systematic approach to the application process, including timelines, required documentation, and tips for successful submissions. Ultimately, the purpose of this document is to facilitate access to funding, promote effective project execution, and ensure compliance with federal guidelines, which align with the government's goals of fostering community development and improving public services.
    Similar Opportunities
    C1DA--AE-NRM-663-23-100 Refurbish Bldg 100 Elevators S5-S8 - Seattle Tier 4
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to refurbish elevators S5-S8 in Building 100 at the Seattle VA Medical Center. This project aims to enhance safety, reliability, and energy efficiency through comprehensive upgrades, including modernizing control systems and ensuring compliance with ASME A17.1-2022 codes. The estimated construction budget for this initiative is between $5 million and $10 million, with a targeted construction start in the third quarter of FY2027. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their qualifications and past performance questionnaires by March 14, 2025, and can contact Contract Specialist Robert Capers at robert.capers2@va.gov for further information.
    Z1DA--VISN 20 General Construction MATOC Replacement Construction Services
    Buyer not available
    The Department of Veterans Affairs is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in the VISN 20 General Construction MATOC Replacement Construction Services procurement. This initiative aims to establish a Multiple Award Task Order Contract (MATOC) for general construction services across eight facilities located in Washington, Oregon, Idaho, and Alaska, with a total ceiling of $500 million. The contracts will facilitate essential construction services that support the agency's mission of providing care to veterans, with the solicitation expected to be released in December 2024 and proposals due in January 2025. Interested parties should contact Contract Specialist Wendy Duval at wendy.duval@va.gov or 509-321-1919 for further information.
    Z1DA--PN: 438-25-601, MV Loop 1 Repair (SF) IFB-Set-Aside- SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "MV Loop 1 Repair" project at the Sioux Falls VA Healthcare System in South Dakota, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing all necessary tools, materials, and labor to address deficiencies within the facility, with an estimated project cost between $100,000 and $250,000. This project is crucial for maintaining the operational integrity and safety of the healthcare facility, ensuring compliance with federal standards and enhancing service delivery to veterans. Interested contractors must submit their offers by March 13, 2025, following a site visit on February 25, 2025, and can direct inquiries to Contracting Officer Michael W. Freeman at Michael.Freeman3@va.gov.
    Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of public bathrooms at the Augusta VA Medical Center, aimed at improving patient safety. This project involves comprehensive construction and alterations across seven floors, including upgrades to plumbing fixtures, lighting, and finishes, while adhering to stringent safety and security protocols due to the facility's continuous operation. The estimated contract value ranges from $1 million to $5 million, and the opportunity is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit sealed bids by March 28, 2025, with a mandatory site visit scheduled for March 4, 2025. For further inquiries, potential bidders can contact Contract Specialist Pamela R Moffitt at pamela.moffitt@va.gov.
    C1DA--AE-NRM-663-22-105 Hood Control System Design for the Decommissioning, Demolition and Replacement of Control and Exhaust System for 30 Laboratory Fume Hoods
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to design a Hood Control System for the decommissioning, demolition, and replacement of control and exhaust systems for approximately 30 laboratory fume hoods at the VA Puget Sound Healthcare System in Seattle, WA. The project, identified as 663-22-105, requires firms to provide comprehensive design services, including a new digital control system, ductwork replacement, and integration of new exhaust fans, while adhering to strict VA standards for safety and environmental compliance. This initiative is crucial for enhancing laboratory operations and minimizing disruptions to ongoing research activities, with an estimated project budget of $1,169,000 and construction anticipated to begin in the second quarter of FY2026. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their qualifications via Standard Form (SF) 330 by February 28, 2025, and can contact Contract Specialist Kaycee Benson at Kaycee.Benson@va.gov for further information.
    Y1DA--FY25: NRM (PROJ: 673-21-149) BB Convert 6 West to Private Patient Rooms
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the 6 West wing at the James A. Haley VA Hospital in Tampa, Florida, to convert the area into private patient rooms. This project involves comprehensive demolition and remodeling, including structural updates, mechanical, electrical, and plumbing work, with a strong emphasis on infection control and safety protocols during construction. The initiative aims to enhance patient privacy and care quality, reflecting the VA's commitment to improving healthcare environments for veterans. The estimated project cost ranges from $5 million to $10 million, and interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by the extended deadline of March 11, 2025, to the designated contracting specialist, David M. Hernandez, at David.Hernandez1@va.gov.
    Y1DZ--NRM 640-25-101 -- Site prep Radiology | Rm F1-201 Retrofit
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the retrofit of the Radiology Room F1-201 at the Palo Alto Health Care System. The project aims to upgrade the facility to accommodate new medical equipment, which includes tasks such as flooring replacement, repainting, lead shielding design, and seismic anchoring, all while adhering to strict safety and compliance standards. This initiative is crucial for enhancing healthcare infrastructure and ensuring operational safety within the facility. Interested contractors must submit their proposals by March 4, 2025, following a mandatory site visit on January 28, 2025, and should contact Contract Specialist Alex D Arter at alex.arter@va.gov for further details.
    Y1DZ--PROJECT 675-23-100, Bid-Build (BB) Renovate Lake Nona Building 2 for Emergency Department and Observation Unit
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the Emergency Department and Observation Unit at the Orlando VA Medical Center, identified as Project 675-23-100. This project aims to expand the Emergency Department by creating new treatment rooms and updating HVAC systems, with a contract value estimated between $5 million and $10 million, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The renovation is critical for enhancing healthcare delivery to veterans while ensuring that patient care remains uninterrupted during construction. Proposals are due by March 10, 2025, and interested contractors must register in the System for Award Management and the U.S. Small Business Administration databases. For further inquiries, contact Contract Specialist Elizabeth Romero at Elizabeth.Romero@va.gov.
    Z2DA--675-22-706A EHRM Infrastructure Upgrades Construction Viera VA Clinic
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the EHRM Infrastructure Upgrades Construction project at the Viera VA Clinic in Florida. This project, valued between $2 million and $5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves comprehensive construction work to modernize the clinic's electronic health record management infrastructure. Key requirements include providing all necessary tools, labor, and materials, with a completion timeline of 455 calendar days post-award, while adhering to strict safety and operational protocols to minimize disruption to ongoing medical services. Interested bidders must submit their offers by the extended deadline of March 18, 2025, and can direct inquiries to Contract Specialist Sharese H McKinney at sharese.mckinney@va.gov.
    3rd, 6th, & 8th Floor, East to West Elevator -Renovate Halls & Walls | Project: 521-25-101
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the renovation of the halls and walls on the 3rd, 6th, and 8th floors of the Birmingham VA Medical Center, under Project No. 521-25-101. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance the facility's infrastructure while ensuring compliance with health and safety regulations, including infection control and quality assurance measures. The estimated contract value ranges from $500,000 to $1,000,000, with a site visit scheduled for January 29, 2025, and a deadline for Requests for Information by February 7, 2025. Interested contractors should contact Kimberly Devlin at kimberly.devlin@va.gov or Joseph Osborn at Joseph.Osborn@va.gov for further details.