Y1DA--Reconfigure Outpatient Rehab Medicine 674-21-101
ID: 36C25725R0052Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the "Reconfigure Outpatient Rehab Medicine 674-21-101" project at the Olin E. Teague Veterans Center in Temple, Texas. This project involves the demolition and reconfiguration of approximately 26,000 square feet to create modern outpatient pharmacy and rehabilitation spaces, adhering to strict safety and regulatory standards. The contract is a total small business set-aside, with an estimated value between $10 million and $20 million, and proposals are due by September 8, 2025. Interested parties should contact Contract Specialist Eileen Myers at Eileen.Myers@va.gov or 254-987-0201 for further details.

    Point(s) of Contact
    Eileen MyersContract Specialist
    (254) 987-0201
    Eileen.Myers@va.gov
    Files
    Title
    Posted
    The 2012 Asbestos Reinspection Report for the Central Texas Veterans Health Care System, Waco VA Medical Center, details compliance with AHERA requirements through comprehensive facility inspections. Accredited inspectors visually assessed areas for suspect asbestos-containing materials (ACM), collected samples for analysis by an NVLAP-accredited laboratory, and performed point counting for materials with 1-5% asbestos content. The report includes homogeneous area tables and condition summaries, reviewed by a management planner to ensure AHERA compliance. Key recommendations include developing removal priorities, providing two-hour asbestos awareness training for staff, annual notification to building occupants about the Management Plan, installing warning labels in maintenance areas, and conducting periodic surveillance inspections every six months. The report mandates three-year reinspections, the availability of an accredited supervisor, and the use of licensed contractors for ACM removal. It also requires inspection of new construction for ACM or a letter of assurance. The report sections cover ACM homogeneous areas, condition and removal priority, bulk sample summaries, inspection logs, and certifications of personnel and laboratories, provided by ALTEC Environmental Consulting, LLC.
    This amendment to solicitation 36C25725R0052, issued by the Department of Veterans Affairs, primarily serves to upload the contractor site visit sign-in sheet for the "Reconfigure Outpatient Rehab Medicine" project. The effective date of this amendment is August 6, 2025, with the original solicitation dated July 25, 2025. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on their offer, or sending a separate communication, ensuring it is received prior to the specified offer receipt hour and date.
    Amendment 2 to Solicitation 36C25725R0052, dated August 7, 2025, from the Department of Veterans Affairs, Central Texas Veterans HCS, modifies the government's points of contact. Tailor Brown and Andres Garcia have been removed, and Eileen Myers and Rhonda Richardson have been added. All requests for information (RFIs) and proposals must now be submitted to the new contacts. The solicitation document has been updated to reflect these changes and includes new email addresses. All other terms and conditions of the original solicitation remain unchanged.
    The Department of Veterans Affairs, Network Contracting Office NCO17, issued an amendment (0003) to Solicitation Number 36C25725R0052, dated July 25, 2025, with an effective date of August 7, 2025. The purpose of this amendment is to include Architect's Supplemental Instructions No: 01 (ASI), which comprises drawings and specifications that were inadvertently omitted from the original solicitation. This modification ensures that all necessary documentation is provided to offerors. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to avoid rejection of their offer, with the deadline for offers not extended by this amendment.
    This amendment (36C25725R0052 0004) to solicitation 36C25725R0052, issued by the Department of Veterans Affairs, Network Contracting Office NCO17, serves to provide responses to Request for Information (RFI) submissions and attach supporting documents. The amendment explicitly states that due to a change in the point of contact, all attachments and amendments are for informational purposes. The effective date of this amendment is August 7, 2025. Key attachments include control specifications, a final report for Building 163, Qlean Air Drawings, and various solicitation revisions and sign-in sheets from a contractor site visit. All other terms and conditions of the original solicitation remain unchanged.
    The Presolicitation Notice outlines a requirement for the reconfiguration of outpatient rehabilitation medicine at the Olin E. Teague Veterans' Medical Center in Temple, Texas. The project, referenced as 674-21-101, is scheduled for a Request for Proposal (RFP) release on or about July 14, 2025. It involves providing labor, materials, equipment, and testing services, all in accordance with a forthcoming Statement of Work (SOW). This procurement falls under the NAICS code 236220, with a small business size standard of $45 million. The anticipated project cost is between $10 million and $20 million, and it is completely set aside for small businesses. Tailor Brown from the Central Texas Veterans Health Care System serves as the point of contact for inquiries. This notice serves as an advance announcement to potential bidders, emphasizing the importance of the work to enhance the facility's rehabilitation services for veterans.
    This document outlines a Request for Proposal (RFP) for the "Reconfigure Outpatient Rehab Medicine 674-21-101" project issued by the Department of Veterans Affairs, Central Texas Veterans HCS. The project, a 100% Small Business set-aside, involves construction, alteration, or repair, with an estimated magnitude between $10,000,000 and $20,000,000. Key dates include a site visit on August 6, 2025, an RFI due date of August 19, 2025, and proposals due on September 4, 2025. Proposals must be submitted via email in four volumes: Technical Acceptability, Past Performance, Price, and Solicitation/Offer/Award Documents. Evaluation factors prioritize past performance over price, with technical acceptability (bonding and small business status) being a pass/fail criterion. Offerors must demonstrate bonding capability for a minimum of $10,000,000 from a certified surety. Veterans Preference is also an evaluation factor, offering credit for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) status or their use as subcontractors. The contract type will be Firm-Fixed-Price.
    The document presents a Request for Proposal (RFP) from the Department of Veterans Affairs for the Reconfigure Outpatient Rehab Medicine project. Contractors are invited to submit proposals to furnish all labor, materials, and equipment necessary for project completion, with a contract magnitude estimated between $10 million and $20 million. This is a 100% Small Business set-aside, and performance and payment bonds are required. A site visit is scheduled for August 6, 2025, with proposals due by September 4, 2025. Detailed submission guidelines outline requirements for the technical, past performance, pricing, and award documentation volumes. Evaluation factors emphasize technical acceptability, past performance, veterans’ preference, and price, with a process that evaluates the best value for the government. Offerors must strictly adhere to the outlined instructions and provide evidence of bonding capacity and relevant past performance on similar projects. The solicitation reflects the government's commitment to involving small businesses while ensuring compliance with construction standards and veteran involvement.
    The Department of Veterans Affairs (VA) has issued a Sources Sought Notice for the project "Reconfigure Outpatient Rehab Medicine." This is a preliminary step to identify potential contractors able to fulfill the requirements for this construction project located at the Olin E. Teague Veterans’ Medical Center in Temple, Texas. The VA aims to assess interest in setting aside the project for Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB). Interested contractors must provide a Rough Order of Magnitude estimate, a Statement of Capability demonstrating previous projects valued between $10 million and $20 million, and information regarding their business size and socio-economic status as certified entities. The deadline for responses is May 13, 2025, by 15:00 CST, to be sent to the designated contracting officer, Tailor Brown. The notice clarifies that it is not a solicitation for proposals and that the government will not cover any costs incurred by respondents in preparing their submissions. This initiative signifies the VA's intent to enhance its outpatient rehabilitation facilities while potentially supporting veteran-owned businesses.
    The Department of Veterans Affairs (VA) has issued a Sources Sought Notice concerning the potential reconfiguration of Outpatient Rehab Medicine services at the Olin E. Teague Veterans’ Medical Center in Temple, Texas. This notice serves as a market research tool to identify contractors capable of delivering the necessary construction services and to gauge interest for possible set-asides for Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB). Contractors are required to submit a Rough Order of Magnitude for the project, along with a Statement of Capability detailing their relevant experience in projects valued between $10 million and $20 million. Respondents must include their business size and socio-economic status, specifically noting any certifications with SAM.gov or SBA DSBS. The deadline for submissions is May 13, 2025, at 15:00 CST to the designated contracting officer. The notice emphasizes that this is not a solicitation for proposals and that no costs will be reimbursed for responses. This initiative reflects the VA's strategic planning for rehabilitation services within its facility, ensuring compliance and competitiveness in the procurement process.
    The “Reconfigure Outpatient Rehab Medicine” project for the Olin E. Teague Veterans Center, VA Project #674-21-101, involves reconfiguring approximately 26,000 GSF. This includes demolishing existing pharmacy, sterilization, and rehab areas, and constructing new pharmacy, office, and rehabilitation spaces in the basement of Building 163. The project is phased, requiring coordination with the VA for staging and successive completion. It adheres to 2021 IBC, 2010 ADA, and various NFPA codes. The general contractor must verify existing conditions, manage demolition, and ensure life safety systems remain operational. The project emphasizes strict adherence to design standards, utility coordination, and hazardous material protocols.
    The OLIN E. TEAGUE VETERANS CENTER requires a Direct-Digital Control (DDC) System for HVAC reconfiguration in its Outpatient Rehab Medicine unit. This project, VA Project No. 674-21-101, mandates a complete, integrated DDC system with BACnet native controllers and a new BACnet Engineering Control Center (ECC) that communicates with the existing JCI DDC system via a programmable gateway. The system must ensure stand-alone operation for mechanical systems in case of network failure. The contractor is responsible for all aspects, including engineering, installation, commissioning, training, and a comprehensive warranty. Specific performance criteria for graphic display, alarm response, and control accuracy are outlined, along with detailed submittal requirements for drawings, manuals, and software licenses. The project emphasizes adherence to industry standards like ASHRAE 135 and various safety codes.
    This government Statement of Work (SOW) outlines a project to reconfigure the Outpatient Rehab Medicine and Outpatient Pharmacy Services in the basement of building 163 at the Olin E. Teague Veterans’ Medical Center in Temple, Texas. The multi-phased project requires the new Outpatient Pharmacy space to be operational before work on the Physical Medicine and Rehabilitation Service area begins. The scope includes renovations to electrical, mechanical, IT, and Nurse Call systems, requiring some after-hours and weekend work due to the 24-hour healthcare facility operation. The contractor is responsible for providing all labor, materials, equipment, and testing services in accordance with contract documents, VA specifications, and all applicable federal, state, and local regulations, including OSHA and Infection Control Risk Assessment (ICRA) standards. Key deliverables include performance and payment bonds, proof of insurance, a Contractor Quality Control Plan (CQCP), a Comprehensive Safety Plan, submittal CDs, Operations and Maintenance Manuals (O&M), and O&M training. The project has a performance period of 550 calendar days after Notice to Proceed and requires a minimum three-year warranty. Confidentiality and non-disclosure of project information are strictly enforced.
    This government file details a phased renovation project at the Olin E. Teague Veterans' Center in Temple, Texas, focusing on reconfiguring the Outpatient Rehab Medicine department. The project, identified as EA04.0101, involves the demolition of approximately 26,000 GSF including existing pharmacy, treatment, and locker areas, followed by new construction of a pharmacy, offices, conference rooms, reception, and a PT/KT mobility gym in the basement of Building 163. Key aspects include adherence to 2021 International Building, Mechanical, Electrical, and Plumbing Codes, as well as NFPA 101 Life Safety Code. The document outlines general contractor responsibilities, emphasizing site verification, coordination with existing operations, and strict demolition, cutting, and patching protocols to maintain structural integrity and life safety systems. It also specifies requirements for attic stock and utility coordination, highlighting the multi-disciplinary effort involving architectural, structural, electrical, mechanical, plumbing, fire alarm, fire protection, and technology components.
    The Olin E. Teague Veterans Center in Temple, TX, is undergoing a significant renovation project (VA Project No. 674-21-101) to reconfigure its outpatient rehabilitation medicine area. This involves the demolition of approximately 26,000 GSF, including an existing pharmacy, exam, and therapy rooms, to make way for new construction. The new layout will feature a modern pharmacy, IV and sterilization rooms, conference rooms, offices, patient lift, and a PT/KT mobility gym, all located in the basement of Building 163. The project, issued for construction on June 24, 2022, is phased and requires strict adherence to safety, security, and environmental protocols, including fire safety, infection prevention measures, and proper disposal of materials. The contractor is responsible for site preparation, maintaining utilities, coordinating with medical center operations, and ensuring all work complies with detailed architectural, structural, mechanical, plumbing, electrical, and communication specifications across three volumes.
    The Olin E. Teague Veterans Center is undergoing a reconfiguration of its Outpatient Rehab Medicine facility, focusing on the design, installation, and testing of wet-pipe sprinkler systems and general plumbing work. The project adheres strictly to NFPA 13 for sprinkler systems and various other codes and standards, including ASME, ASTM, ICC, MSS, and NSF, for plumbing. Key requirements include hydraulic calculations, specific hazard classifications for different areas (e.g., patient care as Light Hazard, laboratories as Ordinary Hazard Group 1, and storage rooms as Ordinary Hazard Group 2), and detailed submittals for qualifications, drawings, manufacturer data, and testing certificates. The project also specifies materials for piping, valves, sprinklers, and signage, emphasizing quality assurance, installer reliability (10 years of experience), and the use of UL or FM-approved equipment. Installation guidelines cover piping, drains, supervisory switches, and clearances, with a strong emphasis on post-installation inspection, testing, and training for VA personnel. Additionally, the project outlines general plumbing requirements, including material compatibility, safety guards, and electric motor specifications, ensuring a safe, reliable, and maintainable system.
    The Olin E. Teague Veterans Center in Temple, TX, is undergoing a reconfiguration of its Outpatient Rehab Medicine department, as detailed in Project Manual Vol. 3. This document outlines the medical equipment required, distinguishing between existing and new items. The project focuses on two main departments: Pharmacy and Rehabilitation. The Pharmacy department will receive various items, including wire shelving, biosafety cabinets, flammable safety cabinets, utility carts, hand sanitizer dispensers, medication dispensers, laboratory freezers, laminar flow hoods, and refrigerators. The Rehabilitation department will be equipped with parallel bars, ergometers, various exercisers, a hydrocollator, patient lifts, scales, treatment tables, mobility aids, vital signs monitors, and therapeutic ultrasound units. The manual includes detailed specifications for several items, such as the Swisslog Healthcare AutoCarousel for medication dispensing, Spacesaver high-density shelving, and LogiQuip wire shelving, providing dimensions, electrical requirements, and installation notes. The project aims to modernize and enhance the functionality of both departments.
    The document outlines requirements for a federal government Request for Proposals (RFP) or grant, focusing on infrastructure upgrades and hazardous material management. Key aspects include detailed assessments of existing systems, particularly mechanical, plumbing, and fire suppression, to meet current standards and regulations. The file also addresses the need for comprehensive hazardous material surveys, covering asbestos, lead-based paint, and universal wastes, with a strong emphasis on safe handling, abatement, and remediation. The overall purpose is to ensure modernization of facilities, compliance with safety protocols, and environmental regulations, while also stressing the importance of clear communication, detailed planning, and adherence to established guidelines for all project phases.
    The document provides detailed instructions and a breakdown for a fixed-price contract, likely for a construction project given the terminology. It outlines various cost categories, termed 'Divisions,' which align with the Construction Specification Institute (CSI) format. The instructions emphasize that the awardee is responsible for verifying the accuracy of formulas for subtotals and the contract total. Key points include that all pricing is fixed, the line-item breakdown is for informational purposes only and does not represent separate billable deliverables, and field office overhead and general conditions are considered the same cost category and applied only once. The document lists numerous construction divisions from general requirements to specialized equipment, all currently at a zero price, indicating a template for bids. Additional cost categories such as insurance, taxes, O&M manuals, overhead, subcontract mark-up, and profit are also included, culminating in a total contract price.
    The Reconfigure Outpatient Rehab Medicine project at the Olin E. Teague Veterans’ Medical Center aims to renovate the basement of building 163 to enhance the Physical Medicine and Rehabilitation Service and the Outpatient Pharmacy Service. The multi-phased project will ensure that the new Outpatient Pharmacy is functional before commencing work on the PM&RS space. Key activities include reconfiguring electrical, mechanical, IT, and nurse call systems while ensuring minimal disruption to a 24-hour healthcare facility. Contractors must adhere to stringent guidelines regarding repairs, safety, and compliance with various regulations, including those set by the Department of Veterans Affairs and OSHA standards. The project requires coordination for utility shutdowns and mandates the contractor to implement proper waste management and control measures. Additionally, there is a focus on delivering comprehensive documentation, including operations and maintenance manuals and quality control and safety plans. Overall, this initiative underscores the VA’s commitment to improving its facilities while maintaining safety and operational integrity throughout the renovation process, with a performance period set for 550 calendar days post-award.
    The document outlines the project details for the reconfiguration of the outpatient rehabilitation medicine area at the Olin E. Teague Veterans' Center in Temple, Texas. This initiative includes the demolition of approximately 26,000 square feet, which encompasses existing pharmacy services, locker rooms, and treatment areas. New constructions will feature updated pharmacy facilities, conference rooms, receiving spaces, and physical therapy gyms, all to be executed in four phases, each requiring acceptance by the Veterans Affairs (VA) before progressing. Key responsibilities for the general contractor (GC) include coordinating staging areas, managing utility services during construction, and ensuring existing building systems remain operational. Safety and compliance with local building codes, life safety standards, and environmental protocols are prioritized. The project also addresses potential hazards, such as asbestos discovery during demolition, with stipulations to cease work until a comprehensive survey is completed. Overall, the document conveys the VA's commitment to upgrading its facilities to meet contemporary standards while ensuring the safety and functionality of the premises throughout the renovation process. Compliance with state and federal regulations is crucial to the successful completion of the project.
    The Olin E. Teague Veterans Center in Temple, TX, is initiating a significant reconfiguration project for the outpatient rehabilitation medicine facilities under VA Project No. 674-21-101. This construction endeavor involves a comprehensive renovation, including the demolition of approximately 26,000 square feet and the creation of modern spaces such as a new pharmacy, offices, treatment rooms, and therapy areas, to be executed in four phases. The provided Project Manual outlines critical specifications, general requirements, and safety protocols essential for the execution of the project. It mandates adherence to thorough security measures, fire safety plans, and infection control practices to protect both patients and staff within the medical center during construction. Key elements include maintaining existing utility services, obtaining necessary permissions for utility interruptions, ensuring effective dust and debris control, and providing training for contractor personnel on safety and infection prevention. This project illustrates the VA's commitment to modernization and enhancement of care facilities, ensuring they meet current operational needs while complying with stringent safety standards and operational protocols.
    The document outlines the specifications for the design, installation, and testing of a wet-pipe sprinkler system at the Olin E. Teague Veterans Center, as part of the project to reconfigure the Outpatient Rehab Medicine facilities. It emphasizes adherence to NFPA 13 standards in creating a fully operational automatic system, detailing hydraulic calculations, hazard classifications for various occupancy types, and required equipment. Key components include specifying piping materials, valve types, and sprinkler systems, as well as quality assurance measures that ensure installer qualifications and approval of materials. The document requires comprehensive submittals, including detailed working drawings, materials data sheets, and maintenance manuals. It emphasizes the importance of clear documentation, coordination of work phases, and rigorous inspection protocols to ensure compliance with safety standards and operational efficiency. This initiative represents a critical investment in enhancing fire safety protocols within the Veterans healthcare infrastructure, reflecting the government's commitment to providing secure environments for patients and staff.
    The Olin E. Teague Veterans Center in Temple, TX, is undergoing a remodeling project centered on reconfiguring outpatient rehabilitation services. This project, designated as VA Project No. 674-21-101, includes detailed planning of the medical equipment necessary for enhancing the facility's service capability. The project manual outlines a comprehensive list of medical equipment, categorized by department and room, detailing quantities, descriptions, manufacturers, and models, along with status indicators for existing and new items. Key components include scattered equipment across departments such as pharmacy and rehabilitation, with items like parallel bars for physical therapy, cabinets for medication storage, and various utility carts. Each listed item includes specifications that highlight requirements for installation and operational considerations, with some items designated as new versus existing. Additionally, the document stresses the importance of connectivity for certain medical equipment, underscoring the modernization aspects of this initiative. This remodel reflects the federal government's commitment to improving veteran healthcare services by upgrading facilities to meet current healthcare standards and enhance operational efficiency.
    The document serves as a supplemental instruction for the reconfiguration of the Outpatient Rehab Medicine project at the Olin E. Teague Veterans Center. Issued on March 24, 2025, under VA Project #674-21-101, it details that all project alternates have been removed as part of the owner's revisions. The revision includes updated drawings and specifications, specifically referencing sheets A-000, A-001, and specification section 01 32 16.15. The instructions were requested by Project Manager Mark D. McComas. This document reinforces adherence to the original contract while facilitating necessary changes to meet project requirements, emphasizing the government's efforts to adjust service facilities effectively and efficiently.
    The document appears to be a fragmented and corrupted government file related to federal RFPs (Requests for Proposals) and grants. Despite its damaged state, key themes suggest a focus on federal and local procurement processes, funding allocations, and program requirements. The aim seems to be to lay out the necessary guidelines for applicants seeking federal assistance in specific areas. Key components likely include program eligibility, application procedures, assessment criteria, and funding limitations. Furthermore, the document touches upon the importance of compliance with federal regulations and the significance of safety protocols in federal projects. The context indicates it is part of broader governmental efforts to streamline funding opportunities for local initiatives. Without coherent details due to the corrupted content, a comprehensive understanding of the specific topics covered is inhibited; however, the critical elements of securing federal grants and effectively fulfilling RFP requirements remain prevalent throughout the file. The overarching purpose of the document seems to facilitate access to federal resources for applicable organizations, reinforcing accountability and thoroughness in proposal submissions.
    The document outlines pricing schedule breakdown instructions for a federal construction project, emphasizing that all pricing must be fixed. It assigns responsibility to the awardee for ensuring the accuracy of calculations in subtotals and total costs. The term "Division" correlates with the Construction Specification Institute's categorization of various work actions relevant to the project. The document explicitly states that the detailed line item pricing is provided for informational purposes only and does not reflect separate billable items. It categorically includes areas such as general requirements, concrete, plumbing, and electrical, with specified costs for each division currently listed as $0.00, indicating no charges at this stage. Additional cost items such as insurance, taxes, overhead, subcontractor mark-ups, and profit margins are also included, all marked as $0.00. The total for both division items and contract totals is $0.00. This structured price schedule serves to standardize the pricing approach for contractors responding to the RFP, ensuring clarity and uniformity in financial considerations throughout the project execution per standard government practices.
    The RFI consolidation for project 674-21-101 NRM Reconfigure Outpatient Rehab Medicine addresses numerous contractor questions. Key aspects include handling hazardous materials (asbestos surveys provided), a Level 4 ICRA, and specified proprietary subcontractors (Qlean Air, GULDMANN, Johnson Controls). Disruptive work must occur after hours in the 24/7 medical facility. The General Contractor (GC) is responsible for pneumatic tube modifications, patient lift support, and floor reinforcement for robot removal/reinstallation. The fire sprinkler piping in the project area must be entirely replaced. The GC must hire a commissioning team. All project alternates have been removed from the solicitation. The GC is not to provide chairs or PT training equipment, only power and data. The QleanAir system and its installation are a separate contract, but the GC provides all materials, equipment, and labor for site preparation. The project will tie into the existing pneumatic tube system with necessary modifications. The patient lift requires a trainer module and a minimum 750 LBS capacity. The GC is responsible for reinforcing the floor for robot removal. Exhaust ductwork from Qlean Air spaces must be stainless steel. Flooring in the Qlean Air space is the GC's responsibility, with sheet vinyl and flash cove base being acceptable. Qlean Air will install its own lighting. The project is a competitive Service-Disabled Veteran Owned Small Business Set-Aside, with specific rules regarding large business involvement in bonding. Off-hours are defined as weekends and 1700-0600. The VA will coordinate with the GC on a phasing plan and scheduling network outages. Progress photos are required but do not necessitate a commercial photographer or online hosting. The DDC system and components shall be Metasys. A $20,000 allowance for fire patching is required. HVAC and Plumbing contractors must submit 3D BIM Models at Level 350. The project is tax-exempt and is expected to be awarded in FY25.
    The Statement of Work outlines the requirements for the Reconfigure Outpatient Rehab Medicine project at the Olin E. Teague Veterans’ Medical Center in Temple, Texas. The purpose is to renovate the basement floor to better serve Physical Medicine and Rehabilitation and Outpatient Pharmacy Services. The project will be executed in multiple phases, with specific focus on minimizing disruption to ongoing operations, requiring after-hours and weekend work. The contractor is responsible for all aspects, including labor, materials, and compliance with numerous regulations, including VA specifications and OSHA standards. Key tasks involve relocating utilities, ensuring proper waste management, and implementing effective safety measures, including fire protection. Critical components include the submission of performance bonds, insurance proof, a quality control plan, and operations manuals. The performance period is set for 550 days post-notice to proceed, with acceptance contingent upon meeting all project specifications, providing thorough documentation, and offering post-completion training. The document emphasizes maintaining confidentiality, with strict guidelines on handling sensitive information. This undertaking demonstrates the government’s commitment to improving veteran care through facility upgrades while ensuring compliance and safety throughout the construction process.
    The document provides a detailed schematic plan and area breakdown of a pharmacy and associated office spaces, likely for a government RFP or grant related to healthcare facility upgrades or construction. Key areas include a 3735 SF Pharmacy, a 170 SF Conference Room, various offices ranging from 86 SF to 115 SF, and support rooms such as a 239 SF Break Room, a 144 SF Lobby, and a 380 SF Vault. Specialized areas like a COVID Work Room, Receiving, and Storage are also detailed. The plan highlights technical specifications for pharmacy equipment, including Connect-Rx Carousels (15,604 LBS each), a Pneumatic Tube System (XR2), and a Cart Module Access system (20,581 LBS). Mechanical notes and details for sink mounts and panel floor details are also included. The document outlines space allocation, equipment placement, and some structural/mechanical elements, providing a comprehensive overview for a potential contractor or grant applicant.
    This document outlines a Request for Proposal (RFP) for the Reconfigure Outpatient Rehab Medicine 674-21-101 project for the Department of Veterans Affairs. This is a 100% Small Business set-aside construction project with an estimated magnitude between $10,000,000 and $20,000,000. Key requirements include mandatory performance and payment bonds, a site visit on August 6, 2025, and proposals due by September 4, 2025. Proposals must be submitted in four separate volumes: Technical Acceptability, Past Performance, Price, and Solicitation/Offer/Award Documents, with specific page limitations for each. Evaluation criteria prioritize past performance as significantly more important than price, with additional consideration for Veterans Preference. Offerors must demonstrate bonding capability for a minimum of $10,000,000 from a Treasury-certified surety and provide detailed past performance information for projects valued at $10 million or greater within the last three years.
    This document is an amendment to Solicitation Number 36C25725R0052, issued by the Department of Veterans Affairs, Central Texas Veterans HCS, Network Contracting Office 17. Dated July 25, 2025, with an effective date of August 6, 2025, this amendment's primary purpose is to upload the contractor site visit sign-in sheet for the "Reconfigure Outpatient Rehab Medicine" project. The amendment specifies that offers must acknowledge receipt by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or by separate letter or electronic communication. It clarifies that the hour and date for receipt of offers is not extended. All other terms and conditions of the original solicitation remain unchanged. The attachment, "S04 Contractor Site Visit Sign-In Sheet - Reconfigure Outpatient Rehab Medicine - 08.06.2025," is included.
    Amendment 2 to Solicitation 36C25725R0052, issued by the Department of Veterans Affairs, Central Texas Veterans HCS, modifies the government points of contact. Tailor Brown and Andres Garcia have been removed, and Eileen Myers and Rhonda Richardson are now the designated contacts for all RFIs and proposals. The solicitation document has been revised (Revision 1, dated 8-7-25) to reflect these changes and include the new email addresses. All other terms and conditions of the original solicitation remain unchanged. This amendment is crucial for all offerors and bidders to ensure proper communication and submission of documents to the correct personnel.
    Similar Opportunities
    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.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "Replace Cart Elevators - Surgery" project at the Central Texas Veterans Health Care System in Temple, TX. The project involves replacing existing hydraulic cart elevators with new traction elevators in Building 163, specifically within the surgical suite, and includes significant electrical and mechanical system reconfigurations. This procurement is particularly important for maintaining operational efficiency and safety within the hospital environment, emphasizing strict adherence to safety protocols during construction. The estimated contract value ranges from $1,000,000 to $2,000,000, with a performance period of 270 calendar days post-award. Interested parties must submit proposals via email by January 5, 2026, and are encouraged to contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov for further details.
    Y1DA--Project 549A4-21-703 EHRM Training and Admin build
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the EHRM Training and Admin Support Space project (Project Number 549A4-21-703) at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. This project involves the renovation of four rooms to create temporary EHRM classrooms and an office, including asbestos abatement, interior demolition, and installation of new HVAC equipment and finishes. The procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 236220, with a contract value estimated between $500,000 and $1 million. Interested contractors must submit their proposals by January 15, 2026, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov for further information.
    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.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.
    Z1DA-- Renovate OR for Hybrid Installation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating room (OR) facilities at the VA Northern California Healthcare System in Mather, California. This project involves a comprehensive renovation and expansion of approximately 12,500 square feet, including the upgrade of four existing ORs and the addition of a fifth Hybrid OR, with construction to be phased and temporary OR trailers utilized during the process. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10 million and $20 million, and proposals are due by January 15, 2026. Interested contractors must attend a mandatory site visit on December 11, 2025, and can direct inquiries to Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Building Automation System" project at the Temple and Waco Veterans Affairs Medical Centers in Texas. This procurement involves upgrading HVAC and related systems to a digital control system, specifically the Metasys BACNET MSTP network, with a project value estimated between $10 million and $20 million. The upgrades are critical for enhancing the efficiency and reliability of environmental controls within the facilities, ensuring a better operational environment for both patients and staff. Proposals must be submitted via email by January 12, 2026, with pre-bid site visits scheduled for December 10th and 11th, 2025. For further inquiries, interested parties can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    Z1DA--PN:549-23-723 NRM Upgrade Utility Grand Prairie (VA-26-00004529)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the NRM Upgrade Utility project at the Grand Prairie facility in Texas, specifically designated as Project No. 549-23-723. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves comprehensive utility upgrades, including demolition, construction of new mechanical, electrical, civil, and structural systems, and the establishment of a utility yard, with a performance timeline of 548 calendar days. The total estimated cost for this project ranges from $1,000,000 to $5,000,000, and proposals are due by December 12, 2025, at 1:00 PM CST, following a mandatory site visit on November 14, 2025. Interested contractors can reach out to Contract Specialist Miguel A. Gonzalez at Miguel.Gonzalez4@va.gov for further inquiries.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage at the Bonham Veterans Affairs Medical Center, specifically in Buildings 1 and 29. The project requires qualified technicians and a certified mold remediation team to perform demolition, water mitigation, and build-back services, with a focus on ensuring a safe environment for patients and staff. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated cost between $100,000 and $250,000. Proposals are due by December 15, 2025, at 1:00 PM CST, and interested parties should contact Miguel Gonzalez at miguel.gonzalez4@va.gov or 915-282-1732 for further information.
    Radiopharmaceuticals for Temple Texas VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to provide radiopharmaceuticals for the Olin E. Teague VA Medical Center in Temple, Texas, through a short-term contract lasting six months. This procurement is critical for the Nuclear Medicine Department, as the radiopharmaceuticals are essential for medical imaging and therapeutic treatments for various carcinomas, with a total estimated procurement cost of $445,000. The urgency of this requirement is underscored by the short shelf-life of the products, necessitating timely delivery to ensure continuous patient care for veterans. Interested vendors can contact Jeffrey Crysler at jeffrey.crysler@va.gov or by phone at 210-617-5300 for further details.