Z1NE--Hudson Valley Healthcare System (HVHCS) Water Plant & Wastewater Treatment Plant Operation, Testing, Maintenance & Repair Services
ID: 36C24225Q0356Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF WATER SUPPLY FACILITIES (Z1NE)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a Fixed-Firm-Price contract to provide operation, maintenance, testing, and repair services for the Water Treatment Plant and Wastewater Treatment Plant at the Hudson Valley Healthcare System's Castle Point and Montrose campuses. The contract aims to ensure the safe and efficient functioning of these critical facilities, which are essential for supporting the healthcare needs of veterans while adhering to stringent health and environmental regulations. Interested vendors must submit their proposals by March 21, 2025, with a mandatory site visit scheduled for March 20, 2025, and inquiries should be directed to Contract Specialist Tracy M. Vega at Tracy.Vega@va.gov or by phone at 716-862-7461.

    Point(s) of Contact
    Tracy M. VegaContract Specialist
    (716) 862-7461
    Tracy.Vega@va.gov
    Files
    Title
    Posted
    The Hudson Valley Healthcare System (HVHCS) is soliciting proposals for a Fixed-Firm-Price contract for the operation, maintenance, testing, and repair of its Water Treatment and Wastewater Treatment Plants at the Castle Point and Montrose campuses. The due date for proposals is March 21, 2025, at 10 AM Eastern Time. This contract is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and does not involve Recovery Act funds. The contracting office, part of the Department of Veterans Affairs, is located in Cheektowaga, NY. A detailed performance work statement and a series of attachments provide comprehensive requirements regarding operational protocols, laboratory analysis schedules, equipment lists, and permit guidelines for both treatment plants. The attached documents are crucial for ensuring compliance with environmental standards and operational capabilities. This solicitation underscores the VA's commitment to maintaining healthcare facilities effectively while promoting veteran-owned business participation in federal contracting.
    The document serves as Amendment 0001 to solicitation 36C24225Q0356, primarily from the Department of Veterans Affairs, Network Contracting Office (NCO) 2. Its main purpose is to extend the deadline for receipt of offers to March 26, 2025, at 10:00 AM EDT. Additionally, it announces a mandatory site visit scheduled for March 20, 2025. Interested contractors are advised to email Tracy Vega for details on attending the site visit and must submit any questions in writing within 24 hours following the site visit. All inquiries will be addressed through subsequent amendments to the solicitation. The amendment emphasizes that all previously outlined terms and conditions remain unchanged, highlighting the necessity for offerors to acknowledge receipt of this amendment to avoid rejection of their submissions.
    The document is an amendment regarding a federal solicitation issued by the Department of Veterans Affairs (VA), specifically through the Network Contracting Office (NCO) 2. The main purpose of Amendment 002 is to extend the deadline for receipt of offers from the original date to April 2, 2025, at 10:00 AM EDT. Additionally, this amendment updates the anticipated start date for the project to June 1, 2025. The document includes procedural requirements for offerors to acknowledge receipt of the amendment and highlights that all other terms and conditions of the original solicitation remain unchanged. The amendment is governed by specific federal regulations, ensuring compliance with the procurement process. This adjustment allows potential bidders more time to prepare and submit their proposals, reflecting the agency's flexibility in managing its contracting processes to ensure a comprehensive and competitive offering. Overall, this amendment signifies the VA's commitment to facilitating a fair bidding environment while maintaining transparency and adherence to federal contracting laws.
    The Montrose Campus WWTP Permit Requirements outline the conditions that must be met under the NYS DEQ SPDES Permit NY0021326 for wastewater treatment activities. The document specifies various effluent limitations throughout the year regarding parameters such as flow, biochemical oxygen demand (BOD), total suspended solids (TSS), pH levels, and coliform levels, corresponding to detailed monitoring requirements. Key monitoring parameters include a monthly sample frequency for BOD and TSS, with additional daily monitoring for pH and temperature. The permit mandates seasonal effluent disinfection from May 1 to October 1 and includes provisions for a newly installed Trojan UV System, which will influence chlorination processes. Footnotes clarify additional regulatory requirements from the Interstate Environmental Commission and interim limits during system upgrades. This summarization serves as a compliance guide to ensure adherence to environmental regulations relevant to the operation of the wastewater treatment plant, highlighting the necessity for continuous environmental monitoring and system upgrades to maintain public health and ecological standards.
    The Montrose Campus has established a schedule for coliform and heterotrophic plate count (HPC) analysis conducted across various buildings throughout the year. Each month specifies particular buildings or locations where these analyzes will take place, ensuring a systematic approach to water quality monitoring. The schedule spans from October, starting with buildings B-7, B-13, B-28, B-29, and the Main at Boundary, through September, which includes buildings B-15, B-23, and B-52. This methodical plan underscores the campus's commitment to regular water testing and adherence to health and safety standards, coordinating the evaluation process to manage any potential contamination effectively. The focus on various structures indicates an organized effort to ensure water safety over the entire year.
    The document outlines the permit requirements for the Castle Point Wastewater Treatment Plant (WWTP) under the New York State Department of Environmental Conservation (NYS DEC) SPDES Permit NY0020087. Key testing requirements include annual coliform and heterotrophic plate count tests, monthly BOD5, TSS, and nitrogen/ammonia monitoring, along with specific effluent limitations for various parameters when discharging into the Hudson River. The permit stipulates monitoring frequencies and methods for several water quality parameters, including flow, pH, temperature, and coliform levels, with specific allowable limits for each. There are also footnotes addressing compliance requirements and responsibilities related to sampling and monitoring. This document serves as a critical compliance guide for federal, state, and local regulatory frameworks, ensuring the plant operates within established environmental standards and protects public health.
    The Castle Point Campus Water Monitoring Requirements outline specific testing protocols for various contaminants in water sources. Key monitoring tasks include biannual lead and copper testing, which may be influenced by the Department of Health, and extensive asbestos analysis required every nine years, with a next due date of January 31, 2026. Additionally, yearly assessments of nitrates, TTHM & HAA5, and other associated pollutants are mandated, with certain substances like PFOS and PFOAS requiring quarterly testing. Turbidity and total coliform bacteria must be monitored frequently—every four hours for filter effluent turbidity and twice a month for total coliform in distribution systems. The document emphasizes compliance with varying frequencies for different contaminants, ensuring the safety and quality of the water supply. This systematic outline enables effective tracking of public health standards and regulatory adherence, reflecting the government's commitment to water safety across federal, state, and local levels. Compliance deadlines are explicitly stated, thus underlining the importance of timely actions in environmental health monitoring.
    The document provides a comprehensive equipment list for the Montrose Campus Wastewater Treatment Plant (WWTP), detailing various components necessary for operation. It includes specifications for two primary sludge pumps, heat exchangers, blowers, and laboratory equipment. Each section categorizes items according to their functions, such as sludge collection, pumping, distribution, and filtration. Key mechanical components, including electric motors, starters, gear reducers, pulleys, drive chains, and valves, are extensively listed for both primary and secondary tanks, as well as influent and distribution systems. It highlights the need for operational maintenance with repair kits and replacement parts, suggesting a focus on sustainability and efficiency in wastewater management operations. This list likely supports federal and state RFPs or grants aimed at upgrading or maintaining WWTP infrastructure, ensuring compliance with regulatory standards for environmental safety.
    The document outlines a comprehensive schedule for water analysis to be conducted at two campus laboratories. It specifies that eight parameters—including Iron, Escherichia Coli, Total Coliform, Alkalinity (CaCO3), pH, Sediment, Silicate, and Total Metal Digestion—are to be tested twice monthly. This systematic approach to water quality monitoring underscores the commitment to ensuring safe water standards and public health. Following federal guidelines or local regulations likely informs this schedule and the choice of parameters, making it relevant for compliance with government RFPs and funding opportunities. The structured frequency and selection of specific contaminants indicate a proactive measure in identifying and addressing potential water quality concerns within the campus environments.
    The document outlines the equipment list and specifications for the Castle Point Campus Wastewater Treatment Plant (WWTP). It encompasses essential machinery and components necessary for the operation and maintenance of various systems within the facility, including sludge pumps, heat exchangers, laboratory equipment, and systems for handling influents and sludge. Each category lists specific components such as electric motors, gear reducers, valves, pumps, and other parts, along with relevant technical details. The list is structured in a clear format, detailing equipment by category, which indicates the operational requirements for both primary and secondary treatment tanks, as well as ancillary systems such as dosing pumps and blowers. This equipment list aligns with the broader goals of federal RFPs and grants aimed at improving wastewater infrastructure, ensuring compliance with environmental standards, and enhancing operational efficiency at local treatment facilities. Overall, the document serves as a comprehensive resource for stakeholders involved in the procurement, installation, and maintenance of WWTP equipment.
    The document outlines the equipment list for the Castle Point Water Treatment Plant, detailing key components essential for water treatment processes. It includes a Duplex Water Softener System and an Activated Carbon Tank (GAC Unit), specifically the Culligan CSM-600 model. Additionally, it notes the UVtronic UV-1 & UV-2 units alongside the Aquionics Proline + D500 UV Water Treatment System. The document further describes the Pall Aria AP3 Filtration System, highlighting its various components such as membrane filtration, pumps, motors, actuated valves, and amiad filters, and mentions the use of Cornell Pumps for campus distribution, with two pumps specified. This equipment list reflects the federal government’s effort to ensure effective water treatment solutions, supported by RFPs that target the procurement of specialized equipment for municipal water systems, underscoring the importance of safe, reliable water management. Such initiatives indicate a commitment to maintaining infrastructure and improving public health through advanced water treatment technologies.
    The document outlines a schedule for residual chlorine analysis in various buildings within the Castle Point facility. The analysis is mandated to occur on a weekly basis across five specific buildings: B-9, B-20, B-35, B-16, and the Sewage Treatment Plant (STP). This regular testing indicates a commitment to maintaining water quality standards and ensuring that levels of residual chlorine are monitored consistently to protect public health and comply with environmental regulations. The structured frequency reflects the government’s proactive approach in managing water safety and adhering to health codes associated with its facilities. Importantly, this documentation serves as a procedural guideline for environmental compliance within government operations.
    The document outlines the Environmental Water Sampling Protocol for assessing Legionella risks in potable water systems. The Infection Control Committee (ICC) determines when samples should be collected, and vendors are tasked with sample collection under the guidance of the Engineering Service. Collected samples must be processed by a state-certified laboratory specializing in microbial testing, particularly for Legionella pneumophila, with strict methods to ensure sensitivity. Sampling locations include distal water sites where users directly access water, with a minimum of ten sites tested, especially if investigatingHealth Care Associated Legionnaires' Disease cases. Hot Water Tanks (HWTs) require two samples for comprehensive monitoring. Detailed procedures for collecting both water and swab samples from these sites are provided, ensuring optimal conditions for transporting and preserving samples. The protocol emphasizes the importance of appropriate laboratory capabilities for molecular characterization and reporting of results to the ICC. It serves as a crucial guideline for maintaining public health standards, particularly in healthcare facilities associated with water quality monitoring and management of Legionella risks.
    The VA Privacy Training document outlines the mandatory privacy education for personnel without access to sensitive VA information or computer systems. It emphasizes the importance of protecting personal information collected by the Department of Veterans Affairs in compliance with various privacy laws, including HIPAA and the Privacy Act of 1974. This training is required annually for contractors and volunteers who may encounter VA sensitive information incidentally. Key topics include definitions of VA sensitive information, the need for safeguards against unauthorized access, the types of disclosures allowed, and enforcement measures for privacy violations. The document stresses that individuals must ensure confidentiality, report incidents, and follow specific protocols to secure the information they may come across. Overall, the training's purpose is to create awareness of privacy responsibilities and protect the information of Veterans, avoiding potential legal repercussions for violations. All attendees must acknowledge understanding their responsibilities by signing and submitting a confirmation form for record-keeping.
    The document appears to be a partially corrupted file related to federal and local government requests for proposals (RFPs) and grants. Despite the unreadable sections, its primary focus seems to be on outlining processes or conditions essential for these funding opportunities. Key themes likely pertain to the identification of project objectives, eligibility criteria, application procedures, and compliance with regulations. It suggests a structured approach to funding applications, possibly including timelines, required documentation, and evaluation metrics. The context hints at the importance of transparency and accountability when managing public funds, emphasizing that proposals must meet specific guidelines to secure support. Furthermore, it likely addresses the necessity for coordination among various stakeholders involved in the procurement processes, whether at the federal level or within state and local jurisdictions. The main aim of the document would be to guide prospective applicants through the proposal and grant writing process, emphasizing adherence to structured criteria that align with governmental standards and objectives.
    The document outlines various federal and state grant initiatives and Requests for Proposals (RFPs) aimed at funding diverse projects. It emphasizes the importance of compliance with federal regulations and local laws during the application and execution phases. Key elements include project eligibility criteria, funding limits, application deadlines, and evaluation processes. The document suggests effective planning, collaboration, and adherence to specific proposal guidelines to increase the likelihood of funding approval. Additionally, it highlights the relevance of community needs assessments and the alignment of proposed projects with strategic governmental objectives to ensure meaningful outcomes and successful grant management. The overall focus is to support public initiatives that demonstrate sustainability, innovation, and positive impact on local communities.
    The Hudson Valley Healthcare System (HVHCS) seeks a contractor for a comprehensive service and operation agreement for its water and wastewater treatment plants at Castle Point and Montrose campuses. This contract encompasses maintenance, testing, and repair services to ensure safe, operable treatment facilities essential for the medical center's functioning. Key specifications include monitoring water flow, maintaining treatment systems, and ensuring compliance with numerous health and environmental regulations set by local and state authorities. The contractor will oversee daily operations while adhering to strict safety and quality control standards, ensuring that both plants efficiently serve the medical center’s daily patient and staff needs. Additionally, the scope includes necessary upgrades to the facilities, which are anticipated to conclude by 2028. The contractor is responsible for obtaining all required permits and managing any environmental concerns, underscoring the contract's critical role in maintaining public health standards and operational efficiency at the medical facilities. Regular inspections and thorough communications with the Contracting Officer are vital for compliance and performance assessment.
    The Hudson Valley Healthcare System (HVHCS) is issuing a Request for Quotation (RFQ) under reference 36C24225Q0356 to establish a firm-fixed-price contract for the operation, maintenance, testing, and repair services for the Water and Wastewater Treatment Plants at its Castle Point and Montrose Campuses. This RFQ is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 561210, with a small business size standard of $47 million. The contract will span from April 1, 2025, to March 31, 2028, with a base year and two optional years. Interested vendors must demonstrate technical capability through prior experience, relevant certifications, and a comprehensive management plan. The selection process will evaluate technical capabilities, past performance, and pricing, with a focus on providing the best benefit to the government. Responses must be submitted by March 21, 2025, and inquiries should be directed to the provided contract specialist via email.
    The document outlines the VA's Notice of Limitations on Subcontracting, established under 38 U.S.C. 8127, which mandates that contractors comply with specific limits regarding subcontracting services and construction tasks. For service contracts, contractors must not pay more than 50% of the government-allocated funds to uncertified firms, whereas general construction contracts restrict payments to 85%, and special trade construction contracts are limited to 75%. Offerors must also certify compliance with these terms, acknowledging penalties for fraudulent claims, including criminal prosecution. The VA reserves the right to audit compliance through various documentation, and failure to comply can result in remedial actions. Offerors are required to complete a certification for eligibility in contract evaluation. This document is geared towards ensuring that veteran-owned and service-disabled veteran-owned small businesses receive appropriate contracting opportunities while adhering to compliance and accountability standards.
    Similar Opportunities
    F103--STX WATER QUALITY MONITORING
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Water Quality Monitoring services for the South Texas Veterans Healthcare System. The procurement aims to provide, install, and maintain advanced continuous water quality monitoring equipment and data management systems, ensuring compliance with health and safety standards. These services are crucial for maintaining safe water quality in healthcare facilities, particularly in preventing Legionella outbreaks. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their offers by December 19, 2025, and can contact Contracting Officer Joseph A. Leyte at joseph.leyte@va.gov or 210-694-6315 for further information.
    Y1DZ--NRM - CONSTR PROJ - 630-26-102 Design Build HVAC Bldgs. 4 and 5
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the "Design Build HVAC Bldgs. 4 and 5" project at the Manhattan Campus VA Medical Center in New York. This project aims to upgrade the air conditioning plants by installing three new chillers and associated cooling towers, addressing current ventilation insufficiencies and heat generated by new equipment. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses, with a NAICS code of 236220 and a small business standard of $45 million; the estimated construction magnitude is between $2,000,000 and $5,000,000, requiring a 20% Bid Bond. The solicitation is expected to be posted around January 5, 2026, and interested parties can contact Kim Gomez at kimberly.gomez@va.gov for further inquiries.
    Y1DA--NRM-CONST- 630A4-26-408 Fire Hydrants Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the Fire Hydrants Replacement project at the Brooklyn Veterans Affairs Medical Center. This project, designated as a 100% Service-Disabled Veteran Owned Small Business Set-Aside (SDVOSB), involves the replacement of seven fire hydrants and two Post Indicator Valves (PIVs), along with the evaluation and replacement of associated isolation valves and comprehensive testing of approximately twenty hydrants on the campus. The work is critical for ensuring the operational integrity and compliance of the fire protection system, with an estimated construction value between $250,000 and $500,000 and a completion timeline of 240 calendar days from the Notice to Proceed. Interested contractors must be registered and verified in the SBA’s Small Business Search and sam.gov, with a site visit to be scheduled and details provided in the forthcoming solicitation anticipated around January 12, 2026. For inquiries, contact Samantha Chavanga at Samantha.Chavanga@va.gov.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    J079--586-26-1-532-0006 (Cloned) Housekeeping Preventive Maintenance and Repair (VA-26-00004735) (VA-26-00012758) 586-26-1-532-0006
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for housekeeping preventive maintenance and repair services at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi. This procurement, identified by Solicitation Number 36C25626Q0123, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under NAICS code 561720, which pertains to janitorial services. The contract will cover a base year and four option years, requiring contractors to provide preventive and corrective maintenance for various floor care machines, ensuring compliance with strict maintenance schedules and service standards. Interested parties must submit their proposals by December 17, 2025, at 4 PM Central Time, and can contact Contract Specialist Stephanie Watts at stephanie.watts@va.gov or 601-362-4471 for further information.
    Y1LZ--Project 620-23-102 Repave Parking Lot G at the Montrose VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for Project 620-23-102, which involves repaving Parking Lot G at the Montrose VA Medical Center in New York. This project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requiring contractors to provide all necessary materials, equipment, and personnel to complete the work, which includes general construction, demolition, grading, drainage, and the installation of pole-mounted lighting. The project has a construction magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days from the Notice to Proceed. Interested bidders must be registered in SAM.gov and verified as an SDVOSB, with the solicitation expected to be released around December 9, 2025. For further inquiries, contact Contracting Officer Daniel Barone at Daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    SPS Water Purification System - Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a new Sterile Processing Service Water Purification System at the Wilkes-Barre VA Medical Center in Pennsylvania. This procurement is a total small business set-aside, requiring vendors to provide and install a water purification system that meets AAMI ST108 Critical Water specifications, capable of producing at least 312 gallons per hour and delivering 20 gallons per minute, along with a 250-gallon tank, ultraviolet light, and a leak detector. The installation is critical for maintaining the cleanliness and safety standards of the medical facility, and a mandatory site visit is scheduled for January 8, 2025, at 10:00 AM EST. Interested vendors should contact Olivia McDonald at olivia.mcdonald@va.gov for further details and to ensure compliance with the outlined requirements.
    R408--VISN 2 Bronx ESPC Project Facilitator Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking Project Facilitator (PF) Services to support the VISN 2 Bronx Veterans Affairs Medical Center (VAMC) Energy Savings Performance Contract (ESPC). The selected contractor will be responsible for providing Measurement and Verification (M&V) Report reviews, project tracking, and documentation of meeting minutes over a five-year period, which includes one base year and four option years. This procurement is particularly significant as it aligns with the VA's commitment to energy efficiency and sustainability initiatives. The anticipated contract, which will be awarded directly to EMP2 Inc., a Service-Disabled Veteran-Owned Small Business (SDVOSB), is expected to commence on September 25, 2025, and conclude on September 24, 2030, with the possibility of an earlier start. Interested parties can contact Contracting Officer Joseph Senkovich at Joseph.Senkovich2@va.gov or by phone at 813-903-4476 for further information.
    C1AA--528A5-22-507 A/E -DESIGN CONNECT FORCE MAIN TO COUNTY SEWER Canandaigua VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) architect-engineering firm for Project 528A5-22-507, which involves designing a connection of a force main to the county sewer at the Canandaigua VA Medical Center in New York. The selected firm will provide comprehensive design services, including schematics, construction documents, technical specifications, and construction period services, with a focus on the replacement and reconfiguration of domestic hot water systems. This project is critical for enhancing wastewater management and ensuring compliance with environmental standards, with an estimated construction cost ranging from $1 million to $5 million. Interested firms must submit their qualifications via the SF 330 format by December 19, 2025, at 11 AM EST, and the anticipated award date for the contract is on or before January 31, 2026. For further inquiries, contact Idalia Algarin at idalia.algarin@va.gov or by phone at 716-862-7461 x 22395.
    Z2DA--OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Replace Exterior Utility Lines Project" at the Jack C. Montgomery VA Medical Center in Muskogee, OK, with a contract value estimated between $2,000,000 and $5,000,000. The project involves replacing exterior water and sewer lines, creating separate fire protection and domestic water loops to mitigate Legionella contamination, and requires compliance with ADA, OSHA, and NFPA standards. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes the importance of safety, quality assurance, and adherence to federal regulations throughout the construction process. Proposals are now due by December 17, 2025, at 2:00 PM CST, and must be submitted via email to Contract Specialist Jesus A. Villegas at jesus.villegas@va.gov.