Z2DA--523A4-CSI-401 Cath Lab Site Prep
ID: 36C24125R0074Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due May 14, 2025, 8:00 PM UTC
Description

The Department of Veterans Affairs is soliciting proposals for the project titled "523A4-CSI-401 Cath Lab Site Prep" at the VA Medical Center in West Roxbury, Massachusetts. The procurement aims to engage a Design-Build Contractor to provide comprehensive architectural, engineering, and construction services, ensuring compliance with updated safety and infection control standards while preparing the site for a new Cath Lab. This project is critical for enhancing healthcare infrastructure for veterans, involving tasks such as demolition, utility upgrades, and adherence to strict safety protocols throughout the construction process. Interested contractors should contact Heather M Libiszewski-Gallien at heather.libiszewski-gallien@va.gov for further details, and proposals must be submitted electronically following the specified guidelines, with a total project completion timeline of 310 calendar days post-notice to proceed.

Point(s) of Contact
Heather M Libiszewski-GallienContracting Officer
heather.libiszewski-gallien@va.gov
Files
Title
Posted
Mar 31, 2025, 6:05 PM UTC
The Department of Veterans Affairs (VA) is announcing a presolicitation notice for a project titled "523A4-CSI-401 Cath Lab Site Prep" at the Boston VA Medical Center in West Roxbury, MA. This competitive solicitation, designated by procurement number 36C24125R0074, seeks a Design-Build Contractor to undertake site preparation for new equipment installation in the Cath Lab. The project scope includes construction of utility services, room renovations, and installation of finishes, totaling an estimated value between $1,000,000 and $2,000,000. It is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must register in the System for Award Management (SAM) and be verified by the SBA Veteran Small Business Certification (VetCert). The Request for Proposal (RFP) is anticipated to be posted around April 15, 2025, with a total performance period of 310 days post-notice to proceed. This initiative reflects the VA's commitment to enhancing medical facility capabilities for veterans while adhering to federal procurement guidelines.
Apr 11, 2025, 5:09 PM UTC
The document is an access point location listing for the VA Medical Center in West Roxbury, dated November 22, 2010. It systematically outlines access points across various buildings and floors, specifying designated areas labeled as AP (Access Point) within each building. Notably, Building 1 contains six floors with a total of 48 access points across all levels, while additional buildings like Building 2 and Building 3 follow a similar structured approach, listing access points by floor. The information serves as a reference for navigating the complex and is essential for staff, veterans, and visitors who require guidance on accessing different facilities. This listing supports the Department of Veterans Affairs' commitment to providing clear, organized information that facilitates accessibility within their medical centers.
Apr 11, 2025, 5:09 PM UTC
The document outlines the Philips equipment requirements for the installation of the Azurion 7 C20 system, emphasizing essential specifications for temperature, humidity, electrical, and structural conditions necessary for compliance and functionality. It details the necessary site readiness checklist, which includes structural support, electrical requirements, and safety measures, ensuring that all installations align with Philips' standards and local regulations. The document categorically states that it is not intended to serve as architectural drawings but provides a comprehensive guide for architects and contractors to facilitate the proper preparation and installation of the medical equipment. Key tasks and milestones for project completion are highlighted, spanning planning, installation, inspections, and project handover. The guidance underscores the critical nature of pre-installation site conditions and stresses the importance of collaboration among multidisciplinary teams to achieve compliance with safety protocols and operational efficiency. It aims to provide clear benchmarks for clients and contractors in preparation for the delivery and installation of complex healthcare technologies.
Apr 11, 2025, 5:09 PM UTC
The document is an AutoCAD file detailing a drawing identified as Drawing 1-5-WR, produced on October 24, 2012. It indicates a design scale of 1/16" = 1'-0" and is labeled as Drawing 9 of 25 related to a building project denoted by "BLDG. NO." Although specific details about the building's design or purpose are not provided, the file suggests it plays a role in construction planning or architectural design within the context of federal or state projects. The inclusion of engineering drawings hints at its relevance to RFPs (Requests for Proposals) and federal grants concerning construction or infrastructure development, underscoring the emphasis on adherence to standards and facilitating necessary project approvals. The document appears to be part of a larger suite of plans necessary for compliance with government regulations and project execution.
Apr 11, 2025, 5:09 PM UTC
The document details a product listing for a 6-pin LFIC core, specifically the Corbin/Ruswin model 8144-25-1006PK2, with a finish code of 26D. It notes that the item is made in the USA and comes in a quantity of ten. The document includes a reference to a specific QR code and a date of April 28, 2017.
Apr 11, 2025, 5:09 PM UTC
The West Roxbury VAMC project involves comprehensive upgrades to align with VA standards. It focuses on the meticulous design and integration of architectural, energy-efficient, and safety specifications within new constructions and renovations. Key design directives emphasize maintaining architectural coherence with existing structures, verifying compliance with ASHRAE standards for energy efficiency, and ensuring accurate coordination through master lists and spreadsheets for furnishings and equipment. The document outlines critical requirements for design submissions, including energy-efficient fixtures, mechanical systems integration with the existing TRANE Building Automation System, and adherence to health and safety regulations during construction. It also specifies that contractors must manage their own testing and monitoring for hazardous materials, ensuring compliance with safety protocols during confined space entries and environmental protection measures. Additionally, the protocol mandates photographic documentation throughout construction to track progress and validate compliance with specification requirements. Overall, the document serves as a guiding resource for contractors, architects, and engineers to ensure that all facets of the project adhere to strict standards, promoting efficiency, safety, and seamless integration into the existing VA healthcare framework. This reflects the government’s commitment to enhancing healthcare infrastructure while prioritizing environmental and operational sustainability.
Apr 11, 2025, 5:09 PM UTC
The document outlines the features and capabilities of Velocity, a management software designed for access control and security operations. Velocity allows seamless integration for door control, alarm monitoring, credential enrollment, photo badging, video, and dynamic graphics, making it suitable for various scales, from single-door applications to enterprise-level installations. Key features include interoperability, strong encryption options, multi-monitor support, diagnostic tools, a customizable user interface, and a robust administrative framework. The Enrollment Manager is particularly noteworthy, allowing the management of personnel and credentials with extensive customization of user-defined fields. The system supports multiple credential types and technologies, ensuring flexibility in security applications. Velocity's alarm monitoring and reporting functionalities provide real-time data management, with numerous predefined reports and customizable parameters. The software can manage a variety of communication interfaces and integrates with CCTV systems, enhancing security operations. This document appears to target government entities seeking advanced security solutions and may serve as a response to requests for proposals (RFPs) or grants related to security system enhancements, demonstrating Velocity's compliance with regulations such as FIPS 201.
Apr 11, 2025, 5:09 PM UTC
The document outlines technical specifications and requirements for the VELOCITY software, particularly version 3.1, which includes hardware and software prerequisites for installation on Windows operating systems. Key components and features of VELOCITY are detailed, including various user management and surveillance tools such as Event Viewer, Alarm Viewer, and Photo ID Badging. The software supports extensive customization options, such as language translations and alarm response instructions, to meet diverse security needs. Additionally, the document describes the integration of various hardware components, including DIGI*TRAC controllers and SCRAMBLE*NET systems for access control and security management. It emphasizes the necessity of adhering to specific wiring standards and includes detailed mounting options for installation of hardware. Overall, the content is structured to assist government agencies or contractors in implementing advanced security solutions, aligning with the needs outlined in federal or state RFPs and grants focusing on public safety and infrastructure modernization.
Apr 11, 2025, 5:09 PM UTC
The document outlines various lock components and their corresponding model numbers along with price designations in NZD. It includes entries for entry levers, store room locks, passage locks, privacy locks, mortise locks, and escutcheon trim, categorized by different models. Notably, models with the prefix CL and ML indicate distinct lock types, each priced at NZD 626, while the NSA model designation appears frequently.
Apr 11, 2025, 5:09 PM UTC
The document is a Past Performance Questionnaire intended for evaluating contractors involved in federal and local projects. It collects essential information about the contractor, including their name, role, contract details, performance period, and financial figures. The questionnaire also seeks qualitative assessments across various evaluation factors, such as quality of work, personnel, cost control, customer satisfaction, timeliness, and business relations. Each factor is rated using a defined scale from Unsatisfactory to Exceptional, with specific guidelines for justifying ratings. Comments from evaluators are mandatory to provide context and rationale for each rating. This structured approach aims to ensure an organized and thorough assessment of contractors' past performance, which is vital for future procurement decisions in government RFPs and grants. This emphasis on documented performance ratings reflects a commitment to accountability and effectiveness in public contracting.
Apr 11, 2025, 5:09 PM UTC
The document provides guidance for completing the Massachusetts Historical Commission's Project Notification Form (PNF) under 950 CMR 71.00. It outlines the necessity of clear and legible submission, specifying that each project must be submitted with its own form to facilitate review. It emphasizes providing detailed project descriptions, including funding sources, licensing, and permitting requirements. Key components of the application include including accurate project addresses and contact information, submitting photographs of the project site, and providing a pertinent U.S.G.S. map. The boundaries of the project area must be clearly defined, avoiding vague markings. This guidance aims to ensure compliance with Massachusetts General Laws concerning historical projects and facilitates a thorough review process by the MHC. By adhering to these instructions, applicants can enhance the likelihood of smooth processing and approval of their project notifications.
Apr 11, 2025, 5:09 PM UTC
The Statement of Work outlines the requirements for the site preparation of a new Cath Lab at the VA Medical Center in West Roxbury. The Design-Build Contractor will provide architectural, engineering, and construction services, ensuring adherence to updated safety and infection control standards. The scope of the project includes removing existing structures and upgrading utility services necessary for the installation of an image-guided therapy system. Prior to construction, the contractor must submit detailed plans for approval, including coordination with the VA’s existing safety systems. Key tasks involve structural surveys, mechanical and electrical assessments, and rigorous clean-up procedures to maintain operational integrity of the facility during renovations. Compliance with the National Fire Protection Association and local codes is mandatory, alongside maintaining utility services. The contractor is also responsible for environmental protection measures and must prepare comprehensive documentation throughout the project phases, emphasizing the importance of accuracy and clarity. The project aims for a total completion of 310 calendar days post-notice to proceed, highlighting the VA's commitment to enhancing its medical infrastructure for veteran care while ensuring minimal disruption to existing services.
The Request for Proposal (RFP) details the scope and requirements for the Design-Build contract to prepare the Cath Lab site at the West Roxbury Division of the Veterans Health Administration (VHA) Boston Healthcare System. The primary objective is to provide comprehensive services that include design and construction, ensuring all labor and materials meet infection control standards. Key tasks include demolition, electrical and HVAC upgrades, and site restoration. The document outlines submission requirements, responsibility definitions, selection criteria, and the two-phase evaluation process. Offers will be evaluated based on relevant experience, technical approach, and past performance. A mandatory pre-proposal site visit and adherence to strict safety and security protocols, including obtaining necessary permits, are emphasized. The RFP specifies that all proposal submissions be electronic and includes precise formatting guidelines, page count limits, and sections dedicated to technical and price proposals. The focus on quality control and coordination with VA representatives underlines the project's importance in enhancing healthcare infrastructure. This initiative reflects the government's commitment to improving healthcare facilities while ensuring compliance with regulatory standards for safety and construction practices.
Apr 11, 2025, 5:09 PM UTC
The Department of Veterans Affairs (VA) is requesting a single-source procurement for the project 523A4-CSI-401 Cath Lab Site Prep at the VA Medical Center West Roxbury, MA. The justification for this procurement above the micro-purchase threshold is based on the necessity of using specific proprietary products to maintain standardization and compatibility with existing systems at the facility. Key items specified include Corbin Russwin door hardware, Kaba Peaks lock cylinders, TRANE Direct Digital Control HVAC components, and a General Electric/EST-3 fire alarm system. Each of these components is determined to be essential due to compatibility with already installed systems, established maintenance contracts, and compliance with industry standards. The procurement will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), ensuring that the process remains competitive while adhering to necessary regulations and maintaining existing warranties. Market research is the contractor's responsibility as they determine how to procure these brand-name items. This document underscores the VA's commitment to efficient, safe, and compliant facility upgrades while supporting veteran-owned businesses.
Apr 11, 2025, 5:09 PM UTC
The "1006CDB Complete Pac" refers to a comprehensive package, likely involving a set of products or services. Specific details about the contents, purpose, or target audience are not provided. Further information is needed to fully understand its context and applications.
Apr 11, 2025, 5:09 PM UTC
The document details the General Decision Number MA20250001, effective April 4, 2025, regarding wage determinations for building construction projects in specific counties of Massachusetts. It outlines compliance with the Davis-Bacon Act and the applicable minimum wage rates under Executive Orders 14026 and 13658 for contracts initiated on or after specified dates. Contractors are obligated to pay workers according to the prescribed wage rates for various classifications, including specialized trades like insulation, plumbing, and electrical work, along with corresponding fringe benefits. The wage determination lists various labor classifications, each with specific wage rates that vary by region and type of work. It includes provisions for worker protections, paid sick leave requirements under Executive Order 13706, and a process for appealing wage determination decisions. This information is essential for compliance in federal and state contracts, ensuring fair compensation for labor in government-funded construction projects. The document serves as a regulatory framework aiming to uphold labor standards and worker rights within the construction industry.
Apr 11, 2025, 5:09 PM UTC
The VHA Pre-Construction Risk Assessment (PCRA) framework provides guidelines for evaluating safety risks associated with construction, renovation, and maintenance activities in healthcare facilities. It highlights the need for identifying activity types and necessary safety precautions to minimize impacts on patients, employees, and contractors. The document emphasizes the importance of using detailed project plans, conducting thorough safety and hazard analyses, and maintaining ongoing communication with affected areas throughout the project lifecycle. It categorizes activities into three types—Inspection/Upkeep, Small-Scale, and Large-Scale—each requiring increasingly stringent control measures. Additional considerations include coordinating with adjacent operational areas to mitigate disruptions. The PCRA serves as a companion to the Infection Control Risk Assessment (ICRA), focusing primarily on non-infection-related safety measures. The document mandates that all risks and hazard control plans are documented, tracked, and communicated effectively, ensuring a safe work environment during healthcare infrastructure improvements. This structured approach underscores the VHA's commitment to safeguarding health and safety standards in its facilities during construction activities.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Y1DA--VISN 1 Construction MATOC
Buyer not available
The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for construction services within the New England Healthcare System, specifically for the expansion of the Emergency Department at the West Roxbury VA Medical Center. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a maximum collective value of $1 billion over a five-year ordering period, focusing on various construction services including renovations and infrastructure improvements. The project is critical for enhancing healthcare capabilities for veterans, ensuring compliance with stringent safety protocols, and maintaining operational integrity during construction. Interested contractors must submit their proposals, including past performance data and price schedules, by the specified deadlines, with the seed project estimated to cost between $2 million and $5 million. For further inquiries, potential bidders can contact Jacquelyn Wise at jacquelyn.wise@va.gov.
523A5-10-316 Upgrade VISN 1 Laundry Building 45
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the upgrade of the VISN 1 Laundry Building 45 at the Brockton Medical Center in Massachusetts. The project involves extensive renovations, including the demolition and reconstruction of mechanical, electrical, and plumbing systems, with a focus on compliance with federal, state, and local building codes. This upgrade is crucial for restoring operational capacity to the laundry facility, which has been non-functional since 2016 due to structural issues, thereby enhancing the overall healthcare infrastructure for veterans. Interested contractors must submit their proposals electronically by June 20, 2025, with a performance period of 420 calendar days following the Notice to Proceed. For further inquiries, contact Alexis C. Duda at Alexis.Duda@va.gov.
Z2DA--VA Central Western Massachusetts Healthcare System (HCS) – Single Award Task Order Contracts (SATOC)
Buyer not available
The Department of Veterans Affairs is soliciting proposals for a Single Award Task Order Contract (SATOC) to provide general construction services for the VA Central Western Massachusetts Healthcare System, specifically at the VA Medical Center in Leeds, Massachusetts. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to facilitate maintenance, alterations, and repairs across various facilities, with task orders ranging from $2,000 to $500,000 and a total ceiling value of $7 million over five years. This initiative is crucial for ensuring the operational efficiency and safety of healthcare facilities serving veterans, emphasizing compliance with safety standards, quality control, and environmental regulations throughout the construction process. Interested contractors must submit their proposals electronically by the specified deadline, and for further inquiries, they can contact Chelsea Rodrigue at chelsea.rodrigue@va.gov or by phone at 413-584-4040.
Z2DA--Construct New Hybrid Operating Room
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the construction of a new Hybrid Operating Room at the VA Caribbean Healthcare System in San Juan, Puerto Rico. This project involves the renovation of approximately 2,000 square feet, including upgrades to electrical, plumbing, and HVAC systems, while ensuring minimal disruption to hospital operations and compliance with stringent safety and health standards. The initiative underscores the VA's commitment to enhancing healthcare infrastructure for veterans, with a focus on modernizing facilities to better serve their needs. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals, demonstrating technical expertise and past performance, by the specified deadlines. For further inquiries, contact Ana G Alvarado at ana.alvarado@va.gov.
Y1DA--650-345 Expand/Renovate Space for New MRI
Buyer not available
The Department of Veterans Affairs (VA) is preparing to solicit proposals for a project aimed at expanding and renovating the Magnetic Resonance Imaging (MRI) Laboratory suite at the Providence VA Medical Center in Rhode Island. The procurement involves a firm-fixed-price contract for comprehensive site preparation, demolition, and construction of new MRI Labs totaling 15,293 square feet, along with the renovation of an existing waiting area of 1,885 square feet, incorporating various construction elements such as HVAC, electrical, plumbing, and fire systems. This project is significant for enhancing medical imaging capabilities for veterans and will be conducted as a total Small Business Set-Aside, with an estimated construction cost between $20 million and $50 million. The solicitation is expected to be released in early May 2025, and interested contractors should direct inquiries to Contracting Officer Gabriel D. Escarciga via email at gabriel.escarciga@va.gov.
Z2DA--589A7-23-314 Prepare Site for Gamma Camera, WI
Buyer not available
The Department of Veterans Affairs is soliciting proposals for a construction project titled "Prepare Site for Gamma Camera" at the Robert J. Dole VA Medical Center in Wichita, Kansas. This project involves comprehensive site preparation, including demolition, construction, and installation of a GE NM/CT 850 gamma camera, while ensuring minimal disruption to ongoing medical services. The initiative underscores the VA's commitment to enhancing healthcare facilities and patient safety, with an estimated budget between $500,000 and $1,000,000 and a project completion timeline of 190 days. Interested contractors must submit proposals by May 23, 2025, and are encouraged to contact Contracting Specialist James J. Petrik at james.petrik@va.gov for further details.
Z1DA--VISN 20 General Construction MATOC Replacement Construction Services
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the Z1DA--VISN 20 General Construction MATOC Replacement Construction Services project, which involves the renovation of Building 20 at the Vancouver Veterans Affairs Medical Center to consolidate dental services. The project requires extensive construction work, including the creation of dental treatment rooms and supporting spaces, while ensuring minimal disruption to ongoing medical operations. This initiative is part of a broader effort to modernize healthcare facilities for veterans, emphasizing safety and compliance with VA standards. Interested contractors must submit proposals by May 14, 2025, following a virtual pre-proposal meeting on April 17, 2025, and an in-person site visit scheduled for May 1, 2025. For further inquiries, contact Wendy A. Duval at Wendy.Duval@va.gov.
Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
Buyer not available
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.
N061--631-18-003 Correct Deficiency Generator Buildings 1WA, 1EA
Buyer not available
The Department of Veterans Affairs is seeking contractors for the "Correct Deficiencies Generator Buildings 1WA 1EA" project at the VA Central Western Massachusetts Health Care System in Leeds, MA. The project aims to address critical deficiencies in the generator systems, requiring comprehensive site preparation, demolition, and upgrades to electrical and fire suppression infrastructure, with an estimated cost between $1,000,000 and $5,000,000. This initiative is vital for enhancing the operational efficiency and safety of facilities that serve veterans. A Request for Proposal (RFP) will be issued on or about March 29, 2025, with proposals due by May 14, 2025; interested contractors must register in the System for Award Management (SAM) and can contact Contract Specialist Brian Kelly at Brian.Kelly@va.gov or 413-584-4040 x6722 for further information.
Y1DA--FY25: NRM (PROJ: 516-23-117) BB - Refresh Hemodialysis
Buyer not available
The Department of Veterans Affairs is seeking proposals for the "Refresh Hemodialysis" project at the C.W. Young VA Medical Center in Bay Pines, Florida. This project involves comprehensive demolition, renovation, and construction of the hemodialysis suite, with an estimated budget between $1,000,000 and $2,000,000, and a performance period of 168 days from the Notice to Proceed. The initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with safety and operational standards while minimizing disruption to ongoing medical services. Proposals are due by May 7, 2025, and must be submitted by Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with all submissions evaluated based on cost, technical capabilities, and past performance. Interested contractors can contact Kenneth Caryer at Kenneth.Caryer@va.gov for further information.