Renovate Building 16, 610-20-103
ID: 36C25025B0005Type: Presolicitation
AwardedJul 25, 2025
$9.8M$9,841,100
AwardeeARMCORP CONSTRUCTION INC CELINA 45822
Award #:36C25025C0132
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

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

    The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 16 at the Marion Veterans Affairs Medical Center, identified as project number 610-20-103. The renovation aims to modernize the facility to house the VA Northern Indiana Health Care System's administrative and operational departments while ensuring compliance with safety and infection control measures throughout the construction phases. This project is particularly significant as it will enhance the operational capabilities of the VA, providing improved services to veterans. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated project cost between $5 million and $10 million, and bids are due by April 28, 2025. Interested contractors can contact Luke A. Turner at luke.turner@va.gov or by phone at 513-559-3702 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs is preparing to issue an Invitation for Bid (IFB) for the renovation of Building 16 at Marion VAMC, identified as project 610-20-103. The solicitation, numbered 36C25025B0005, is scheduled to be released around October 20, 2024, with bids due by November 29, 2024. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring them to be verified and registered on designated websites. The estimated project cost ranges from $5,000,000 to $10,000,000, and SDVOSBs must perform at least 25% of the construction work. All contractors must comply with VA security protocols and provide documentation regarding safety or environmental violations. A one-time site visit will be arranged, and further details will be made available in the solicitation package. Notably, the project duration should not exceed 480 calendar days, and bonds will be required. Interested contractors are encouraged to register on SAM.gov to receive updates and should monitor the site for amendments related to the solicitation. All inquiries will be addressed after the solicitation is published, reinforcing the importance of compliance with the contracting regulations.
    The Department of Veterans Affairs is preparing to issue an Invitation for Bid (IFB) for the renovation of Building 16 at Marion VAMC, identified as project 610-20-103. The solicitation, numbered 36C25025B0005, is scheduled to be released around October 20, 2024, with bids due by November 29, 2024. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring them to be verified and registered on designated websites. The estimated project cost ranges from $5,000,000 to $10,000,000, and SDVOSBs must perform at least 25% of the construction work. All contractors must comply with VA security protocols and provide documentation regarding safety or environmental violations. A one-time site visit will be arranged, and further details will be made available in the solicitation package. Notably, the project duration should not exceed 480 calendar days, and bonds will be required. Interested contractors are encouraged to register on SAM.gov to receive updates and should monitor the site for amendments related to the solicitation. All inquiries will be addressed after the solicitation is published, reinforcing the importance of compliance with the contracting regulations.
    The document outlines the instructions and requirements for bidders and offerors responding to a solicitation by the federal government, specifically related to acquiring construction services through a Firm-Fixed-Price contract. It emphasizes the importance of feedback mechanisms available for offerors post-award, aimed at improving the acquisition process. Key clauses include guidelines for notifying about secondary work sites, adherence to the Buy American Act, submission of bid guarantees, and protest procedures. Offerors must also confirm sustainability practices and comply with telecommunications regulations. The document underscores the legal obligations surrounding responsibility representations of contractors and mandates adherence to safeguarding measures for contractor information systems. Furthermore, the contract specifies the timelines for beginning work and highlights small business participation requirements, stressing that proper certifications and representations must be maintained throughout the contract period. This structured approach aims to ensure compliance, efficiency, and accountability in federal procurement processes.
    The document concerns Amendment #3 related to a solicitation from the Department of Veterans Affairs (VA), Network Contracting Office 10 for project number 36C25025B0005. The amendment primarily provides responses to Requests for Information (RFIs) received from potential bidders and extends the bid submission deadline to March 28, 2025, at 14:00 local time. The amendment includes a list of RFIs that were addressed, indicating the VA's effort to clarify any uncertainties for bidders, thus fostering a competitive and informed bidding process. Additionally, it emphasizes that all other terms and conditions from the original solicitation remain unchanged. This amendment is a standard procedure within government contracting, ensuring transparency and providing all bidders with equitable access to relevant information while adhering to established timelines. Overall, this reflects the VA’s commitment to clear communication and fair procurement practices in its contracting processes.
    The document is an amendment to a solicitation by the Department of Veterans Affairs (VA), issued through the Network Contracting Office (NCO) 10. It primarily updates the information regarding the electronic submission of bids for a contracting opportunity, specifically extending the deadline for submissions to April 10, 2025, by 10:00 AM EDT. The amendment clarifies that bids must be sent via email to the designated point of contact, Contracting Officer Luke A. Turner, and emphasizes that physical submissions will not be accepted. Furthermore, it provides call-in details for the bid opening scheduled for 11:00 AM EDT on the same day via Microsoft Teams, ensuring the process adheres to remote meeting protocols. The document serves to facilitate organized and efficient bid submissions while maintaining deadlines, thus reinforcing the VA’s commitment to transparency and accessibility in its contracting processes.
    This document is an amendment for a solicitation issued by the Department of Veterans Affairs’ Network Contracting Office. The main purpose is to extend the deadline for submitting offers to June 30, 2025, due to an internal issue needing resolution before bids can be accepted. The document outlines the requirements for offerors to acknowledge receipt of this amendment, either by completing specific items in the form or communicating electronically. The amendment also states that all other terms and conditions of the original solicitation remain unchanged. The document is administratively structured, specifying contract details, identification codes, and a clear sequential numbering system for clarity. In summary, it ensures a smooth process for all stakeholders involved in the bidding, maintaining transparency in the modifications made while enabling continued engagement with potential contractors.
    This document serves as an amendment to a solicitation issued by the Department of Veterans Affairs' Network Contracting Office (NCO) 10, specifically relating to Contract 36C25025B0005, and it extends the deadline for bid submissions to April 28, 2025, at 10:00 EDT. The amendment addresses queries regarding technical specifications related to window ratings for a project. It clarifies that the required window rating is CW-30 and updates the U-value requirement to .3, resolving discrepancies found in various sections of the initial document. Furthermore, details for an updated bid opening have been provided, along with instructions for electronic participation via Microsoft Teams. The document ultimately seeks to ensure compliance with the solicitation's requirements and facilitate a smooth bidding process, reinforcing the agency's commitment to transparency and effective communication with potential contractors.
    This document is an amendment to a solicitation regarding a contract issued by the Department of Veterans Affairs' Network Contracting Office (NCO) 10. The primary purpose of the amendment is to provide an updated provision and clause section of the Invitation for Bid (IFB), which is attached and will be included in the final contract award. Of note, the due date for bid submission has been extended to April 28, 2025, at 10:00 EDT, although other details and timelines remain unchanged. The document includes administrative details such as the contract ID code, project number, and specific instructions for contractors on acknowledging receipt of the amendment. Overall, this amendment aims to ensure potential bidders are informed of changes, maintaining transparency and clarity throughout the bidding process for federal contracts within the VA framework.
    This document outlines an amendment to a solicitation for a contract managed by the Department of Veterans Affairs (VA) Network Contracting Office 10. Specifically, it pertains to Amendment #1, which provides the first wave of responses to Requests for Information (RFIs) pertaining to the contract. The amendment confirms that all other terms and conditions of the original solicitation remain unchanged and stresses the importance of acknowledging receipt of the amendment by the specified deadline to avoid rejection of offers. Contractors and offerors are instructed on how to acknowledge the amendment and are provided with a note regarding the administrative updates to the contract order. Attached documents related to RFIs and a final report on hazardous materials inspections are referenced, indicating further documentation relevant to the contract. The purpose of the amendment is to ensure transparency and communication between the VA and potential contractors, facilitating the contracting process while maintaining adherence to federal regulations.
    This document serves as Amendment #4 to a solicitation concerning the Department of Veterans Affairs. The primary purpose of the amendment is to extend the bid due date to April 10, 2025, at 14:00 local time. It indicates that all other terms and conditions of the original contract remain unchanged. The amendment is issued by the Network Contracting Office 10 in Indianapolis, Indiana, and emphasizes the importance of acknowledgment of the amendment by the bidders. Offerors must confirm receipt of this amendment before the new bid due date, either through returning copies or electronic communication referencing the relevant solicitation and amendment numbers. The document reflects standard procedures for amendments to solicitations within federal contracting processes, ensuring transparency and adherence to protocol. Overall, it underscores the procedural adjustments necessary for bidders and maintains the integrity of the contract process.
    The document is an amendment (Amendment #2) related to a federal Request for Proposals (RFP) issued by the Department of Veterans Affairs, specifically from the Network Contracting Office 10 in Indianapolis, Indiana. This amendment addresses changes to the timeline of the bidding process by extending the bid due date to March 7, 2025, at 14:00 local time. Additionally, it provides a second wave of responses to Requests for Information (RFIs) submitted by potential bidders, which are essential clarifications pertaining to the RFP. The amendment ensures that all other terms and conditions of the initial solicitation remain intact and emphasizes the necessity for acknowledgment of this change by the contractors. The document serves to facilitate transparency and communication between the Federal government and contractors regarding the ongoing procurement process, ensuring all parties have the latest information to participate effectively in the bidding.
    The document outlines the renovation project for Building 16 at the Fort Wayne VA Medical Center, detailing general requirements and specifications. The project involves comprehensive demolition, abatement of hazardous materials, and general construction aimed at modernizing the facility in compliance with veterans' health standards. Timeline estimates suggest a completion window of 12 to 16 months. Key safety protocols include adherence to infection control and security measures to ensure the site’s safety and operability during renovations. The contractor is mandated to maintain existing utilities, provide a detailed work plan, and coordinate closely with the VA representatives to minimize disruptions to ongoing operations. Environmental compliance is highlighted, focusing on proper disposal of hazardous materials and protecting existing vegetation and structures. The document serves as an RFP and grant resource for federally funded renovation efforts, emphasizing transparent process requirements and accountability throughout construction activities, aligning with the government’s commitment to veterans’ healthcare initiatives.
    The government document outlines a comprehensive renovation project for Building 16 at the Marion Veterans Affairs Medical Center. The primary goal is to upgrade facilities while ensuring strict adherence to safety and infection control measures throughout the construction phases. The renovation includes significant updates to electrical, plumbing, mechanical, and fire protection systems, guided by detailed plans and specifications. Key elements of the project emphasize the importance of managing existing hazardous materials, including asbestos and lead paint, necessitating thorough surveys and abatement strategies before construction begins. Acknowledging that the building will remain unoccupied during renovations, the document stresses maintaining rigorous dust and infection control protocols to safeguard the health of patients and staff. The document highlights the responsibilities of various stakeholders, including contractors and consulting engineers, in executing demolition and renovation tasks while coordinating with the Contracting Officer's Representative (COR). This structured approach aims to minimize disruption and ensure compliance with federal regulations and safety standards, thereby reflecting the commitment of the U.S. Department of Veterans Affairs to providing secure and modernized healthcare facilities.
    The Pre-Award Contractor Safety and Environmental Record Evaluation Form is designed for assessing contractors' safety and health compliance for Project 610-20-103. This document requires contractors to report various safety metrics, including OSHA 300 and 300a forms, the North American Industrial Classification System (NAICS) code, and details about their company’s safety program administrator. Additionally, contractors must provide their Experience Modification Rate (EMR) along with specific safety performance indicators, such as the number of man-hours worked, incidents leading to days away from work, and serious violations within the last three years. The emphasis is on ensuring that contractors meet safety standards and environmental regulations before project approval. This assessment is integral to the federal contracting process, illustrating the government's commitment to safe work practices and risk management in federally-funded projects.
    This Request for Information (RFI) pertains to Project Number 610-20-103, titled "Renovate Building 16," located at the Department of Veterans Affairs in Marion, Indiana. The document outlines the procedural requirements for bidders seeking clarification or submitting questions regarding the solicitation. Contractors must refer to specific sections or drawing numbers in their inquiries to ensure timely responses from the Government, emphasizing compliance with these regulations. The document is directed to Christopher C. Lee, Contracting Officer at the Department of Veterans Affairs, and includes fields for various submission details such as the RFI number, date, and additional information needed. Overall, the RFI serves as a communication tool to facilitate interaction between contractors and the Government as part of the renovation efforts for the designated building, aligning with federal processes for project proposals and execution.
    Alliance Environmental Group performed a pre-renovation inspection at Building 16 of the Marion Veterans Affairs Medical Center, focusing on the presence of asbestos, lead paint, and hazardous materials. The inspection, conducted in response to a request from Viridian Architectural Design, aimed to identify and quantify hazardous materials and included sampling and analysis by EMSL Analytical, Inc. Results indicated the presence of asbestos-containing materials, including black mastic, fire door fill, and various ceiling and floor materials. Lead paint was found on approximately 2,200 square feet of peeling cream ceiling paint and other painted surfaces, while PCB testing on window caulk and elevator hydraulic fluid returned negative results for PCB concentrations. The inspection also cataloged other hazardous materials, including numerous fluorescent bulbs and electronic waste. The document outlines necessary precautions, advising that any newly discovered suspect materials during renovation should be handled by licensed professionals. This assessment is essential for compliance with state and federal regulations concerning hazardous materials during building renovations, ensuring safety for all involved and protection of public health.
    The document is a Request for Information (RFI) regarding the renovation of Building 16, located at the Department of Veterans Affairs in Marion, Indiana. The RFI seeks clarification on whether water utilities are included in the project scope, as specified section 33 10 00 is referenced but not included, and no civil drawings addressing water utilities are available. Christopher C. Lee, the Contracting Officer, is identified as the point of contact. Lance Sprinkle, in a subsequent reply dated January 24, 2025, confirms that there are no external water utilities or civil work involved in the renovation project. This RFI illustrates a common procedural step in government contracting where contractors seek clarification to ensure their proposals align with project specifications, ultimately aiding in precise project execution and compliance with federal guidelines.
    The document is a Request for Information (RFI) pertaining to Project Number 610-20-103, which involves renovations at Building 16 of the Department of Veterans Affairs in Marion, Indiana. The RFI seeks clarification on whether a jobsite trailer is mandated or if the construction team can utilize available space within the building for operations. The response confirms that space in the vacant building can be used, with a note that the Contracting Officer's Representative (COR) reserves the right to alter this if necessary. The RFI is submitted by JV 6 Contracting V2 LLC from Des Plaines, IL, to Contracting Officer Christopher C. Lee, with a response deadline yet to be noted. This document is part of standard protocols within government procurement processes to ensure clarity and compliance during project execution.
    The document is a Request for Information (RFI) related to the renovation of Building 16 at the Department of Veterans Affairs in Marion, Indiana. It is designated as Project Number 610-20-103 and is directed to Contracting Officer Christopher C. Lee. The main inquiry, referenced as RFI No. 7 and dated December 17, 2024, seeks confirmation regarding the requirement of moisture mitigation for new flooring areas in the renovation project. The response from Viridian Architectural Design, Inc. confirms that moisture mitigation is indeed required. The document is structured formally, including sections for project details, contact information, and a clear outline of the request and response. This RFI serves to clarify critical specifications, ensuring the project's compliance with necessary construction standards and safeguarding the facility's integrity during the renovation process.
    This Request for Information (RFI) pertains to Project Number 610-20-103 aimed at renovating Building 16 at the Department of Veterans Affairs located in Marion, Indiana. The document specifies that inquiries regarding the project must reference particular sections of the solicitation or drawings to ensure clarity in responses. The RFI No. 8, dated December 17, 2024, seeks confirmation regarding whether non-fixed office furniture will be supplied and installed by the general contractor (GC) or the owner. The response clarifies that the furniture will be provided and installed by the VA during activation phases. The communication is issued by JV 6 Contracting V2 LLC with a response date set for January 24, 2025. This document reflects the procedural requirements of the federal contracting process, ensuring that questions are directed and answered appropriately, while also clarifying responsibilities regarding furnishing office space as part of the renovation project.
    This Request for Information (RFI) pertains to Project Number 610-20-103, focusing on the renovation of Building 16 at the Department of Veterans Affairs located in Marion, Indiana. The document provides a structured inquiry asking for specifications on security bars for windows as part of the renovation project. The contractor, JV 6 Contracting V2 LLC, submitted the question and received a response from Viridian Architectural Design, Inc., confirming the need for security bars that match the existing heavy gauge security screens. The RFI emphasizes compliance with specification references for timely responses, highlighting the government's procedural requirements. Overall, this document represents a vital communication in the context of federal contracting, ensuring clarity and thoroughness in fulfilling renovation specifications for veteran facilities.
    The document is a Request for Information (RFI) concerning the renovation of Building 16 at the Department of Veterans Affairs in Marion, Indiana. It outlines the need for additional demolition and replacement work for the exterior concrete foundation wall and interior doors to facilitate the installation of an air handler unit. The contractor, JV 6 Contracting V2 LLC, is required to provide designated engineering for the selective demolition, ensuring structural integrity and salvaging existing materials for reuse. Additionally, it details the presence of hazardous materials such as asbestos and lead paint within the building that must be properly managed and remediated during the renovation process. The document includes specific demolition notes and requirements for various existing structures and systems, highlighting careful coordination with environmental assessments to meet federal compliance standards. This RFI illustrates the critical steps needed to modernize the facility while adhering to safety regulations.
    The document outlines a Request for Information (RFI) concerning the renovation of Building 16 at the Marion, Indiana Department of Veterans Affairs. It specifies that all existing ceilings, plaster, and secondary ceilings shall be removed unless directed otherwise. The RFI addresses concerns about an existing abandoned grid within the facility, requiring contractors to clarify assumptions regarding its removal in their bids. Additionally, an environmental inspection report highlights the presence of hazardous materials, including asbestos, lead, and potential PCBs, necessitating careful abatement procedures. Key findings indicate various asbestos-containing materials throughout the building, such as ceiling tiles and old flooring, alongside lead paint discovered in numerous locations. The inspection aims to promote safety and compliance with environmental regulations during renovation. It provides valuable data for contractors participating in the bidding process, ensuring informed decision-making while considering health risks associated with the hazardous materials identified. This solicitation and related findings are essential to facilitate a smooth renovation project that prioritizes contractor adherence to safety practices and environmental standards.
    The document is a Request for Information (RFI) concerning a renovation project for Building 16 at the Department of Veterans Affairs in Marion, IN, designated under project number 610-20-103. The RFI specifically addresses a discrepancy between the plumbing drawings, which specify a floor-mounted water closet, and the specifications that call for a wall-mounted unit. The contractor, C. Smith Construction LLC, seeks clarification on the preferred installation type. The response, received from the Contracting Officer, Lance Sprinkle, confirms that a wall-mounted water closet is desired. This communication illustrates the importance of precise specifications in government construction projects to ensure compliance and clarity between stakeholders. The RFI process is vital for addressing uncertainties before project execution, reflecting the structured approach typical in federal contracting protocols.
    This Request for Information (RFI) pertains to the renovation of Building 16 at the Department of Veterans Affairs located in Marion, IN. The project number is 610-20-103, and the contracting officer is Christopher C. Lee. The inquiry, designated as RFI NO. NH03, seeks clarification regarding the specifications of windows in storage rooms 222 and 218A, which were initially marked as W5 windows according to AS701. However, it was noted that these windows should actually be W4 windows. The response to the RFI was provided by Viridian Architectural Design, Inc., confirming the correction on December 24, 2024. The document emphasizes the importance of submitting inquiries with precise references to facilitate timely responses. This RFI is a critical component of the project's overall planning and refinement process, ensuring that specifications are correctly interpreted before proceeding with construction. The clarity and precision sought in such inquiries reflect the structured nature of government RFP processes, where accuracy and compliance are paramount.
    The document is a Request for Information (RFI) regarding the renovation of Building 16 at the Department of Veterans Affairs in Marion, Indiana. It outlines a specific inquiry related to the project, particularly concerning the data outlet configurations in the Electrical Power Plan. The contractor, C. Smith Construction LLC, queries whether each outlet should include four Cat6 circuits (three for data and one for voice), as this detail is not clearly indicated on the drawing sets. The submission includes communication protocols for posing questions, underscoring the requirement for specificity in inquiries to ensure timely responses. The response to the RFI was confirmed by Lance Sprinkle, affirming the need for the specified circuit arrangement. Overall, this document is part of the information-gathering phase essential for clarifying project specifications in the context of federal government contracting.
    The document is a Request for Information (RFI) concerning the renovation of Building 16 at the Department of Veterans Affairs facility located in Marion, IN. The main purpose of the RFI is to clarify specifications related to the installation of data outlets, particularly regarding the number of circuits per outlet indicated in the provided electrical plans. The querying contractor, C. Smith Construction LLC, seeks confirmation on whether each outlet should include four Cat6 circuits (three for data and one for voice). In response, Lance Sprinkle indicates that each outlet should indeed be equipped with a four-position setup, but only two of the jacks should be populated with Cat6 connections, leaving two available for future use. The document outlines the communication requirements with respect to submitting inquiries, emphasizing the need for specificity in reference to the project specifications. This RFI illustrates the collaborative effort between contractors and government responders to ensure clarity and successful project implementation, aligning with government contracting practices.
    The document is a Request for Information (RFI) pertaining to the renovation of Building 16 at the Department of Veterans Affairs in Marion, Indiana. The inquiry, submitted by Manuel Prieto on behalf of Dash Technologies Inc., seeks clarification on the bonding requirements specified in the solicitation documents. Specifically, the RFI addresses whether the Miller Act applies to this project, requiring performance and payment bonds from the prime contractor, or if bonding can be met through first-tier subcontractor bonds as outlined in VAAR regulations. The response from the contracting officer, Christopher C. Lee, indicates that the VA will only accept bid and bonding requirements from prime contractors. This summary highlights the focus on understanding bonding obligations crucial for compliance in the procurement process and demonstrates adherence to formal government contracting protocols. Such clarifications are vital for contractors to ensure they meet all requirements for bidding on federal projects.
    The Department of Veterans Affairs (VA) has issued a Request for Information (RFI) regarding the renovation of Building 16 located in Marion, Indiana. The RFI, numbered 610-20-103, seeks clarification on the demolition scope outlined in the project specifications, specifically concerning the removal of ceiling materials. The contracting officer, Christopher C. Lee, addresses inquiries about the existing secondary acoustical ceiling and the underside gypsum or plaster ceilings. Notably, the government confirms that the demolition will require the complete removal of the gypsum and plaster ceilings, exposing the concrete substrate throughout the building, contrary to some speculations. This communication emphasizes the importance of precise adherence to project specifications and the need for contractors to clearly reference relevant sections when submitting questions. Responses to the RFI are expected by January 20, 2025, underscoring the timeline and process for potential contractors involved in this governmental renovation project, all conducted within the framework of federal contracting regulations.
    The document is a Request for Information (RFI) related to the renovation of Building 16 at the Department of Veterans Affairs in Marion, Indiana. The primary inquiry addresses the necessity for general contractors (GCs) to scan the existing concrete slab for potential buried utilities before proceeding with demolition as indicated in the project drawings. The clarification requested highlights concerns over safety and compliance with construction practices. The proposed response indicates that contractors are to coordinate with the VA and utilize ground penetrating radar (GPR) to investigate possible hidden utilities in demolition areas, ensuring the project proceeds without unexpected delays or hazards. The RFI is initiated by Valiant Construction, LLC, and the reply is anticipated by January 20, 2025, signaling the communication protocols vital in government contracting processes. This document underscores the importance of thorough planning and risk assessment in federal construction projects to guarantee successful execution while adhering to safety and regulatory standards.
    The document is a Request for Information (RFI) concerning the renovation project for Building 16 at the Department of Veterans Affairs in Marion, Indiana. It is identified by project number 610-20-103 and addresses concerns regarding the new plumbing installation depicted in the drawings. Specifically, the contractor inquires about the potential need to core through existing grade beams due to the presence of numerous structural columns, which might complicate plumbing access. The Government's reply indicates the lack of original drawings for Building 16 and advises the contractor to employ strategic coring methods to identify any conflicts while executing the work outlined in the documents. The inquiry was submitted by Valiant Construction, LLC, with a response date designated for January 20, 2025. This RFI represents a critical step in clarifying project requirements for executing necessary renovations, aiming to ensure compliance with construction specifications given the uncertainties related to previous structural installations. The tone is formal, reflecting standard procedures in government contracting.
    This Request for Information (RFI) pertains to the renovation of Building 16 at the Department of Veterans Affairs in Marion, Indiana, under Project Number 610-20-103. The RFI, submitted by Valiant Construction, LLC, seeks clarification regarding the absence of a crucial sheet, AS200.1, which allegedly details new door installations in the attic. The inquiry specifies that door openings depicted on sheet AS200 are existing, indicating that no new doors are planned as part of the renovation work. The contractor is required to adhere to the Government's guidelines when submitting questions, ensuring that they reference specific sections of the documents related to their inquiries. The response from Viridian Architectural Design confirms the absence of sheet AS200.1 and clarifies the status of the existing door openings. This RFI submission process emphasizes the importance of clear communication and documentation in public sector contracting.
    The document is a Request for Information (RFI) regarding the renovation of Building 16 at the Department of Veterans Affairs facility in Marion, Indiana. The RFI, numbered 56 and submitted by Valiant Construction, LLC, seeks clarification on a discrepancy between two design documents concerning exterior window sill specifications. Specifically, it addresses conflicting details regarding the materials for basement window sills: AS400 suggests a solid surface while AS701 indicates aluminum trim. A response clarifies that solid surface windowsills are intended for interior finishes only, and aluminum trim will be used for the basement window locations as per AS701. The RFI process emphasizes the need for precise communication regarding specification references to ensure timely responses from the government, underlining the structured approach typical in federal construction projects.
    The Department of Veterans Affairs has issued a Request for Information (RFI) concerning Project Number 610-20-103, aimed at renovating Building 16 at the VA facility located at 1700 E 38th St, Marion, IN. In the RFI, a query was raised about an unnumbered room situated between Storage 127 and Existing Garage 131, which was unclear regarding its treatment in the renovation plans; it did not display any finishes nor was it specified as "not in contract." The reply confirmed that this room is part of the existing corridor with current finishes to remain intact and, therefore, will not undergo any renovations. The contractor is required to document the state of this room before and after construction, and any resulting damages will need to be repaired or replaced at no additional cost to the VA. The RFI underscores the significance of clear communication regarding project scopes and ensures compliance with pre-construction documentation processes. This RFI illustrates the procedural efficiency and oversight paramount to government contracting in federal projects.
    This Request for Information (RFI) pertains to the renovation of Building 16 at the Department of Veterans Affairs in Marion, Indiana, under Project Number 610-20-103. The contracting officer, Christopher C. Lee, has outlined specific inquiries related to wall construction specifications, particularly regarding insulation types and installation. Key questions focus on clarifying the correct dimensions for foam insulation and metal stud standoff, as well as requesting missing specifications for the foam insulation. The response from Viridian Architectural Design, Inc. indicates that the insulation application is adaptable to variable field conditions, with a combination of spray foam and R-19 batt insulation required to achieve adequate insulation barriers. The nature of this RFI highlights the collaborative effort between contractors and government agencies to ensure project specifications meet both functional and regulatory standards. The exchange serves as an important part of the RFP process, ensuring clarity and precision before construction begins, thereby reflecting the government's commitment to effective project management and compliance within federal grant guidelines.
    This Request for Information (RFI) pertains to Project Number 610-20-103 for the renovation of Building 16 located at the Department of Veterans Affairs in Marion, IN. The RFI seeks clarification on the waterproofing specifications outlined in section 09 30 13, as interior waterproofing details are not reflected in the project plans. The contractor, Valiant Construction, LLC, inquired whether interior waterproofing is required and, if so, to what extent. The response from Viridian Architectural Design, Inc. confirms that interior waterproofing for walls is necessary throughout the building, while only basic floor preparation is needed, which may include moisture control. The RFI was issued on January 13, 2025, with a response deadline set for January 20, 2025. Effective communication between contractors and government agencies is crucial for compliance, ensuring that all specifications are correctly interpreted and implemented for the successful completion of renovation projects. This highlights the iterative nature of federal projects and the importance of accurately understanding detailed requirements before moving forward with construction.
    The document is a Request for Information (RFI) regarding the renovation of Building 16 at the Department of Veterans Affairs in Marion, Indiana. It addresses discrepancies in communication symbols and CAT6A cable requirements found in project drawings. The RFI is directed to Contracting Officer Christopher C. Lee, with a specific inquiry about the alignment of communication symbols on various plans and the number of CAT6A cables needed for different outlets. The response clarifies that each 4-position outlet will include two CAT6 jacks, with the other two positions left blank for future use. The submission is made by Calvary Contracting, Inc., with all communications emphasizing the importance of accurately referencing specification sections when posing questions for clarifications. This RFI exemplifies the procedural diligence required in government contracting, ensuring all stakeholders have clarity on technical specifications before project execution.
    The document is a Request for Information (RFI) regarding the renovation of Building 16 at the Department of Veterans Affairs in Marion, Indiana. It addresses a specific inquiry related to specifications for cable installation, specifically requesting clarification on the type and number of cables required per faceplate location as outlined in section 2.3A.1. The contractor, Calvary Contracting, Inc., questions whether CAT6A cables can replace CAT6 cables and confirms if the minimum number of cables should be three, as stated in the Project's specifications. The official response indicates that CAT6 cables are to be used and confirms that three is the correct minimum number. This RFI process emphasizes the importance of compliance with the standard specifications set forth by the organization and ensures clarity in the construction requirements essential for moving forward with the renovation project. The document is structured to include references, the nature of the request, the official responses, and the involved parties, maintaining a professional tone throughout.
    The document is a Request for Information (RFI) pertaining to an ongoing renovation project for Building 16 at the Department of Veterans Affairs in Marion, Indiana. The RFI is specifically querying whether a 12-Strand Single Mode fiber optic backbone is required in addition to the already specified OM4 24-strand backbone, as indicated in the project drawings (DWG EP100). The response confirms that the 12-Strand is to be included in the project specifications. The RFI was submitted by Calvary Contracting, Inc., and the reply was provided by Lance Sprinkle, with a digital signature timestamped on January 24, 2025. The document outlines the procedural requirements for submitting questions or clarifications regarding the solicitation, emphasizing careful reference to relevant documents. This reflects typical government procurement practices aimed at ensuring clarity and precision in contract execution.
    The document is a Request for Information (RFI) regarding the renovation of Building 16 at the Department of Veterans Affairs located in Marion, Indiana. It presents inquiry number 4, dated January 14, 2025, directed to Contracting Officer Christopher C. Lee. The inquiry seeks clarification about a 48-port patch panel for "incoming backbone cable" detailed in drawing EY201-1, questioning whether this installation is intended for future use or what specifications are required for the backbone cable and its destination. The specified reference for further information is section 271500 of the project's specifications. The response is provided by Viridian Architectural Design, with a submission from Calvary Contracting, Inc. from Tipp City, Ohio, confirming their compliance with submission protocols. The document illustrates the structured process of inquiry and response in federal contracting, underscoring the importance of detailed specifications for successful project execution. This RFI plays a critical role in ensuring that contractors have the information necessary to meet project requirements effectively.
    The document is a Request for Information (RFI) regarding Project Number 610-20-103, titled "Renovate Building 16" located at the Department of Veterans Affairs in Marion, Indiana. The RFI, dated January 14, 2025, addresses a specific query from Calvary Contracting, Inc. about whether x-ray scanning of concrete floor slabs is required prior to core drilling for conduit installation. The response from the Department of Veterans Affairs, communicated by Contracting Officer Christopher C. Lee, states that since all utilities will be removed and replaced, there is no necessity for x-ray scanning. This document emphasizes the importance of adhering to submission guidelines for questions related to the project and outlines the communication protocol for inquiries. The overall purpose of this RFI is to clarify project specifications and ensure smooth contractor engagement within the framework of federal contracting procedures.
    This Request for Information (RFI) pertains to Project Number 610-20-103 for the renovation of Building 16 located at the Department of Veterans Affairs in Marion, Indiana. The RFI addresses concerns regarding the demolition of the existing fire system, specifically questioning whether it is acceptable to proceed without fire alarm protection in the project area during this phase. The response clarifies that contractors must obtain hot work permits, provide adequate fire extinguishers, and implement Interim Life Safety Measures (ILSM) in collaboration with VA safety before project commencement. The inquiry was submitted by Calvary Contracting, Inc., with responses provided by Lance Sprinkle, ensuring compliance with safety regulations throughout the renovation process. This document highlights crucial safety protocols that must be followed when existing safety systems are temporarily deactivated during construction.
    The Request for Information (RFI) pertains to the renovation project of Building 16 at the Department of Veterans Affairs located in Marion, Indiana, identified by project number 610-20-103. The RFI, submitted by JV 6 Contracting V2 LLC, specifically seeks clarification on the removal of an elevator's hydraulic system, asking whether the buried hydraulic piston assembly must be completely removed. The response confirmed that the entire hydraulic system is to be removed. This document reflects the procedural elements of government contracting, emphasizing the necessary specifications that contractors must adhere to when submitting inquiries. The communication is directed to the Contracting Officer, Christopher C. Lee, highlighting the formal processes involved in federal project requests and clarifications aimed to ensure compliance and efficiency in executing the renovation works. Overall, the document underscores the critical nature of clarifying project details to facilitate a successful construction process.
    The Request for Information (RFI) pertains to a project for the renovation of Building 16 at the Department of Veterans Affairs (VA) facility in Marion, Indiana. The RFI requests clarification regarding the availability of Asbestos and Lead Surveys associated with the project. Alliance Environmental Group conducted a comprehensive pre-renovation inspection revealing the presence of asbestos and lead-based materials, including multiple building components such as floor mastic, ceiling tiles, and lead-containing paints. The inspection data highlights identified asbestos-containing materials (ACM) and lead paint levels, which may necessitate specialized handling and abatement before renovation occurs. Additionally, the inspection cataloged hazardous materials, including ballasts and fluorescent bulbs, which require proper disposal and compliance with environmental regulations. The documentation aims to ensure all contractors are informed of potential hazards and to facilitate an efficient abatement process to maintain safety and compliance during renovations. Overall, this RFI underscores the critical need for environmental assessments in government renovations and the precautions necessary to ensure worker and public safety.
    The document is a Request for Information (RFI) regarding the renovation of Building 16 at the Department of Veterans Affairs in Marion, Indiana (Project Number: 610-20-103). It addresses questions about the existing fire protection system during construction. Specifically, a contractor inquired whether it is acceptable to proceed with the demolition of the current fire system without alternative fire alarm protection in the area. In response, the contracting officer indicated that the contractor must obtain hot work permits, provide adequate fire extinguishers, and implement Interim Life Safety Measures (ILSM) in coordination with VA safety protocols prior to project commencement. The document includes details about the RFI, project location, key personnel involved, and highlights the importance of safety compliance during renovations, underscoring the VA's commitment to maintaining safety standards in a federal construction project.
    The document is a Request for Information (RFI) related to the renovation of Building 16 at the Department of Veterans Affairs in Marion, Indiana, under project number 610-20-103. It specifically addresses queries from contractors regarding the roles of personnel in the project. The RFI seeks confirmation on whether the superintendent can simultaneously serve as both the Site Safety and Health Officer (SSHO) and Quality Control Manager (QCM). The response indicates that this dual role is permissible if the individual meets required qualifications; however, the Contracting Officer's Representative (COR) retains the authority to make changes as needed. The correspondence, dated January 8, 2025, is submitted by JV 6 Contracting V2 LLC, and emphasizes the importance of compliance with submission protocols when raising questions or requests for clarification about the project. This reflects a structured approach to managing contractor inquiries and ensures that all communications adhere to defined parameters for clarity and timely responses.
    This Request for Information (RFI) pertains to Project Number 610-20-103, which involves renovations at Building 16 of the Department of Veterans Affairs located in Marion, Indiana. The RFI is directed to Contracting Officer Christopher C. Lee and seeks clarification on the window designations specified in architectural drawings AS102.1 and AS103.1. The submitter questions whether the windows labeled W4 are appropriate, suggesting that they should instead be designated as W3 according to the information in AS701. The response confirms that the intended windows for the second and third floors are indeed designated as W3. Viridian Architectural Design, Inc. submitted the inquiry on December 24, 2024, further indicating the importance of precise details in the renovation process for compliance and project accuracy. This RFI reflects the standard protocol in federal project communication for ensuring clarity and adherence to specifications during construction processes.
    This Request for Information (RFI) details a project to renovate Building 16 at the Department of Veterans Affairs in Marion, Indiana. It includes the submission from JV 6 Contracting V2 LLC, based in Des Plaines, IL, directed to Contracting Officer Christopher C. Lee in Indianapolis, IN. The RFI specifically seeks clarification on the specifications for spray foam insulation to be used on the building's exterior masonry walls. The requirement emphasizes that contractors must include specific references when asking questions to ensure timely government responses. The response from Viridian Architectural Design, Inc., dated December 24, 2024, indicates that the spray foam insulation proposed must be acceptable to the owner. The document serves as a formal communication mechanism within the government procurement process, underscoring the importance of clarity and compliance in responding to federal RFPs.
    The document is a Request for Information (RFI) regarding the renovation of Building 16 at the Department of Veterans Affairs in Marion, IN. The inquiry, submitted by JV 6 Contracting V2 LLC, seeks clarification on the use of the building elevator for transporting materials and equipment, specifically whether it must be utilized during off-hours. The response from the contracting officer, Rachel Lundy-Vetor, confirms that the elevator can be used, albeit with limitations, and emphasizes that the contractor assumes responsibility for avoiding damage and ensuring that the elevator’s use does not disrupt patient or employee access. This RFI process underscores the necessity for precise communication between contractors and government representatives in managing construction logistics while adhering to operational requirements at federal facilities. Overall, the document highlights a step in the procurement process where contractors request specific clarifications to ensure compliance with project specifications.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z1DA--Upgrade Campus Electrical Systems. Project No. 610A4-23-101.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Campus Electrical Systems" project at the VA Northern Indiana Healthcare System in Fort Wayne, Indiana. This project involves the demolition of Building 16 and the installation of a 6,600 square foot addition to Building 1, which will house new electrical distribution equipment, including three 600 kW standby generators, automatic transfer switches, and substations. The estimated construction budget ranges from $10 million to $20 million, with a bid submission deadline set for February 12, 2025, at 10:00 AM EST. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should direct inquiries to Contract Specialist Brian Rosciszewski at Brian.Rosciszewski@va.gov.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    Z2DA--Renovate MICU/SICU 539-20-104
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under project number 539-20-104. The project entails comprehensive renovations covering approximately 11,000 square feet, including demolition, new layouts, fixtures, finishes, and the installation of a HEPA pandemic filtration system, with an estimated construction value between $5,550,000 and $7,250,000. This procurement is particularly significant as it aims to modernize critical care facilities, ensuring compliance with safety and infection control standards while maintaining operational efficiency. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by 1:00 PM EST on January 8, 2026, following a mandatory site visit scheduled for November 3, 2025. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@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.
    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.
    Z1DA--RENOVATE SHELL SPACE (658-22-104)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for Project 658-22-104, which involves the renovation of shell space at the Veterans Affairs Medical Center in Salem, Virginia. The project aims to transform existing shell space into seventeen new cubicle workstations for employees displaced due to ongoing construction activities, requiring modifications to fire alarm, sprinkler, electrical, telecommunication, and HVAC systems, as well as the installation of new interior finishes. The construction period is set for 120 calendar days from the receipt of the Notice to Proceed, and the opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Chanel Johnson at chanel.johnson@va.gov or by phone at 757-315-3934 for further details.