Handrail Replacement Waco VAMC
ID: 36C25725B0009Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the replacement of handrails at the Doris Miller VA Medical Center in Waco, Texas, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project involves the installation of approximately 5,714 linear feet of Ligature Resistant Handrails across five buildings, with an estimated construction value between $500,000 and $1,000,000. This initiative is crucial for enhancing safety and compliance with ADA standards in healthcare environments, ensuring that the facilities meet the necessary operational and safety requirements. Interested contractors must submit their bids electronically by April 17, 2025, and are encouraged to contact Cheryl Clark at cheryl.clark4@va.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment to a solicitation issued by the Department of Veterans Affairs, Network Contracting Office 17. It includes important administrative modifications and updates necessary for contractors to adhere to revised federal regulations. Key changes involve the removal of several clauses related to affirmative action and equal employment opportunity, as well as the introduction of new deviations pertaining to annual representations and certifications, labor standards, and subcontracting practices. Additionally, the amendment stresses that while the System for Award Management (SAM) may have outdated requirements, contracting officers will not consider those when making award decisions. The document specifies the correct wage determination location as McLennan County, with an attachment providing further details. This amendment serves to ensure that all current compliance measures are met in a clear and structured manner, facilitating proper bid submissions and adherence to updated federal guidelines in the solicitation process.
    This amendment to the solicitation issued by the Department of Veterans Affairs (VA) pertains to bid submissions for a contract managed by the Network Contracting Office 17 in San Antonio, Texas. The key updates include an extension of the deadline for bids to April 11, 2025, at 12:00 PM CDT, which bids must be submitted via email. Additionally, the due date for requests for information (RFIs) is extended to March 25, 2025, by 3:00 PM CDT. The amendment also introduces a site-visit sign-in sheet available on SAM.gov and outlines specific dates for field measurements (March 11, 13, 18, and 20, 2025), with a limit of 14 participants per date. Prospective contractors must coordinate their attendance with designated contacts prior to the visits. This document represents a strategic communication aimed at ensuring clarity and accessibility for contractors involved in the bidding process for VA projects, ultimately promoting participation and compliance.
    The document is an amendment to a solicitation related to the Department of Veterans Affairs, administered by the Network Contracting Office 17 in San Antonio, Texas. The amendment incorporates responses to Requests for Information (RFIs) from bidders and extends the deadline for submitting offers. It specifies that acknowledgment of the amendment must be received by the designated office prior to the specified deadline to avoid rejection of offers. The contract modification reflects administrative changes while maintaining the terms of the original solicitation. Key points include the importance of timely acknowledgment by bidders and the requirement to follow specified procedures for communicating any changes to previously submitted offers. Overall, the amendment ensures clarity and compliance in the contracting process for potential contractors and reinforces the government's commitment to transparency in public procurement.
    The document outlines an amendment to a solicitation issued by the Department of Veterans Affairs Network Contracting Office 17. The primary purpose of this modification is to extend the due date for offers on the Invitation for Bid (IFB) to April 17, 2025, at 12:00 PM Central Time. The amendment also addresses a clarification regarding an RFI (Request for Information) question, specifically question 32, which is detailed in an updated attachment. Offerors and bidders are instructed to acknowledge receipt of this amendment to ensure their offers are considered. All other terms and conditions of the solicitation remain unchanged. This amendment reflects the government's procedural requirement to update potential contractors on important changes affecting bid submissions. The document emphasizes compliance and timely communication between the contracting office and prospective bidders, ensuring a transparent bidding process.
    The document outlines instructions for calculating self-performed work by Offerors in compliance with VAAR 852.219-75, which sets limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). It requires Offerors to provide a breakdown of their proposed total price, including costs for materials, and to determine the projected payments to non-VetCert certified SDVOSBs. The Offeror must then calculate the percentage of work projected to be done by non-VetCert SDVOSBs and consequently derive the percentage of work anticipated to be self-performed. In contracts for services (excluding construction), the SDVOSB prime contractor may not pay more than 50% of the government’s payments to non-VetCert SDVOSBs. For general construction, this limit is 85%, and for special trade contractors, it is 75%. These guidelines are significant for ensuring that SDVOSBs maintain a certain level of work performed by themselves, thereby promoting veteran participation in government contracting. The document is structured to facilitate Offerors’ compliance with these standards while submitting proposals for government contracts.
    This document outlines the Scope of Work for the replacement of handrails in several buildings at the Central Texas Veterans Health Care Facility in Waco, Texas. The contractor is responsible for all labor, materials, and equipment needed for the demolition and installation of new handrails, specifically the Ligature Resistant Handrails by Inpro Corporation, with a total requirement of approximately 5,714 linear feet across five buildings. The work must comply with federal, state, and local regulations, with performance conducted mainly during non-business hours in residential areas to ensure minimal disruption. Key safety protocols include the submission of a safety plan, adherence to infection control measures, and strict security procedures when working in secure areas. Contractors must also verify all measurements, dispose of waste appropriately, and maintain cleanliness throughout the project. The project span is set for 120 days from the notice to proceed, with continuous oversight and inspections planned to ensure compliance with building codes and safety standards. This document serves as a critical component of government contracting processes, detailing the project's requirements and expectations in order to ensure a successful handrail replacement while maintaining a commitment to safety and quality.
    This document pertains to the superseded General Decision Number TX20230230 for Bell County, Texas, detailing wage determinations for building construction projects under the Davis-Bacon Act. It outlines minimum wage rates based on contract dates and applicable Executive Orders, as well as classification rates for various construction trades. The document also includes information on worker protections under Executive Orders and the process for addressing wage determination issues or requesting additional classifications.
    The document presents the General Decision Number TX20250260, detailing wage determinations for construction projects in McLennan County, Texas, effective January 3, 2025. It outlines the requirements under the Davis-Bacon Act and Executive Orders 14026 and 13658, mandating specific minimum wage rates for workers. Contracts initiated or extended after January 30, 2022, must pay at least $17.75 an hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour. The document lists various construction roles and their corresponding wage rates and fringe benefits, including steamfitters, electricians, ironworkers, and more, emphasizing adherence to union and state rates. It also addresses the appeals process for wage determination disputes, directing interested parties to appropriate government contacts for inquiries and reconsiderations. Overall, this file serves as a vital reference for contractors involved in federal-funded construction initiatives, ensuring compliance with wage standards and protecting workers' rights.
    The document outlines land acquisitions for public use by the City of Waco and Waco Independent School District. Key parcels are identified: a total of approximately 507.88 acres, including specific large lots, such as 174.04 acres for the City and smaller segments of 15 and 35 acres designated for school use. The notation indicates legal references (e.g., volumes and pages) likely related to ownership records. Additional details include references to survey markers, existing easements, and rights-of-way. The extensive repetition of "PARKING" seems indicative of site planning for associated vehicular needs at these locations, emphasizing the focus on logistical organization. The presence of indicator markers denotes ongoing or completed land surveys in conjunction with Texas Department of Transportation (TXDOT) standards. The overall purpose of the document appears to be the preparation for substantial land improvement or development projects aligned with local government planning and zoning requirements, critical for funding applications and compliance with federal and state regulations.
    The document outlines the 2010 ADA Standards for Accessible Design established by the Department of Justice, effective March 15, 2012. These standards provide comprehensive guidelines for ensuring access to public accommodations and commercial facilities for individuals with disabilities. Key sections include requirements for new construction and alterations, emphasizing accessible routes, minimum requirements for various elements (like parking, restrooms, and doors), and technical specifications for building accessibility. Specific provisions explore accessible designs for various spaces, acknowledging alterations to historic buildings while maintaining essential accessibility features. Recommendations include ensuring accessible means of egress, signage, and the necessity for compliance with federal and local regulations. This document plays a crucial role in RFPs, grants, and local initiatives aimed at enhancing inclusion and compliance with the Americans with Disabilities Act, reinforcing the government's commitment to accessibility for all citizens, regardless of their physical capabilities.
    The document outlines various federal acquisition regulations related to annual representations and certifications, construction wage rates, labor standards, and subcontracting terms, indicating deviations effective in February 2025. Specific clauses, including those pertaining to equal opportunity, affirmative action, and compliance with labor standards, are mandatory for certain solicitations and contracts. It emphasizes the importance of adherence to wage determinations, record-keeping for classifications, and potential grounds for contract termination or debarment due to non-compliance.
    The document lists several contractors with details for handrail replacement projects scheduled for March 7, 2025. It includes their names, companies, phone numbers, and email addresses. There are a total of 20 contractors mentioned, along with additional contacts for various construction-related services.
    The Handrail Replacement Project at the Waco VA Medical Center involves the replacement of existing handrails with new anti-ligature ones, following specific guidelines. Key details include tax exemption for materials, a defined Scope of Work (SOW), and contractor requirements for quality and safety management. The project allows flexibility regarding staffing roles, including shared responsibilities between the Superintendent and Quality Control Manager, though full-time on-site presence is preferred. After-hours work is designated for certain areas, particularly those occupied by patients, highlighting the project's sensitivity to operational needs. While some safety measures are mandated, like identifying uniforms, no stringent badging or health checks are required for workers. The document emphasizes contractor accountability in assessing conditions and measuring project scope, with a clear stipulation that only existing handrails are to be replaced and new installations are subject to ADA compliance. Overall, this RFP outlines the project structure, expectations, and compliance necessities to ensure a smooth process for all parties involved.
    The file pertains to the Request for Proposals (RFP) regarding the handrail replacement project at the Waco Veterans Affairs Medical Center (VAMC). It outlines questions and responses related to key project details such as tax exemptions, required personnel roles, work hours, safety measures, and specifics about the handrail installation. Notably, the government clarifies that the project is tax-exempt under Texas law and that appropriate certifications must be used for this purpose. The role of the Superintendent is emphasized as full-time and can overlap with other positions such as Quality Control Manager (QCM) and Safety Officer (SSHO). The document confirms that several tasks must occur after hours to minimize disruption in patient areas. It asserts that project specifications, including the need for certain materials and procedures, align with existing regulations and standards. There are discussions around project timelines, with a definitive statement against extending the period of performance beyond the initially established 120 days. Emphasis is placed on contractor responsibility for accurate measurement and verification of handrail locations, as existing conditions may vary. Overall, this file provides valuable insights into the procedural and regulatory framework guiding the handrail replacement project at Waco VAMC.
    The document outlines the various basement and first through second floor levels across multiple buildings labeled 4, 7, 11, 91, and 94. Each building appears to be part of a larger project potentially involved in redevelopment or facility management, which may require compliance with government standards for safety and accessibility. Although specific details regarding the purpose or the specific RFPs or grants tied to this document are not provided, it indicates a structured assessment or renovation effort for these specific levels in the identified buildings. The compilation of floors suggests a comprehensive project scope, likely aimed at enhancing infrastructure or preparing facilities for future use, all relevant to ensuring adherence to federal and local guidelines during renovations or development work. This document serves as a foundational reference for stakeholders involved in planning and executing related projects.
    The document details specifications and options for the 1000BH/1055BH Ligature Resistant Handrail, designed primarily for behavioral health environments. Key features include a mid-size oval gripping surface, made from .080" thick rigid vinyl, and measuring 4-5/16" in height with an integrated continuous retainer. It is available in standard 12' lengths, is easy to install, maintain, and comes with all necessary mounting hardware. While the handrail is intended for safety in behavioral health applications, it does not guarantee patient safety. The product meets several testing and certification standards, including UL-723 for fire safety, low-VOC emissions to comply with health facility standards, and anti-microbial testing against fungal and bacterial growth. It also adheres to ADA and ANSI guidelines. Customization options are available in various colors and finishes, enhancing aesthetic integration into healthcare settings. This information supports procurement decisions for government-funded health projects, ensuring compliance and safety in installation for mental health facilities and similar environments.
    The document provides detailed installation instructions for the 1000BH/G2-1000BH Ligature Resistant Handrail, focusing on proper acclimation and installation procedures to ensure product integrity and warranty compliance. Key steps include acclimating materials for 24 hours before installation, adhering to manufacturer instructions, and using recommended tools. The handrail system consists of aluminum retainers, returns, vinyl covers, sealants, and screws. Installers are instructed to cut components accurately, assemble parts securely, and utilize sealants effectively. Specific measurements and techniques are provided for positioning brackets and ensuring tight fittings. The document also emphasizes safety during installation, advocating for the use of personal protective equipment and caution with tools. The structured layout includes step-by-step visuals to aid understanding. In the context of government RFPs and grants, this document serves to standardize installation practices for safety equipment in federal, state, and local facilities, ensuring adherence to safety standards and efficient installation for projects involving the handrail system.
    InPro Corporation offers a Limited Lifetime Warranty for its Door and Wall Protection Systems, guaranteeing that products will be free from manufacturing and material defects. To maintain warranty coverage, proper installation techniques must be followed according to InPro's guidelines; failure to do so will void the warranty. In the event of a defect, InPro will provide free replacement of the product upon receiving a written claim, although costs related to installation or any incidental or consequential damages will not be covered. The warranty serves as a substitute for any other express or implied warranties, emphasizing the limited nature of InPro's liability. This document is relevant in the context of government contracts as it highlights the importance of warranty clauses in requests for proposals (RFPs) and grants, particularly regarding product reliability and installation adherence.
    The document outlines cleaning and maintenance procedures for various materials including vinyl profiles, stainless steel, and hardwoods, as part of installation completion protocols. It emphasizes the importance of removing layout marks, excess adhesive, and ensuring surfaces are free of blemishes immediately after installation. Specific cleaning products are recommended for stubborn stains, with Antibacterial fantastik® All Purpose Cleaner Heavy Duty being a common choice across several materials. The guidelines also detail specialized cleaning instructions for rigid vinyl sheets, aluminum corner guards, and northern hardwoods, advising against the use of abrasive materials and recommending specified branded products while clarifying these do not imply endorsement. Overall, the document serves as a maintenance guide aimed at ensuring the longevity and aesthetic integrity of installed products, relevant for contractors and maintenance personnel involved in government RFPs and grants related to facility management and building maintenance.
    The VHA Pre-Construction Risk Assessment (PCRA) template is designed to ensure safety during construction, renovation, and maintenance activities within facilities, particularly focusing on minimizing risks to patients, employees, and contractors. This template outlines procedures for conducting risk assessments and emphasizes the importance of communication and coordination among affected areas during project planning. The document categorizes activities into different types based on their scope and potential hazards, detailing specific control measures necessary for each category, ranging from minor inspections to large-scale construction. Requirements include safety plans, hazard communications, and the need for coordination with adjacent occupied areas, especially in healthcare settings. A permit section is included, detailing the specifics of the project, including timelines and contact information, along with required controls like hot work permits and infection control checks. The emphasis on compliance with safety regulations and standards reflects the government’s commitment to maintaining a safe environment during facility upgrades, thereby protecting public health and safety throughout the construction process.
    The VHA Pre-Construction Risk Assessment (PCRA) template guides the evaluation of safety risks associated with construction, renovation, and maintenance activities within VA facilities. It establishes a framework for categorizing activities based on their complexity and associated risks, ensuring the safety of patients, employees, and contractors. The document emphasizes the importance of communication and coordination among impacted areas, requiring site-specific plans for each project, which must also comply with infection control standards where necessary. Control measures are categorized into three levels: inspection/upkeep, small-scale, and large-scale construction activities. Each level has specific requirements, including daily inspections, hazard communication, and additional safety plans depending on the complexity of the project. The template includes a section for documenting adjacent area assessments to mitigate disruption to ongoing operations. A fillable permit form ensures compliance and tracking of construction activities. Overall, the PCRA is a critical tool ensuring rigorous safety protocols are maintained during construction efforts, reflecting the VA’s commitment to a safe healthcare environment.
    The VHA Infection Control Risk Assessment (ICRA) template outlines the procedures necessary to evaluate infection control measures during construction, renovation, and maintenance activities within Veteran Health Administration facilities. It categorizes activities into four levels (A, B, C, and D) based on their complexity and potential to generate dust or debris, establishing required safety precautions proportional to the risk posed to patients. The assessment involves identifying affected areas and determining overall patient risk (Low to Highest). A series of control measures is mandated to minimize infection risks, including dust control, barrier installation, and HVAC management. Levels III and IV require significant monitoring and permit posting at activity sites. The guide emphasizes the importance of maintaining environmental standards and controlling potential infectious hazards to protect vulnerable patient populations. Additionally, the document reinforces infection control training protocols for construction workers, highlighting best practices for hygiene and environmental safety. Overall, the ICRA serves as a critical tool for ensuring that construction activities do not compromise patient safety in healthcare settings.
    The document outlines specific requirements for Offerors participating in government solicitations related to a partnership or joint venture. It mandates the submission of key information, including a record of OSHA or EPA violations, confirming no more than three serious violations or one repeat or willful violation within the last three years. Offerors must also provide documentation demonstrating an Experience Modification Rate (EMR) of 1.0 or lower, indicating a good safety record. Additionally, adherence to the VAAR 852.219-75 clause on the limitation of subcontracting is required, including the completion of a specified certificate before the proposal submission deadline. Non-compliance with any of these criteria may result in the disqualification of the proposal from consideration for the award. This set of requirements emphasizes the commitment to safety and regulatory compliance in federal contracting processes, ensuring that participating entities meet established standards for performance and accountability.
    The Department of Veterans Affairs, Network Contracting Office 17, is issuing a pre-solicitation notice for an Invitation for Bids (IFB) for a construction project involving the demolition and installation of ligature-resistant handrails at the Doris Miller Department of Veterans Affairs Medical Center in Waco, TX. The solicitation is expected to be published on SAM.gov around February 12, 2025, with bid opening approximately on March 28, 2025. The contractor must provide all necessary personnel, tools, and equipment to complete the work in compliance with applicable regulations, and the project magnitude is estimated between $500,000 and $1,000,000. A significant aspect of this project is the 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Successful bidders must meet specific registration and certification requirements with the Department of Labor and the SBA, with an emphasis on compliance for non-response if these conditions are not met. A pre-bid site visit will be scheduled, with further details included in the forthcoming solicitation.
    The document outlines a solicitation from the Department of Veterans Affairs for the handrail replacement project at the Doris Miller Department of Veterans Affairs Medical Center in Waco, Texas. This competitive bid is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost between $500,000 and $1 million. Contractors must provide all necessary labor and materials within 120 calendar days after receiving the Notice to Proceed (NTP). A pre-bid site visit is scheduled for March 7, 2025, with all queries to be submitted by March 11, 2025. Bids must be submitted electronically by March 28, 2025, and each bid requires a bid guarantee for amounts exceeding $150,000. Contractors must ensure compliance with various provisions, including wage determinations and affirmative action requirements. The award will go to the lowest responsible bidder who meets the specifications. Emphasis is placed on the importance of monitoring amendments and preparing bids accurately to avoid non-responsiveness. This solicitation demonstrates the federal government’s initiative to engage veteran-owned businesses in public contracts.
    The Department of Veterans Affairs is soliciting bids for a construction contract focused on the replacement of handrails at specified buildings within the Doris Miller VA Medical Center in Waco, Texas. This project is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction value between $500,000 and $1,000,000. Interested contractors are required to submit their bids electronically and include a Bid Guarantee, perform a site visit, and adhere to specific performance and payment bonding requirements. The contractor appointed will need to comply with various wage determinations and the Buy American Act concerning construction materials. The timeline for project completion is stipulated as 120 days following the Notice to Proceed (NTP). A pre-bid site visit has been scheduled for March 7, 2025, and responses to any inquiries must be submitted by March 11, 2025. This RFP highlights the VA's commitment to engaging veteran-owned businesses while emphasizing adherence to necessary regulations and requirements throughout the bidding and construction process.
    The Department of Veterans Affairs, Network Contracting Office 17, is preparing to issue an Invitation for Bids (IFB) for construction services focused on the demolition and installation of new ligature-resistant handrails at the Doris Miller Department of Veterans Affairs Medical Center in Waco, TX. The solicitation is expected to be posted on SAM.gov around February 12, 2025, with the bid opening planned for approximately March 28, 2025. Interested contractors will be required to conduct a pre-bid site visit, and the project will involve multiple buildings. The contractor must comply with all federal, state, and local regulations, and the work is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The total construction cost is estimated between $500,000 and $1,000,000, and all bids must adhere to the Buy American policy. Successful offerors must provide evidence of registration in various federal databases, including a current VETS 4212 report, to ensure compliance with eligibility requirements.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    CTX Waco Bldg. 8 Access Control Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the installation of an access control system at the Dorris Miller VA Medical Center, specifically in Building 8 located in Waco, Texas. The project involves integrating an access control system into the existing CCURE 9000 platform for eight doors, requiring the contractor to supply and install electrified door hardware, modify electric strikes, and run network drops to an adjacent OIT closet, all to be completed within a 60-day timeframe. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal, state, and local regulations, with a response deadline of December 15, 2025, at 4:00 PM Central Time. Interested parties can reach out to Taminie Panich at taminie.panich@va.gov for further information.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.
    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.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of cart elevators in Building 163 at the Central Texas Veterans Health Care System in Temple, TX, under Solicitation Number 36C25726R0013. The project involves upgrading existing hydraulic elevators to new traction elevators, with a focus on maintaining safety and minimizing disruption to hospital operations during construction. This procurement is particularly significant as it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated value between $1,000,000 and $2,000,000. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. The project entails the removal and replacement of an old trench cap, requiring contractors to provide all necessary labor, materials, equipment, and supervision while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the medical center, ensuring minimal disruption during construction activities. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, interested parties may contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.
    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.
    Replace Steam Trench Cap
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the steam trench cap at the Amarillo VA Medical Center in Texas. The contractor will be responsible for providing all necessary labor, equipment, tools, materials, and supervision to remove the old trench cap and install a new one, adhering to the detailed specifications outlined in the Statement of Work. This project is critical for maintaining the infrastructure of the medical facility, ensuring continued operational efficiency and safety. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or call 915-282-1732 for further details. The procurement process includes stringent requirements for site operations, material management, and compliance with VA security protocols, with a focus on minimizing disruption to existing medical services.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project located at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project is crucial for enhancing the data management capabilities of the VA, with an estimated cost between $5,000,000 and $10,000,000. Interested bidders must submit their proposals electronically by January 8, 2026, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.