Y1DA--PROJECT 675-23-801, Bid-Build (BB) Improve Lake Baldwin Electrical Distribution
ID: 36C24825R0042Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    Description

    The Department of Veterans Affairs has announced the cancellation of the solicitation for Project 675-23-801, which aimed to improve the electrical distribution at Lake Baldwin. This decision, communicated through amendment 36C24825R0042 0002, indicates that the government will re-evaluate the project's scope before issuing a new solicitation in the future. The contracting office overseeing this project is located in Orlando, Florida, with Elizabeth Romero serving as the primary contact for inquiries at elizabeth.romero@va.gov or by phone at 407-399-7526. Stakeholders are encouraged to stay informed for updates regarding the re-solicitation of this project.

    Point(s) of Contact
    Elizabeth RomeroContract Specialist
    Elizabeth.Romero@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has released a presolicitation notice for Project 675-23-801, focused on improving electrical distribution at the Lake Baldwin and Lakemont Campuses in Orlando, Florida. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will require construction services including labor, materials, and equipment necessary for the work, estimated to cost between $1 million and $5 million. The solicitation, expected to be posted on April 4, 2025, will be conducted as a Request for Proposal (RFP) guided by FAR Part 15, aiming to provide the best value to the government. Contractors must be registered in the System for Award Management (SAM) and certified as SDVOSB to be eligible for award consideration. Compliance with environmental regulations and pollution prevention measures is also expected. Interested parties should contact the contracting officer, Elizabeth Romero, for further details and access to the Statement of Work (SOW) attached to the notice.
    The Department of Veterans Affairs has officially canceled the solicitation for Project 675-23-801, which intended to improve the electrical distribution at Lake Baldwin. The solicitation, identified by number 36C24825R0042, will be resolicited at a future date, as noted in the attached amendment (36C24825R0042 0002). The contracting office responsible for this project is located in Orlando, Florida, with Elizabeth Romero serving as the Contracting Officer for inquiries. This cancellation indicates that the government is re-evaluating the project's scope or approach before reopening bidding opportunities. Stakeholders are advised to stay attuned for updates on future solicitations related to this project.
    The document details the amendment of solicitation number 36C24825R0042 for the Bid-Build project aimed at improving the electrical distribution at Lake Baldwin, managed by the Department of Veterans Affairs. This amendment responds to various Requests for Information (RFIs) and outlines clarifications regarding project specifics, timelines, materials, and contractor responsibilities. Key topics addressed include the project’s period of performance set at 270 calendar days, responses to material procurement concerns due to potential tariffs, and requirements for replacing existing electrical infrastructure, including power poles and automatic transfer switches. The document specifies guidelines around work hours, safety requirements, and obligations for contractors regarding subcontractor supervision and coordination with VA protocols. Contractors must submit proposals adhering to the VA's standards while ensuring compliance with federal safety and design regulations. The amendment emphasizes necessity in acknowledging receipt and adherence to these stipulations by the proposed due date of April 23, 2025, at 1:00 PM EST. This RFP embodies the government's commitment to enhancing infrastructure while ensuring operational efficiency and safety in ongoing healthcare facilities.
    The document pertains to an amendment for a solicitation related to the "Bid-Build (BB) Improve Lake Baldwin Electrical" project, numbered 675-23-801, administered by the Department of Veterans Affairs, specifically the Network Contracting Office 8 in Orlando, Florida. The key purpose of the amendment is the complete cancellation of the original solicitation, indicating that a new solicitation will be released in the future. All offerors are required to acknowledge receipt of this amendment to confirm their awareness of the changes. The contracting officer responsible for this amendment is Elizabeth Romero. This modification reflects standard procedures in federal procurement, ensuring all parties are informed of significant alterations to solicitations or contracts.
    The document outlines specifications for electrical upgrades at the Lake Baldwin VA Clinic. It includes detailed descriptions of various electrical components such as outlets, receptacles, and lighting fixtures, and their required installation specifications. Key points emphasize outlet placement, wiring conductor specifications, and compliance with safety codes, including GFCI specifications for wet areas. The document serves as a guide for contractors tasked with the implementation of the electrical system, stressing the importance of coordination with architectural plans and other trades. It mandates adherence to National Electrical Code and local codes, detailing requirements for power distribution, testing, and inspections related to electrical systems. Overall, this electrical upgrade project aims to enhance operational efficiency and safety at the clinic, reflecting the federal government's ongoing commitment to improve healthcare facilities.
    The Orlando VA Healthcare System is initiating the "Improve Lake Baldwin Electrical Distribution" project aimed at enhancing the electrical infrastructure at its Lake Baldwin and Lakemont campuses in Orlando, FL. This construction project involves vital upgrades to address identified electrical deficiencies through a series of targeted replacements and corrections of existing systems, including switchboards, transformers, and automatic transfer switches (ATS). It requires comprehensive services from a contractor to furnish labor, materials, and supervision per detailed specifications. Key tasks include replacing the tie-breaker in specific switchboards, adding disconnecting means for utility feeders, relocating overhead power lines to underground facilities, and ensuring the provision of emergency generator-backed power to specific buildings. The project requires careful scheduling to prevent disruption of healthcare services, compliance with safety regulations, and adherence to the National Fire Protection Association codes. The contractor must execute a construction risk assessment and maintain stringent safety standards throughout the duration of the project, scheduled for completion within 270 days. Given its nature, this document serves as a Request for Proposal (RFP), showcasing the government’s commitment to improving critical infrastructure while ensuring patient safety and operational continuity.
    The Experience Information Sheet is a structured document used by contractors responding to government Requests for Proposals (RFPs) or grants. It requires detailed information about the contractor's past project experience to evaluate relevancy and reliability. Key sections include contractor details (name, address, and contact information), project identification (title and award date), the nature of work performed (prime contractor, subcontractor, etc.), and the percentage of work completed by the contractor. The sheet also asks for descriptions of the project scope, specific roles and responsibilities, challenges faced, solutions implemented, and any contract completion issues. Furthermore, it requires information on contract pricing, including original and final amounts, along with any modifications and reasons for discrepancies. This document ultimately serves to assess a contractor's qualifications, project management capabilities, and history in fulfilling similar government contracts, thereby aiding in the selection process for future projects. Maintaining clarity and coherence throughout the document is essential for effective evaluations.
    The document outlines the certification requirements for contractors regarding limitations on subcontracting as per the Veterans Affairs Acquisition Regulation (VAAR) 852.219-75. Contractors must certify compliance when participating in bids for service and construction contracts, specifically adhering to limits on subcontracting to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). The document defines percentage thresholds for allowing subcontracting based on contract type: 50% for services, 85% for general construction, and 75% for special trade contractors. It also emphasizes the importance of accurate certification to avoid penalties, including potential criminal charges for false certifications. Contractors must be prepared to provide documentation to demonstrate compliance throughout the contract duration, and failure to comply may lead to actions by the VA, including fines or referral to debarment committees. Additionally, completing the certification form is mandatory for bid eligibility. This regulation aims to ensure SDVOSBs and VOSBs are prioritized in government contracting, aligning with federal laws to support veteran participation in the entrepreneurial sector.
    The provided file outlines the Contractor’s Past Performance Questionnaire, a key element in assessing an Offeror's qualifications for a Department of Veterans Affairs (VA) contract requirement. Contractors are instructed to fill out the questionnaire and send it to previous clients for evaluation, focusing on their past performance, experience, and technical capabilities. Clients must assess the contractor’s performance on a scale from 1 to 5 across several criteria, including management effectiveness, quality control, problem resolution, adherence to regulations, and overall performance. The questionnaire seeks feedback on the contractor's reliability, cooperation, and response to warranty issues, culminating in a recommendation for future contracts. The narrative section encourages detailed explanations for any ratings of 3 or below. This process is critical for the VA to ensure that contractors possess the necessary qualifications and consistently deliver quality services in a timely and cost-effective manner. Overall, the document illustrates a structured approach to evaluating contractor performance as part of the federal procurement process.
    The document outlines a Base Offer Cost Breakdown for a government construction project, detailing various divisions where costs are assessed. Each division corresponds to specific categories, such as General Requirements, Concrete, Masonry, and additional specialized areas like HVAC and Electrical. For each category, labor and material costs are to be listed, leading to a total cost per division. The document emphasizes the importance of detailed pricing rather than lump-sum offers, facilitating effective government price analysis. It also mentions overhead, profit, and bond percentages, though these are currently set at zero in the provided template. The final section summarizes the total base offer cost, requiring offerors to supply a comprehensive breakdown for clarity and transparency. This structure supports government agencies in evaluating RFP submissions, ensuring that bids are competitive and aligned with project budget expectations while facilitating accountability in cost management. The document serves as a standardized framework for submission, reflecting regulatory compliance within federal and state project funding initiatives.
    The Department of Veterans Affairs proposes to improve the electrical distribution at the Lake Baldwin and Lakemont VA campuses in Orlando, FL, through comprehensive upgrades aimed at rectifying electrical deficiencies. This project focuses on repairs, relocations, and replacements of essential electrical infrastructure, including tie breakers, transformers, automatic transfer switches (ATS), and generators to enhance reliability and safety. Key improvements at Lake Baldwin include replacing problematic tie breakers, upgrading transformers, and incorporating emergency generator-backed power for critical buildings. At Lakemont, an ATS will be relocated to a covered area for better protection from environmental hazards. The design will comply with various established building codes and the National Electric Code to ensure safety. The structural aspects involve extending and adding concrete pads for new equipment and modifying site conditions to support the electrical upgrades. Overall, this project reflects the VA's commitment to providing reliable power infrastructure to enhance operational efficiency and safety for the facilities' occupants.
    The document outlines the project titled "Improve Lake Baldwin Electrical Distribution" at the Lake Baldwin and Lakemont VA Medical Centers in Orlando, Florida. The scope of work involves addressing electrical deficiencies by repairing, relocating, replacing, and correcting various electrical equipment. The project includes architectural, civil, structural, and electrical work, with a focus on safety and compliance with VA standards and local building codes. Key plans detail the contractor's responsibilities, such as protecting existing utilities, coordinating construction phases to maintain traffic flow, and ensuring all work complies with applicable safety directives. The contractor must also verify existing conditions against planned documentation, report discrepancies, and obtain prior approval for changes. The project emphasizes risk mitigation, adherence to safety protocols, and efficient access management during construction. Overall, the document supports the federal goal of modernizing healthcare facilities while ensuring uninterrupted service at the medical centers. The detailed plans and guidelines aim to enhance facility electrical infrastructure and promote safety and efficiency during the improvement processes.
    The Department of Veterans Affairs is seeking contractors for the “Improve Lake Baldwin Electrical Distribution” project at the Lake Baldwin Outpatient Clinic in Orlando, Florida. The contract entails comprehensive preparation of the site, including demolition, structural, electrical, and other required construction work. Safety and security measures are paramount, with strict requirements for access to the site and procedures for employee identification and materials handling. The project will involve multiple divisions, including general requirements, electrical installations, concrete work, and finishes, all adhering to VA standards and specifications. Contractors must develop work plans to minimize disruptions to the Medical Center's operations, ensuring services remain uninterrupted. They are responsible for utility services, compliance with environmental regulations, and the management of any hazardous materials during construction. Coordination with medical staff, installation schedules, and maintaining a safe environment for patients and personnel are fundamental aspects of executing the project. Overall, the initiative highlights the VA’s commitment to updating facilities while ensuring compliance with safety standards and operational integrity.
    The Department of Veterans Affairs seeks to improve the electrical distribution at the Lake Baldwin campus in Orlando through the implementation of generator-backed power systems. A comprehensive analysis evaluated existing electrical infrastructure, highlighting a current medium voltage distribution system of 12,470 volts with emergency systems powered by three generators. Addressing the need for enhanced emergency power during peak demand, four potential solutions were presented, ultimately selecting a cost-effective approach that entails minimal disruption and construction. The proposed solution focuses on replacing outdated switchgear while maintaining the integrity of the existing medium voltage system. Key improvements include a new 600A medium voltage switch and a 2,500 kVA transformer, ensuring future capacity for expansion. Preservation of the current infrastructure is prioritized, although integration with existing systems during implementation may pose challenges. Notably, the proposed solution does not resolve issues related to state-owned buildings currently fed by the VA system. The project is designed to prioritize continuous power supply, limiting outages throughout the campus as upgrades are executed.
    The document outlines engineering calculations and design considerations for a structural project titled "VA - Orlando," managed by Simply Structural, Inc. It details the allowable bearing pressure of soil, wind load specifications, and requirements for constructing a caisson for a canopy column. The structural design adheres to the International Building Code (IBC) and American Society of Civil Engineers (ASCE) standards, emphasizing necessary safety protocols in wind resistance and soil pressure conditions. These calculations include wind zone specifications, roof pressures, and footing requirements to ensure structural integrity. The document asserts that all design documents remain the property of Simply Structural and cannot be utilized for other projects without written consent and appropriate compensation. Overall, this file is part of a bid preparation for a federal project, emphasizing compliance with engineering standards and focusing on structural resilience.
    The document outlines the procedures for submitting a Contract Progress Schedule as part of government contracting. It specifies requirements including the contractor's information, contract details such as the starting and completion dates, and a detailed breakdown of work elements. Contractors must list major work components, indicating their percentage of total work and planned progress over the contract timeline. If modifications to the contract occur, an updated schedule must be submitted for approval. The schedule is integral for tracking project progress and facilitating partial payments. Regular progress reports are also mandated to ensure proper contract administration. The overall aim is to maintain transparency and accountability in government contracts, ensuring work is completed as scheduled and deviations are promptly communicated to the Procurement Officer.
    The EMR Form is a pre-award contractor evaluation document required for bidders or offerors submitting proposals for government projects. It collects essential safety and health information, including a company's OSHA 300 forms detailing workplace injuries and safety violations over recent years. Contractors must provide data on man hours, cases involving time away from work, and the DART rate. Additionally, the form requires the submission of the company's North American Industrial Classification System (NAICS) code, the administrator of its safety program, and the Experience Modification Rate (EMR) for the past three years, noting that an EMR above 1.0 disqualifies the contractor. The aim is to evaluate the responsible management of safety and health regulations before awarding contracts, ensuring compliance with federal and state safety standards. Proper completion of this form is critical for demonstrating a contractor's qualifications and commitment to workplace safety.
    Eaton's Cooper Power series offers innovative three-phase pad-mounted compartmental type transformers, emphasizing quality and reliability through ISO 9001 compliance. With capacities from 45 kVA to 12 MVA and voltages up to 46 kV, these transformers are available using mineral oil or Envirotemp™ FR3™ fluid, a biodegradable option with enhanced fire safety. Standard features include Delta-Wye and Wye-Wye configurations, bolted or welded tanks, and high-quality insulation. Eaton emphasizes seamless manufacturing in the U.S. and extensive testing to meet ANSI and IEEE standards. Special designs cater to renewable energy applications, such as solar and wind power, along with data center solutions that focus on reliability and energy efficiency. The transformers are designed for optimal performance under various conditions and can be customized to specific needs, including K-factor ratings for harmonic loads. Furthermore, Eaton's commitment to sustainability and safety standards facilitates compliance with national electrical codes. This document serves as a resource for government RFPs and grants, showcasing Eaton’s offerings that enhance electrical infrastructure while meeting rigorous safety and environmental regulations.
    Eaton's Cooper Power™ series introduces a four-position sectionalizing loadbreak switch designed for transformer oil or alternative approved fluids. These switches conform to IEEE® and IEC standards and are suitable for both single- and three-phase systems, efficiently managing underground and commercial applications by allowing alternative power sourcing. The design minimizes cable capacitance to significantly reduce the risk of ferroresonance. The switches feature a 360˚ operational mechanism enabling easy source selection, with a Make-Before-Break (MBB) option that enhances reliability during switching by eliminating momentary interruptions. Key specifications include current ratings from 200 A to 630 A and voltage ratings from 15 kV to 38 kV. The switches are rigorously tested, boasting a mechanical life of 5,000 operations, and can be installed horizontally or vertically with corrosion-resistant materials for durability. The document serves as a comprehensive catalog for potential federal and state procurement processes, outlining detailed technical specifications and installation instructions, reaffirming its suitability for government grant applications focused on infrastructure modernization in utility services.
    The document outlines critical details regarding the preferred location for an unspecified project, as indicated in associated drawings and remarks from a site walk. It emphasizes the importance of the designated area (ATS) for project execution. The mention of a "site walk" suggests an on-ground assessment that may have influenced the selection of this location. The overall context implies a government-related initiative seeking to establish a suitable site for development or fulfillment of specific federal or local requirements. The primary focus appears to be determining an optimal location that aligns with project goals and governance standards.
    The document outlines the solicitation for construction services related to the "Improve Lake Baldwin Electrical Distribution" project at the Orlando VA Healthcare System's campuses. It includes a description of the project, which aims to rectify electrical deficiencies identified during assessments. The construction work, worth between $5 million and $10 million, is intended for contracts specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must adhere to various requirements, including registration in federal databases and completing the necessary proposals by set deadlines. The document emphasizes compliance with regulations, safety protocols, and certain performance metrics, with a project completion timeline set at 270 days from contract award. Specific tasks involve replacing transformers, improving electrical systems, and ensuring installations meet safety standards and regulations. Critical phases include contractor coordination with hospital functions to minimize disruptions, highlighting the project's urgency to enhance electrical reliability for healthcare operations while maintaining safety and compliance. The overall goal is to ensure upgraded electrical infrastructure to better serve the VA medical facilities.
    Similar Opportunities
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for Project 648-20-116, which aims to correct electrical deficiencies at the Vancouver VA Medical Center. This project involves replacing, modifying, or upgrading existing electrical power distribution equipment in accordance with a Wiley-Wilson arc-flash report, and includes conducting a facility-wide arc-flash hazard risk assessment upon completion. The work is critical for ensuring the safety and operational efficiency of the medical facility's electrical infrastructure. The solicitation is set to be posted around December 2025, with an estimated contract value between $5,000,000 and $10,000,000, and is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested contractors can contact Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341 for further information.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for a significant construction project at the Malcom Randall VA Medical Center in Gainesville, Florida, aimed at replacing deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24. This project, designated as 573-21-705, involves comprehensive site preparation, demolition, and installation of new HVAC systems to enhance operational efficiency and reliability within the medical facility. The estimated value of the contract ranges between $50 million and $100 million, with a performance period of approximately 1,095 calendar days following the notice to proceed. Interested contractors should note that the Request for Proposal (RFP) is expected to be posted on or around January 2, 2026, and all inquiries must be directed to Amber C. Milton via email at Amber.Milton@va.gov.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a Design-Build (DB) contract to install a 1.5T MRI Integrated Care Center (ICC) at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. The project, identified as Project Number 673-CSI-132, requires comprehensive design and construction services, including site investigation, architectural modifications, and installation of a new Siemens 1.5T MRI system, with a total performance period of 740 days. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $2,000,000 and $5,000,000. Interested parties must submit their Phase I quotes by January 6, 2026, and can direct inquiries to Contracting Specialist David Hernandez at DAVID.HERNANDEZ1@VA.GOV or by phone at 813-893-3904.
    Renovate Interventional Radiology Suites (Construction Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to renovate the Interventional Radiology Suites at the Malcom Randall VA Medical Center in Gainesville, Florida. This project involves the renovation of approximately 5,442 square feet to accommodate new interventional radiology equipment, including tasks such as demolition, site preparation, architectural finishes, and mechanical and electrical work. The renovation is critical for enhancing medical services provided to veterans, ensuring that the facility meets modern healthcare standards. Interested firms, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must be registered in SAM.gov and submit proposals by the closing date of December 22, 2025. For further inquiries, contact Adriana N. Gamm at adriana.gamm@va.gov.
    J061--AMENDMENT 0001 TO CLARIFY RFQ DUE DATE ELECTRICAL BPA WASHINGTON DC VAMC 36C24526Q0114
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting Blanket Purchase Agreements (BPAs) for electrical maintenance, repair, replacement, and demolition services at the Washington DC VA Medical Center and its community-based clinics. This procurement aims to establish a 5-year multiple award BPA, valued at under $5,000,000, covering low and medium voltage electrical systems, including emergency repairs with a required 2-hour response time. The selected contractors must hold current electrical and business licenses in Washington D.C., and all work must comply with VA regulations, including wage determinations and staffing requirements. Quotes are due by January 5, 2026, at 10:00 AM EST, and interested parties should direct inquiries to Contracting Officer Bill Pratt at Billie.Pratt@va.gov or call 410-641-2411.
    Y1DA--589-707 Construct Addition and Renovate Bldg. 3 for Pharmacy and Associated ADA Parking Minor Construction - Wichita
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has announced the cancellation of Invitation for Bid (IFB) 36C77625B0034 for the project titled "Construct Addition and Renovate Bldg. 3 for Pharmacy and Associated ADA Parking Minor Construction" at the Wichita VA Medical Center. This decision was made due to budget funding constraints, as the lowest responsive bid exceeded the statutory minor construction limit, which prevented an award from being made. The VHA Procurement Contracting Activity Central (PCAC) will not oversee any future re-procurement of this project; instead, the procurement strategy will be determined by VHA PCAC in conjunction with VISN 15. For further inquiries, interested parties may contact Contract Specialist Samuel Cornwell at Samuel.Cornwell@va.gov or by phone at 216-447-8321.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.