Z2DA--523A4-CSI-401 Cath Lab Site Prep
ID: 36C24125R0074Type: Presolicitation
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)

Set Aside

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

    The Department of Veterans Affairs is issuing a pre-solicitation notice for the 523A4-CSI-401 Cath Lab Site Prep Design-Build project at the Boston VA Medical Center in West Roxbury, MA. This procurement seeks a Design-Build Contractor to provide Architect/Engineer professional services and construction services for site preparation, which includes the renovation of the Cath Lab in Building #1 to accommodate an image-guided therapy system. The project, valued between $1,000,000 and $2,000,000, is critical for enhancing medical facilities and ensuring compliance with federal, state, and local codes. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must be registered in the System for Award Management (SAM) and verified by the SBA Veteran Small Business Certification (VetCert), with a bid bond required for proposals. The solicitation is expected to be posted around April 15, 2025, and all relevant documents will be available on sam.gov.

    Point(s) of Contact
    Heather M Libiszewski-GallienContracting Officer
    413-584-4040 ext 6386
    heather.libiszewski-gallien@va.gov
    Files
    Title
    Posted
    This amendment to solicitation 36C24125R0074, issued by the Department of Veterans Affairs, provides special notes regarding federal, state, and local taxes, specifically FAR 52.229-3. It clarifies that sales of building materials and supplies for construction on federal property in Massachusetts are exempt from sales tax under G.L. c. 64H, § 6(f). The VA will provide contractors with Massachusetts Form ST-5C for tax-exempt purchases. Bids are presumed to reflect this exemption and should not include Massachusetts Sales or Use Tax on construction materials. All other terms and conditions of the solicitation remain unchanged.
    Amendment 2 to Solicitation 36C24125R0074, issued by the Department of Veterans Affairs, VA Central Western Massachusetts HCS, concerns the 523A4-CSI-401 Cath Lab Site Prep project. The amendment, effective April 25, 2025, addresses a Request for Information (RFI) regarding bid bond requirements. It clarifies that a bid bond is only needed for the Phase II proposal. All other terms and conditions of the original solicitation, dated April 11, 2025, remain unchanged. This modification ensures that all offerors are aware of the specific requirements for bid bonds, facilitating accurate proposal submissions for the project.
    Amendment 0003 for Solicitation 36C24125R0074 extends the deadline for Phase II proposals to August 22, 2025, at 4:00 PM EDT. These proposals, for the Cath Lab Site Prep project (523A4-CSI-401), are to be emailed to Heather.Libiszewski-Gallien@va.gov. A site visit is scheduled for August 5, 2025, at 7:00 AM EST at the Building 5 Engineering Conference Room. The deadline for submitting RFI questions is August 13, 2025, at 4:00 PM EST, also to be sent to Heather.Libiszewski-Gallien@va.gov. An updated Wage Determination is attached, and all other terms and conditions of the original solicitation remain unchanged.
    Amendment 0006 extends the proposal submission deadline for solicitation 36C24125R0074, issued by the Department of Veterans Affairs, VA Central Western Massachusetts HCS, Network Contracting Office 1. The new deadline for receipt of offers is September 8, 2025, at 2:00 PM EDT. This modification, dated April 11, 2025, is primarily administrative, ensuring all potential offerors have additional time to submit their proposals. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0007 to solicitation 36C24125R0074, issued by the Department of Veterans Affairs, modifies the original solicitation dated April 11, 2025. This amendment dissolves the Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, opening competition to all small business concerns. Key changes include the extension of the hour and date for receipt of offers to January 6, 2026, at 4:00 PM EST. The original solicitation and Amendments 0001-0006 are no longer valid, with an updated solicitation included in Amendment 0007. Phase 1 proposals are due by the extended deadline. This modification, signed by Contracting Officer Heather Libiszewski-Gallien, ensures broader participation while maintaining all other terms and conditions.
    The Department of Veterans Affairs (VA) is issuing a pre-solicitation notice for the 523A4-CSI-401 Cath Lab Site Prep Design-Build project at the Boston VA Medical Center, West Roxbury, MA. This competitive RFP, set to be posted around April 15, 2025, seeks a Design-Build Contractor to provide Architect/Engineer and construction services for site preparation. The work involves renovating the Cath Lab in Building #1, including demolition and installation of new finishes, utility services, and equipment to accommodate an image-guided therapy system. The project, valued between $1,000,000 and $2,000,000, has a 310-calendar-day performance period and is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). A bid bond is required. Interested offerors must be registered in SAM and verified by SBA VetCert. All solicitation documents will be available on sam.gov.
    The Department of Veterans Affairs (VA) is soliciting proposals for a two-phase design-build project (RFP 36C24125R0074) to renovate the Cath Lab in Building #1 at the VA Boston Healthcare System – West Roxbury Campus. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, requires A/E professional and construction services for site preparation and installation of new equipment, including renovations, removal and installation of flooring, ceilings, casework, doors, sinks, lighting, painting, a patient lift system, med gas, and relocation of electrical work. The total performance period is 310 calendar days. The project's magnitude is between $1,000,000 and $2,000,000. Phase I proposals, due May 14, 2025, will be evaluated on experience, technical approach, and past performance to select up to five firms for Phase II, which will require technical and price proposals. All contractors must comply with federal regulations, including wage rate requirements and Buy American provisions. A bid guarantee is required for Phase II, and payment/performance bonds are required upon award. Electronic submission of proposals is mandatory.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs regarding project number 36C24125R0074. The amendment extends the deadline for offers and emphasizes that all bids must adhere to the federal, state, and local tax regulations, specifically FAR 52.229-3 concerning sales taxes in Massachusetts. Purchases of building materials for public works owned by the federal government, such as those related to the U.S. Department of Veterans Affairs, may qualify for a sales tax exemption under Massachusetts law. To enable contractors to benefit from this exemption, the VA will provide an exemption certificate at the time of award. These bids are presumed to reflect this exemption and should not include sales or use taxes for construction-related materials. The amendment ensures that despite changes, all other terms and conditions remain unchanged. This document is vital for contractors to understand tax obligations and ensure compliance when submitting bids.
    This document is an amendment to Solicitation 36C24125R0074 pertaining to the Department of Veterans Affairs' project regarding the Cath Lab Site Prep. It provides important updates and responses to Requests for Information (RFI) received from potential bidders. Specifically, the amendment clarifies that a bid bond is only required for Phase II of the proposal process. The document maintains that all other terms and conditions of the original solicitation are unchanged. The amendment is part of the standard procedure in federal contracting, ensuring transparency and proper communication between the contracting office and offerors. The amendment's detailed structure follows federal guidelines, capturing all necessary legal and administrative requirements for bidding on government projects.
    The document is an amendment to a solicitation for proposals related to the 523A4-CSI-401 Cath Lab Site Preparation project by the Department of Veterans Affairs. It informs offerors from Phase I about the need to submit their Phase II proposals by 4:00 PM EDT on August 22, 2025, via email. The amendment outlines a scheduled site visit for interested participants on August 5, 2025, at the Building 5 Engineering Conference Room, as well as a deadline for submitting Request for Information (RFI) questions by August 13, 2025. An updated Wage Determination document has been attached to the amendment, and it specifies that all other terms and conditions from the original solicitation remain unchanged. The detailed structure includes administrative sections, timelines, and submission instructions necessary for compliance with federal contracting protocols.
    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.
    The Department of Veterans Affairs has issued a Request for Proposal (RFP) for the project titled "Cath Lab Site Prep" at the VAMC Boston - West Roxbury Campus. This design-build contract requires the prime contractor to provide architectural/engineering professional services and construction for the preparation and installation of new medical equipment in the Cath Lab. The scope includes labor, materials, and regulatory compliance for a renovation encompassing flooring, ceilings, casework, and electrical work, focused on patient care facilitation. The total project performance period is set at 310 calendar days post-award, with the cost estimated between $1 million and $2 million. This procurement is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals will be evaluated through a two-phase selection process, prioritizing the best value, technical expertise, past experience, and compliance with established requirements. Offerors must submit detailed proposals electronically by the specified deadlines and are responsible for their own costs in preparation. All proposal evaluations will adhere to specific criteria ensuring equitable consideration of all submissions.
    This Philips document outlines the site preparation requirements and specifications for installing an Allura FD20 Ceiling - 5D-110 system at the V.A. Medical Center in West Roxbury, MA. It details minimum site preparation, electrical, and HVAC requirements, along with customer responsibilities for permits, structural alterations, radiation protection, and hazardous material removal. The document provides equipment legends, layouts, and support information for ceiling and floor installations, including specific details for components like the Angio Diagnost 7, Velara Generator, and various cabinets. It emphasizes the need for customer-supplied anchoring systems and compliance with safety and electrical codes, ensuring a smooth and efficient installation process.
    The Department of Veterans Affairs VA Medical Center in West Roxbury, as of November 22, 2010, details the Access Point Locations across its various buildings and floors. The document meticulously lists numerous access points, designated as 'AP' followed by a number, within Building 1 (Ground to 6th Floor), Building 2 (Basement to Penthouse), Building 3 (Ground to 2nd Floor), and other smaller buildings including Building 5 & 17, Building 7, Building 8, Building 10, Building 20, Building 22, Building 30, and Building 88. This file serves as a comprehensive inventory of specific access point placements within the West Roxbury VA Medical Center, crucial for infrastructure management, network planning, or security purposes within the facility.
    The Philips Azurion 7 C20-R3 equipment requirements document provides essential guidelines for the installation of Philips medical equipment, emphasizing that it is not to be interpreted as architectural or construction documents. It details HVAC requirements for examination, equipment, and control rooms, specifying temperature and humidity levels, and outlines electrical requirements including maximum rated power, supply configuration, and circuit breaker specifications. The document also includes a comprehensive site readiness checklist, structural plans for floor and ceiling supports, equipment anchorage, and detailed equipment specifications with weights and dimensions. It outlines critical project milestones, general conditions for successful project implementation, and responsibilities of the customer, such as site preparation, obtaining permits, and ensuring compliance with safety and building codes.
    The document is a technical drawing file, likely associated with a government Request for Proposal (RFP) or a construction project. It specifies a drawing of the "FIFTH FLOOR" with the filename "1-5-WR.DWG," dated October 24, 2012, and drawn to a scale of 1/16" = 1'-0". It is identified as "DRAWING 9 OF 25" and pertains to "BLDG. NO. 1." This information suggests that the document is part of a larger set of architectural or engineering plans, providing specific details for a particular floor within a building project, essential for bidding, planning, or execution phases of government-funded construction or renovation work.
    The document outlines critical considerations for upgrading a Cath Lab at the West Roxbury location, focusing on facility requirements and project scope. Key discussions include confirming Class 2 imaging status with OR-rated HVAC for potential TAVR procedures, despite a smaller footprint than recommended. The project addresses the VA TIL's updated room template for Cardiac Catheterization rooms, acknowledging necessary deviations due to existing size limitations. Philips confirmed equipment fit. The scope also covers structural, electrical, mechanical, plumbing, and fire protection investigations, with no known infrastructure deficiencies. The project requires a built-in radiation shielded alcove, and construction phasing will accommodate an active ward by scheduling disruptive activities during off-hours. Medical air, oxygen, and vacuum are the only specialty gases needed. The timeline for completion is 365 calendar days after NTP, with the schedule adjusted based on the receipt of vendor equipment drawings.
    The West Roxbury VAMC General Design Comments outline crucial guidelines for new construction, modifications, and renovations, ensuring consistency with existing campus aesthetics and architectural details. The document emphasizes energy efficiency, requiring compliance with ASHRAE 90.1-2007 for building envelopes, HVAC, water heating, lighting, and electrical designs, along with leveraging local utility rebates. It details specific requirements for drawings, specifications (e.g., removing FAR clauses, limiting samples), and general requirements (e.g., electronic submittals, contractor dumpster responsibility, revised work hours, security procedures including PIV cards, and extensive photographic documentation). The file also provides detailed specifications for various divisions including existing conditions (e.g., asbestos/lead abatement, confined space entry), thermal & moisture protection (roofing warranties), doors & windows (Corbin Russwin hardware, Kaba Peaks cores, card access infrastructure), finishes (VISN 1 palette, Innerface signage, USG acoustical tiles), plumbing (no flexible fire suppression drops, filtered water coolers), HVAC (TRANE controls integration, ASHRAE compliance, specific fan requirements), electrical (copper only, program start electronic ballasts, Cummins generators, RUSS ATS), communications (Rauland-Borg Nurse Call, Wander Guard, specific IT cabling and device standards), electronic safety & security (EST-3 fire alarm, Hirsch card access), exterior improvements (anodized bronze windows, VA Grounds matching landscape materials), and utilities (NFPA 24 hydrant marking).
    Velocity is a comprehensive management software for access control and security operations, designed for federal, state, and local government RFPs. It integrates door control, alarm monitoring, credential enrollment, photo badging, video, and database management into a user-friendly system, scalable from a single door to an enterprise. Key features include XML/API interoperability, AES encryption, DVR interface, FIPS 201 compliance, and multi-monitor support. Velocity operates on Windows Server 2003/XP/Vista with MS SQL Server 2005. It utilizes Hirsch’s DIGI*TRAC controllers for system reliability and employs Windows Active Directory and Role Based Access Control (RBAC) for operator authentication and privilege management. The software offers robust alarm monitoring, dynamic status viewing, and extensive reporting capabilities, making it suitable for mission-critical applications.
    The VELOCITY 3.1 software provides comprehensive access control and security management, integrating various hardware and software features. Key components include event and alarm viewers, enrollment management for user and badge creation, photo ID badging, and alarm graphics with CCTV integration. The system also offers customization options for language, alarm priorities, and response instructions. VELOCITY supports a wide range of hardware, including DIGI*TRAC controllers for door access, ScramblePad keypads with patented scrambling displays, and various reader technologies like magnetic stripe, biometric, and smart card. The system's features include unlimited user capacity, global time zones, detailed access restrictions, occupancy counting, and extensive alarm zoning. It also supports DVR integration, email notifications, and an SDK for interoperability. The document details minimum computer requirements, wiring specifications, and expansion options, emphasizing long-term compatibility and robust security solutions.
    The document outlines a Past Performance Questionnaire used in government procurement for evaluating contractor performance. It details a structured evaluation process covering project roles, contract specifics, dollar amounts, and descriptions of services. Key evaluation factors include Quality of Work, Personnel, Cost/Budget Control, Customer Satisfaction, Timeliness, and Business Relations, each assigned a rating (Unsatisfactory, Marginal, Satisfactory, Very Good, Exceptional) with specific guidelines for assessment. The questionnaire also asks whether the contractor would be rehired and why. This tool helps government agencies make informed decisions by systematically assessing past contractor performance against defined criteria.
    This government solicitation, 36C24125R0074, is a two-phase Request for Proposal (RFP) for a 100% Small Business set-aside design-build project. The project, "523A4-CSI-401 Cath Lab Site Preparation," at the VA Medical Center West Roxbury, MA, involves architectural/engineering and construction services for a new Cath Lab installation. The total period of performance is 310 calendar days, with an estimated value between $1,000,000 and $2,000,000. Phase I requires proposals focusing on experience, technical approach, and past performance, with a maximum of five firms advancing to Phase II. Phase II will involve technical (solution, schedule, key personnel) and price proposals. Proposals must be submitted electronically by specified deadlines, with Phase I due by 4:00 PM EST on January 6, 2026. A bid guarantee and performance/payment bonds are required in Phase II. The solicitation emphasizes compliance with various FAR and VAAR clauses, including Buy American requirements and Veterans First Contracting Program preferences for price evaluation.
    This document provides comprehensive guidance for completing the Massachusetts Historical Commission's (MHC) Project Notification Form (PNF), essential for compliance with M.G.L. Chapter 9, Section 26-27c (950 CMR 71.00). It outlines critical requirements, including legible typing/printing, separate submissions for each project, and specific address details for both the project area and contact person. The form mandates a detailed description of the proposed project, including construction dates and alterations, along with photographs of the site and major building elevations. Crucially, applicants must fully complete the funding, licensing, and permitting section, listing all involved agencies and sources, whether federal or state. A photocopy of the pertinent U.S.G.S. map section is also required, with specific boundaries marked, and no alternative maps accepted in its place. Adherence to these guidelines ensures efficient review by the MHC.
    The Statement of Work outlines a Design-Build project for Cath Lab site preparation at the VA Medical Center West Roxbury Division. The contractor will provide A/E professional and construction services to renovate the Cath Lab in Building #1, preparing it for an image-guided therapy system. The project involves extensive demolition and installation of new finishes, utility services, and a patient lift system, adhering to strict noise and infection control. Key tasks include structural and electrical surveys, HVAC system assessment, and design of all necessary systems. Submissions require detailed drawings and specifications, with multiple review stages. The project emphasizes compliance with federal, state, local, and VA codes and standards, including OSHA, NFPA, and the International Building Code. Strict safety precautions, hazardous material reporting, environmental protection, and records management are also mandated. The schedule anticipates 180 days for design and 365 days for construction substantial completion.
    The Request for Proposal (RFP) outlines a two-phase design-build contract for the Cath Lab Site Prep project at Building 1, West Roxbury Division, VHA Boston Healthcare System. The project requires a contractor to provide all design and construction services, including demolition, electrical upgrades, lighting, HVAC improvements, and finishes for new equipment installation. Key requirements include adherence to infection control, provision of shop drawings, and disposal of old components. The proposal process involves a Phase I evaluation based on experience, technical approach, and past performance, leading to the selection of up to four offerors for Phase II. Phase II requires detailed technical and price proposals, including a draft project schedule, quality control plan, and key personnel resumes. Post-award, the contractor is responsible for comprehensive construction document preparation, design reviews, and adherence to all applicable codes, standards, and VA guidelines. Strict security, fire safety, and environmental protocols are mandated throughout the project.
    The Department of Veterans Affairs, VISN 1, Station 523, Facilities Management Service, VA Medical Center West Roxbury, MA, is seeking a single-source award for specific construction materials under Acquisition Plan Action ID: 36C241-25-AP-2826. This justification supports project 523A4-CSI-401 Cath Lab Site Prep and is for other than full and open competition to accommodate standardization of certain items. The proprietary products include Corbin Russwin door hardware, Kaba Peaks 6-pin LFIC door lock cylinders, TRANE Summit Tracer Building Technology Direct Digital Control HVAC Building Management System, and General Electric/EST-3 Fire Alarm System assembled by Signet Electronic Systems, Inc. These specific brands are required due to existing campus-wide standards, compatibility with current systems, existing inventory, and service contracts, and to maintain warranties, UL listings, and NFPA compliance. While specific components are brand-name, the overall procurement will be competed as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set Aside, with fair and reasonable pricing determined prior to award.
    The General Decision Number MA20250001, effective April 4, 2025, outlines prevailing wage rates for building construction projects in specific Massachusetts counties (Barnstable, Bristol, Dukes, Essex, Middlesex, Nantucket, Norfolk, and Suffolk). It excludes single-family homes and apartments up to four stories. The document details applicable minimum wage rates under Executive Orders 14026 ($17.75/hour for contracts after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). It provides extensive tables of wage rates and fringes for various trades including Insulators, Hazardous Material Handlers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Laborers, Painters, Plasterers, Plumbers, Pipefitters, Roofers, Sprinkler Fitters, Sheet Metal Workers, and Truck Drivers, often with specific rates for different zones or areas within the counties. Information on paid holidays, vacation, and the wage determination appeals process is also included. Welders receive the rate of the craft performing the incidental operation.
    The VHA Pre-Construction Risk Assessment (PCRA) template (VHA-PCRA-2023-1.0) outlines minimum requirements for assessing and mitigating safety risks during construction, renovation, and maintenance activities within VHA facilities. It categorizes activities into Inspection/Upkeep, Small-scale, and Large-scale, each with escalating control measures to protect patients, employees, and contractors. The document emphasizes the use of activity statements of work and drawings, mandating communication and coordination plans with affected areas. It also requires an Infection Control Risk Assessment (ICRA) if infection risks are present. A fillable permit form for activity sites is included, detailing project information and required control measures based on the activity type. For instance, the "Cath Lab Site Prep 523A4-CSI-401" is classified as "LARGE SCALE," indicating extensive control measures. The PCRA is a critical tool for ensuring safety and compliance in VHA construction projects.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Buyer not available
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    C1DA--657A5-26-103, Renovate Building 42 - Specialty Care Clinic (Old Lab Area), (VA-26-00017944)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architectural and engineering (A&E) firms to renovate a 4,700-square-foot section of Building 42 at the Marion VA Medical Center, transforming the old laboratory area into a modern Cardiology Examination Clinic, Stress Testing Clinic, and Device Clinic. This procurement, identified as project number 657A5-26-103, is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms and requires comprehensive design services, including updates to architectural, structural, mechanical, plumbing, electrical, and fire protection systems, while adhering to VA standards and sustainable design principles. Interested firms must submit their qualifications via Standard Form 330 by December 10, 2025, with an estimated construction cost of $4,855,650, and should direct inquiries to Contract Specialist Kevin A. Mahoney at Kevin.Mahoney3@va.gov or by phone at 913-684-0141.
    Z1DA--Relocate Infusion Clinic and Hemo Offices - 539-21-207
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the relocation of the Infusion Clinic and Hemo Offices at the Cincinnati VA Medical Center. The project involves renovating approximately 2,056 gross square feet of space, including general construction, mechanical, electrical, plumbing, and technology trades, as well as asbestos and lead-based paint abatement. This construction effort is critical for enhancing healthcare services provided to veterans, with an estimated project value between $1,000,000 and $5,000,000. Interested service-disabled veteran-owned small businesses (SDVOSB) should contact Contracting Officer Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718 for further details, with the Invitation for Bids expected to be posted around November 20, 2025.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Buyer not available
    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.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement – BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project includes structural modifications, utility coordination, and compliance with safety and infection control standards, with a focus on ensuring the integrity of radiation shielding and existing medical infrastructure. This procurement is particularly significant as it aims to enhance the facility's capabilities in providing emergency medical services. Interested contractors must submit their quotes by December 15, 2025, at 2:00 PM EST, and are required to complete a Past and Present Performance Questionnaire by November 3, 2025, to be considered for this contract, which has an estimated value between $500,000 and $1 million. For further inquiries, contact David M Hernandez at David.Hernandez1@va.gov.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a Design-Build (DB) contract to install a 1.5T MRI ICC at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. The project requires the contractor to furnish all necessary professional services, equipment, labor, and materials for site investigation, design, construction, and installation of the new Siemens 1.5T MRI system, with a total period of performance of 740 days. This procurement, valued between $2,000,000.00 and $5,000,000.00, is critical for enhancing medical imaging capabilities at the facility, ensuring compliance with various safety codes and standards. Interested SDVOSBs must be registered with SAM.gov and can contact Contracting Specialist David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further information, with a Request for Quote (RFQ) anticipated around January 10, 2026.
    Z1DA--Construct Mobile Imaging Pad 540-24-104 Clarksburg, WV VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the construction of a Mobile Imaging Pad at the Louis A. Johnson VA Medical Center in Clarksburg, WV, under project number 540-24-104. This project, estimated to cost between $500,000 and $1,000,000, involves site preparation, demolition of existing structures, and the construction of a concrete pad with necessary utility connections for a mobile imaging trailer, all in compliance with VA construction standards and local building codes. The work is critical for enhancing medical imaging capabilities at the facility, ensuring that services are delivered efficiently and safely to veterans. Interested contractors, particularly Service-Disabled Veteran Owned Small Businesses, must attend a mandatory pre-bid site visit on December 2, 2025, with bids due by 1:00 PM EST on December 31, 2025. For further inquiries, contact Contract Specialist Aaron Z. Morrison at Aaron.Morrison@va.gov.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Spring
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project, estimated to cost between $5,000,000 and $10,000,000, is critical for modernizing the facility's data management capabilities and ensuring compliance with safety and operational standards. Interested bidders must submit their proposals electronically by December 18, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Y1DA-- CT Scan AC Unit Replacement Brooklyn VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor for the CT Scan AC Unit Replacement project at the Veterans Affairs Medical Center located in Brooklyn, NY. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring eligible contractors to be registered and verified with the SBA under NAICS code 236220. The contractor will be responsible for furnishing all labor, materials, and equipment necessary to complete the project within 60 calendar days of receiving the Notice to Proceed, adhering to VA specifications. Interested parties should direct inquiries to Charlie Augustin at Charlie.Augustin@va.gov, with the solicitation anticipated to be issued around December 19, 2025.