ContractSolicitationService-Disabled Veteran-Owned Small Business Set Aside

Z1DA-- Renovate OR for Hybrid Installation

DEPARTMENT OF VETERANS AFFAIRS 36C26126R0009
Response Deadline
Feb 24, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is soliciting proposals for the renovation of the Operating Room (OR) area at the VA Northern California Healthcare System in Mather, California, under Solicitation No. 36C26126R0009. This project involves a comprehensive renovation and expansion of approximately 12,500 square feet, which includes upgrading four existing ORs and adding a fifth Hybrid OR suite, while also incorporating temporary surgical trailers to maintain operational continuity during construction. The renovation is critical for modernizing surgical facilities to meet current VHA Design Guides and ensuring compliance with safety and operational standards. Proposals are due by February 24, 2026, at 10:00 AM Pacific Time, and interested parties should contact Contract Specialist Charee Harris at charee.harris@va.gov or 775-788-5511 for further details.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z1DA
MAINTENANCE OF HOSPITALS AND INFIRMARIES

Solicitation Documents

70 Files
36C26126R0009 Solicitation.pdf
PDF773 KBFeb 20, 2026
AI Summary
The Department of Veterans Affairs (VA) is soliciting offers for a comprehensive renovation and expansion project at the VA Northern California Healthcare System in Mather, CA. This Request for Proposal (RFP) (36C26126R0009) outlines the renovation of 12,500 square feet of existing operating room (OR) space in Building 700, including upgrading four ORs and adding a fifth Hybrid OR. The project requires phased construction, utilizing temporary OR trailers supplied by the VA, and includes the renovation of adjacent support areas. Key brand-name or equal items include Fortress stainless steel wall systems, SLD Technology Modular Ceiling Systems, Johnson Controls programming, Secutron fire alarm systems, HID PIV card readers, and a relocated Swiss Log pneumatic tube system. This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10,000,000.00 and $20,000,000.00. Proposals are due by January 15, 2026, and a mandatory pre-proposal site visit is scheduled for December 11, 2025. Offers must include both price and technical proposals, adhere to strict formatting and content requirements, and confirm compliance with responsibility and small business certifications.
Attachment A - Request for Information.docx
Word19 KBFeb 20, 2026
AI Summary
The provided document is a Request for Information (RFI) form, specifically for Project No. 612A4-25-004, titled "Renovate OR for Hybrid Installation." This RFI is associated with Solicitation No. 36C26126R0009. The form is designed for contractors to submit information regarding a problem or request related to the renovation of an operating room for a hybrid installation, with responses to be sent to charee.harris@va.gov. It includes fields for contractor details, project and RFI numbers, project name, date requested, and references to drawing and specification sections. The form also provides a section for the Project Manager's response, including tracking and amendment numbers, and the VA Project Engineer/Manager's details and date. This RFI serves as a formal communication tool within the federal government procurement process to gather specific details for an upcoming renovation project.
Attachment B - EMR Sheet.docx
Word19 KBFeb 20, 2026
AI Summary
This government file outlines safety and environmental requirements for contractors bidding on project 36C26126R0009, as mandated by VHA Directive 7715. To be eligible, contractors must certify on company letterhead that they have no more than three serious, one repeat, or one willful OSHA or EPA violation(s) in the past three years. Additionally, they must have an Experience Modification Rate (EMR) of 1.0 or less. Offerors are required to submit their current EMR, verified by their insurance carrier on letterhead. If an EMR exceeds 1.0, a written explanation from the insurance carrier, also on letterhead, detailing the reasons and anticipated reduction date, is required. The file includes a table for tracking violations and a section for EMR submission, emphasizing the need for supporting documentation.
36C26126R0009 0002.docx
Word114 KBFeb 20, 2026
AI Summary
This amendment to solicitation 36C26126R0009, issued by the Department of Veterans Affairs, VA Sierra Pacific Network (VISN 21), specifically the VA Sierra Nevada Health Care System in Reno, NV, modifies the proposal due date to February 5, 2026, at 10:00 AM Pacific time. The purpose is to allow additional time for Request for Information (RFI) responses. All other terms and conditions of the original solicitation remain unchanged. The amendment, number 0002, was effective on January 21, 2026, and was signed by Contracting Officer Charee Harris.
SOW Hybrid OR Draft.pdf
PDF175 KBOct 24, 2025
AI Summary
The Department of Veterans Affairs is undertaking Project 612A4-25-004 to renovate and expand the surgical operation room (OR) area in Building 700 at the VA Northern California Health Care System. This 12,500 square foot project involves comprehensive upgrades to architectural, structural, mechanical, plumbing, electrical, and low-voltage systems to meet current VHA Design Guides. Key objectives include upgrading four existing ORs, adding a fifth Hybrid OR, optimizing workflow, and addressing deficiencies in critical systems. The project mandates the setup, certification, and commissioning of three temporary OR trailers, provided by the VA, to maintain surgical capacity during phased construction. The contractor is responsible for coordinating the installation and support infrastructure for these trailers, including utility connections and patient pathways. Renovation also extends to adjacent support and auxiliary areas. Daniel Jhun serves as the Contracting Officer, and Patrick Wee is the Contracting Officer's Representative.
Sources Sought - Renovate OR Area for Hybrid Installation.docx
Word20 KBOct 24, 2025
AI Summary
This "sources sought" notice from the VA Northern California Healthcare System seeks qualified businesses for the "Renovate OR Area for Hybrid Installation" project (36C26126R0009). The VA aims to identify businesses, including Service-Disabled Veteran-owned, Veteran-Owned, small, disadvantaged, Women-owned, HUBZone, and 8(a) small businesses, capable of performing commercial and industrial building construction (NAICS 236220, size standard $45 million). Responses will help determine the acquisition method, potential set-asides, and correct approach (e.g., purchase and installation vs. construction). Interested firms must submit socio-economic category information and, for SDVOSB/VOSB, evidence of VetBiz verification, via email to charee.harris@va.gov by November 3, 2025, at 10:00 AM Pacific Time. A work statement and response form are attached, and insufficient interest may preclude set-asides.
Sources Sought Form Operating Room Upgrades.docx
Word22 KBOct 24, 2025
AI Summary
This "Sources Sought Information Form" (36C26125R0009) is issued by the VA Northern California Healthcare System to gather information from potential contractors for upcoming upgrades. The form requests firm details such as name, address, and contact information for a point of contact. It also asks for the business type, including certifications like SBA 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business, Small Business, or Other than Small Business. Additionally, the form inquires about the firm's bonding capacity, including the surety name, maximum bonding capacity per project, and aggregate maximum bonding capacity for multiple contracts. This information helps the VA assess the market and identify qualified businesses for future solicitations, ensuring compliance with federal contracting requirements.
36C26126R0009.docx
Word18 KBOct 24, 2025
AI Summary
The Department of Veterans Affairs is issuing a Sources Sought Notice (Solicitation Number 36C26126R0009) to identify qualified businesses for the renovation of an Operating Room Area for Hybrid Installation at the VA Northern California Healthcare System. This notice, primarily for information and planning, seeks responses from Service-Disabled Veteran-owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), small, disadvantaged, women-owned, HUBZone, and 8(a) small businesses. The NAICS code is 236220 (Commercial and Industrial Building Construction) with a $45 million size standard. Responses will help determine the acquisition method and potential set-asides. Interested firms must submit their socio-economic category and verification evidence by November 3, 2025, 10:00 AM Pacific Time to charee.harris@va.gov. A Statement of Work and response form are attached for additional details.
36C26126R0009_2.docx
Word16 KBNov 12, 2025
AI Summary
The Department of Veterans Affairs Network 21 Contracting Office will issue RFP 36C26126R0009 for the Renovate Operating Room (OR) for OR Hybrid project at the VA Northern California Healthcare System in Mather, California. This procurement is a Service-Disabled Veteran Owned Small Business Set-Aside, with NAICS Code 236220 and a $45.5M size standard. The solicitation, conducted under FAR Part 15, is anticipated to be posted on November 25, 2025, and close on January 9, 2026, at 10:00 AM Pacific Time. A site visit will be scheduled, and all inquiries must be submitted via email to Charee Harris at charee.harris@va.gov. Amendments and postponements will be posted on the website, and offerors are responsible for monitoring for updates.
36C26126R0009 0005.docx
Word114 KBFeb 20, 2026
AI Summary
Amendment 0005 to Solicitation 36C26126R0009 extends the proposal due date to February 24, 2026, at 10:00 AM Pacific Time. This modification, issued by the Department of Veterans Affairs, VA Sierra Pacific Network (VISN 21), VA Sierra Nevada Health Care System, Reno, NV, ensures all other terms and conditions of the original solicitation remain unchanged. The amendment also includes responses to additional Requests for Information (RFIs) and attaches several supporting documents, such as Hybrid OR RFIs Amendment 005, Site Walk 02.04.26, and various RFI attachments detailing technical specifications and drawings. Offerors must acknowledge this amendment to ensure their proposals are considered valid.
Attachment D - Construction Experience Project Data Sheet.pdf
PDF279 KBFeb 20, 2026
AI Summary
The document outlines several essential forms for government solicitations, including Attachment D for Construction Experience Project Data Sheet, Exhibit B for NAVFAC/USACE Past Performance Questionnaire, Exhibit C for Offeror Team Composition and Management, and Exhibit D for Safety Data Sheet. These forms gather critical information from offerors regarding their project experience, past performance, team structure, and safety records. The Construction Experience Project Data Sheet requires details on up to five relevant construction projects, while the Past Performance Questionnaire allows clients to rate contractor performance across various criteria like quality, schedule, cost, and safety. The Team Composition form focuses on the roles and responsibilities of primary team members. Finally, the Safety Data Sheet collects safety performance metrics such as EMR, DART, and TRC rates, alongside a narrative on safety approaches. The document also includes a Request for Information (RFI) form for submitting inquiries. These exhibits collectively serve to evaluate an offeror's capabilities, past performance, and compliance with safety standards for government contracts.
Attachment E - Past Performance Questionnaire.docx
Word34 KBFeb 20, 2026
AI Summary
The Past Performance Questionnaire (PPQ) for RFP 36C26126R0009, 'OR Hybrid Renovation' at the VA Northern California Healthcare System, Mather, California, is a critical tool for evaluating offerors' past performance. This questionnaire, designed for completion by July 10, 2025, at 10:00 am Pacific Time, requires detailed information on contractor performance, including contract specifics and a comprehensive rating across various elements. The PPQ uses a six-tier rating scale (Exceptional, Good, Satisfactory, Marginal, Unsatisfactory, Neutral/Not Applicable or Unknown) to assess quality, schedule adherence, customer satisfaction, management, cost/financial management, and safety/security. Respondents must provide comments for each section and indicate if they would rehire the contractor. The collected data will enable the Government to thoroughly evaluate how well contractors performed on previous contracts, informing the selection process for the OR Hybrid Renovation project.
Attachment G - Supplemental Price Breakdown.xlsx
Excel15 KBFeb 20, 2026
AI Summary
The document, "ATTACHMENT G - PRICING SCHEDULE 36C26126R0009 Renovate OR for Hybrid Installation," is a pricing schedule detailing the estimated material and labor costs for various construction phases of a renovation project. Key categories include General Requirements, Foundations, Site Improvements, Overhead, Profit, and Bonds and Insurance. The schedule outlines itemized costs for personnel such as Project Managers, Superintendents, and Quality Control Managers, as well as for laborers and mobilization. While many construction phases like Superstructure, Exterior Enclosures, Roofing, and Interior Construction are listed, they currently show zero costs, indicating they may not be part of the initial scope or their costs are yet to be determined. The total estimated cost for the project is $14.00, with $8.00 allocated for materials and $6.00 for labor, excluding the specific costs for Heating, Ventilation & Air Conditioning, which is listed separately with a subtotal but no detailed breakdown. This schedule serves as a foundational pricing framework for the renovation of an Operating Room for Hybrid Installation.
Specifcations 612A4-25-004_VA_Hybrid-OR and Trailer 10.23.2025.pdf
PDF22436 KBFeb 20, 2026
AI Summary
The Department of Veterans Affairs' Northern California Health Care System is undertaking Project No. 612A4-25-004 to renovate the Operating Room (OR) area for a hybrid installation at the Mather VA Facility. This project, with a submission date of September 30, 2025, involves extensive architectural, structural, mechanical, plumbing, electrical, and low-voltage renovations across approximately 12,500 square feet of the second floor of Building 700. The goal is to update the surgery department to current VHA Design Guides and incorporate a Hybrid OR suite. The scope also includes the installation of temporary OR trailers during construction. The document outlines comprehensive specifications across numerous divisions, from general requirements and existing conditions to concrete, masonry, metals, wood, thermal and moisture protection, openings, finishes, specialties, equipment, furnishings, special construction, fire suppression, plumbing, HVAC, electrical, communications, and electronic safety and security. Key general requirements emphasize safety, security, fire prevention, infection control, waste management, utility coordination, and adherence to various federal and local regulations.
612A4-25-004 _VA_Hybrid-OR_DRAWINGS_Bid Set_09-30-2025.pdf
PDF59462 KBFeb 20, 2026
AI Summary
This government file details the
612A4-25-004_VA_TRAILER_DRAWINGS_Bid Set_09-30-2025.pdf
PDF36274 KBFeb 20, 2026
AI Summary
The Department of Veterans Affairs (VA) is undertaking a project to install "Temporary Surgical Trailers" at the Mather Campus of the VA Northern California Health Care System. This project involves the construction of a temporary building addition, including an enclosed ramp and corridor connecting the existing hospital (Building 700) to the temporary surgical trailers. The scope also encompasses a raised platform for clean supplies, and slab-on-grade construction for a soiled holding room, vestibule, and electrical building. The project involves comprehensive architectural, civil, landscape, structural, mechanical, plumbing, and electrical work. Strict infection control measures (ICRA Class & Permit Level IV) are mandated during and after construction, including HVAC isolation, critical barriers, negative air pressure, and meticulous cleaning. The new construction will adhere to various building codes, including the 2019 California Building Code and associated mechanical, plumbing, and electrical codes. The project site will involve demolition of existing structures and landscaping, with careful coordination required to minimize disruption to hospital operations. The overall purpose is to provide temporary surgical facilities while maintaining a safe and operational environment.
36C26126R0009 0007.docx
Word115 KBFeb 20, 2026
AI Summary
This amendment to solicitation 36C26126R0009, issued by the Department of Veterans Affairs, VA Sierra Pacific Network (VISN 21), VA Sierra Nevada Health Care System in Reno, NV, primarily serves to post an updated Wage Determination CA20260007 dated January 23, 2026. All other terms and conditions of the solicitation remain unchanged. The due date for proposals is February 24, 2026, at 10:00 AM Pacific Time. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on their offer, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge may result in rejection of the offer.
Wage Determination CA20260007 01.23.2026.pdf
PDF1454 KBFeb 20, 2026
AI Summary
This document outlines technical specifications and requirements for a government procurement, likely an RFP or grant, focused on communication and security systems. It details various components such as background and foreground music systems, intercoms, public address (PA) systems, emergency paging, and general alarm systems. The file emphasizes interconnectedness, requiring integrated systems for facility-wide communication and control. Specific technical terms like "multi-channel audio," "digital communication," and "voltage monitoring" are used, indicating complex electrical and data requirements. Additionally, the document references various monitoring and control systems, including those for security, environmental factors, and facility management. It suggests a comprehensive approach to modernizing or implementing advanced communication and security infrastructure within a government facility, with a strong emphasis on integration and compliance with technical standards.
36C26126R0009 0006.docx
Word113 KBFeb 20, 2026
AI Summary
This amendment, number 0006, to solicitation 36C26126R0009 for the Department of Veterans Affairs, VA Sierra Nevada Health Care System, issued on February 17, 2026, primarily serves to post a corrected Attachment 169A EP.201T. All other terms and conditions of the solicitation remain unchanged. The proposal due date for the solicitation remains February 24, 2026, at 10:00 AM Pacific Time. Offerors must acknowledge receipt of this amendment by one of the specified methods prior to the deadline to avoid rejection of their offer.
Attachment 169A EP.201T Corrected.pdf
PDF248 KBFeb 20, 2026
AI Summary
The document outlines an electrical upgrade project for Building 650's electrical room at 10535 Hospital Way Mather, CA 95655, under Project Number 612A4-25-004. The project, titled "HYBRID TEMPORARY TRAILERS," is a 100% submittal with an issue date of September 30, 2025, and revisions on February 11, 2026. Key tasks include relocating existing fixtures, fire alarm infrastructure, and thermostats, along with providing new circuit breakers. The Siemens 3000A distribution board (E) EHS1001A is the basis of design. The work is being performed by AESUS, an architecture, engineering, and sustainable design firm, for the U.S. Department of Veterans Affairs Office of Construction and Facilities Management.
Hybrid OR RFIs Amendment 005.xlsx
Excel64 KBFeb 20, 2026
AI Summary
The RFI Amendment 005 Updates document addresses numerous questions regarding a federal government project involving the renovation of operating rooms and the setup of temporary surgical trailers. Key clarifications include detailed specifications for wall types, security systems (C-Cure 9000 and Avigilon cameras), fire extinguisher requirements in operating rooms, and the acceptance of Los Angeles City Certification in lieu of AISC certification for steel subcontractors under specific conditions. It also outlines responsibilities for commissioning, testing, and certification of temporary trailers, which fall to the General Contractor, and confirms that trailers will remain on site post-project. The document provides guidance on proposal submission, personnel qualifications, and clarifies various technical details across electrical, mechanical, and plumbing systems. A significant aspect is the confirmation that the General Contractor is responsible for all costs related to trailer setup, commissioning, testing, and certification, with the VA not providing a commissioning agent.
Site Walk 02.04.26.pdf
PDF86 KBFeb 20, 2026
AI Summary
The provided document is a Site Visit Log for Solicitation/Contract/Task Order No. 126R0009, pertaining to the "Hybrid Renovation Mather" project. The site visit occurred on December 11, 2025, at 10:00 AM. The proposal due date/bid opening date is also scheduled for 10:00 AM, though the specific date is partially obscured. The log records attendees from various companies, including their names, company affiliations, and phone numbers, indicating their participation in the site visit. Additional requirements for the visit include a badge. The document serves as a record of those who attended the mandatory or highly recommended site visit for potential bidders or contractors interested in the renovation project.
Attachment RFI 55 - VA Mather Fire Alarm_AS-BUILT 8-27-2020.pdf
PDF14622 KBFeb 20, 2026
AI Summary
This government file details the fire alarm system for the V.A. / NACHCS Medical Center located at 10535 Hospital Way, Mather, CA. 95655. The document, labeled as "AS-BUILT," includes various sheets outlining the system's design and installation across multiple floors. Key sections include a cover sheet with notes and a legend, a sequence of operations and scope of work, and a details sheet specifying device mounting elevations and wiring. The file provides comprehensive floor plans for the first, second, third, fourth, and fifth floors, as well as mezzanine, penthouse, and roof plans, indicating the placement of fire alarm devices, such as alarms with varying candela ratings. It also includes a riser diagram and battery calculations with voltage drop information for both FACP 1 and FACP 2. The repeated warning "DO NOT PROCEED WITHOUT APPROVED PLANS" emphasizes the critical nature of compliance for this fire safety infrastructure project.
Attachment RFI No. 56.docx
Word2460 KBFeb 20, 2026
AI Summary
The document,
Attachmetn RFI 115B - Hybrid Drawings 5-4-15.pdf
PDF419 KBFeb 20, 2026
AI Summary
This document from Stryker provides a confidential and proprietary drawing template and equipment schedule for the VA Mather Medical Center's Hybrid OR - 2A236 project. The architectural drawing details the layout of the Hybrid OR, including adjacent Sub-Sterile, Control, and Equipment Rooms. The equipment schedule lists key surgical and monitoring systems, such as CHROMOPHARE® LEAD SHIELD/F628 Surgical Lights, TELETOM TC Mount® Anesthesia Booms, TANDEM TELETOM® systems with surgical lights and MCS Monitor Booms, and TELETOM® Equipment Booms. The document includes disclaimers regarding the confidential nature of the information and specific notes on boom arm clearances within the room. This file serves as a technical specification for the installation of medical equipment in a surgical setting.
Attachment RFI 115 A - 700000162 L_Pre-Install CHR F-GenChromoViewVPAUDM_EN.pdf
PDF11854 KBFeb 20, 2026
AI Summary
This Pre-Install Manual outlines the structural, mechanical, and electrical requirements for installing CHROMOPHARE F-Generation Surgical Lights, VPA, ChromoView Products, and Universal Display Mounts. It details responsibilities for both Stryker and the hospital/contractor, emphasizing critical site readiness, conduit, wiring, and electrical specifications. The document provides detailed structural requirements, including design loads, weight, and design specifications for various mounting scenarios. It also covers electrical safety, power requirements, and necessary certifications, with specific instructions for different product configurations and regional variations. The manual underscores the importance of adhering to all specifications and applicable codes to ensure a safe and effective installation.
Attachment 168C Trailer Drawings combined.pdf
PDF2758 KBFeb 20, 2026
AI Summary
The document is a highly repetitive diagrammatic representation, likely for an RFP or grant application, illustrating various arm lengths (900mm, 1000mm, 850mm, 1300mm) associated with a 'TRUCK' and a 'HEAD' component. The consistent repetition of the same visual elements, including lettered points (A, B, C, D, E) and numbered sequences (1-8), suggests a detailed specification or configuration for modular or adjustable equipment. The primary focus is on the different arm lengths, implying a requirement for versatility or specific reach capabilities for a vehicle-mounted system. The document’s structure emphasizes these arm measurements and their connection to the main components, indicating a need for precise dimensions and adaptability in the proposed solution.
Attachment RFI 168B 20MFAI560 AIR FILTER HEPA 24 X 24 X 12 AstroCel III_prod_mark_sheet_AFP 1 405F.pdf
PDF728 KBFeb 20, 2026
AI Summary
The AstroCel III HEPA filter is designed for critical applications requiring high airflow and efficiency, such as semiconductor manufacturing, pharmaceutical processing, hospitals, and food processing. Key features include a longer service life due to double the media area of typical HEPA filters, leading to fewer changeouts and lower operating costs. Its V-bank configuration and sub-micron glass fiber media optimize performance for high airflow and low resistance. The filter boasts a chemical-resistant anodized aluminum frame and various seal designs (gasket and gel). Every AstroCel III filter is individually tested to guarantee 99.99% efficiency at 0.3 micron and is UL Classified. AAF Flanders offers a TCO Diagnostic tool to help customers select the optimal filter for their needs.
Attachment RFI 168A -0062457 T0240DXWM VA 1248 NAS Submittal.pdf
PDF3267 KBFeb 20, 2026
AI Summary
The GERLING_20-TON WM HEPA document is a design submittal package from Northern Air Systems to Gerling for a 20-ton WM HEPA project. Dated August 28, 2023, with revision A, this package includes a proposal, mechanical drawings, electrical schematics, and details for remote displays, temperature/humidity sensors, and a stand-alone humidifier. Key system design specifications include a supply airflow of 8000 CFM, external static pressure of 0.8 inWC, and a total cooling capacity of 240,000 BTU/hr. The document requires customer approval via signature and date, with options for approval (no comments), comments noted (revise, resubmit, proceed), or not approved. Manufacturing will not proceed until Northern Air Systems receives the signed submittal.
Attachment 169B EP.401T.pdf
PDF276 KBFeb 20, 2026
AI Summary
The document is an electrical one-line diagram for a temporary operating room trailer at 10535 Hospital Way Mather, CA 95655, prepared by AESUS for the U.S. Department of Veterans Affairs. It details the electrical infrastructure, including existing and new components, such as automatic transfer switches (ATS), switchboards (SWB), transformers, and various panels. Key instructions include installing new breakers in existing emergency distribution boards, providing new circuit breakers for loads, terminating feeders to trailer panelboards, field-routing electrical connections to trailer panelboards, and providing a generator start signal. The diagram also specifies feeder sizes and notes on fault current values. The project, titled "HYBRID TEMPORARY TRAILERS," focuses on electrical upgrades and modifications, with an issue date of September 30, 2025, and revisions noted for February 11, 2026.
Attachment 169A EP.201T.pdf
PDF725 KBFeb 20, 2026
AI Summary
The document outlines the mechanical level 01 plan for hybrid temporary trailers at 10535 Hospital Way, Mather, CA 95655, for the U.S. Department of Veterans Affairs. The plan details the layout and specifications for various rooms including ER MD offices, exam rooms, nursing stations, storage areas, and corridors, along with their respective square footage. Key mechanical elements include critical equipment, emergency power, normal power, exhaust fans, oxygen, medical air, and nitrous oxide systems. The plan also specifies the installation of 20-ton A/C units, humidifiers, and Omnicell systems. Detailed pressurization legends are provided, indicating required pressurization levels for different areas, with a focus on maintaining positive pressure in surgery rooms (+0.02 IN-WC) and corridors (+0.01 IN-WC relative to the entry ramp). The document emphasizes the role of the test-and-balance contractor in achieving these pressurization levels by adjusting final flows at diffusers and grilles. Additional notes cover condensate routing, rooftop unit ductwork, humidifier grid installation, and fan speed adjustments. This mechanical plan is part of a 100% submittal for the project, indicating a comprehensive design for the temporary facilities.
Attachment 170B- M-202T.pdf
PDF203 KBFeb 20, 2026
AI Summary
The document,
Attachment 170A -M-201T.pdf
PDF725 KBFeb 20, 2026
AI Summary
The document outlines the mechanical level 01 plan for hybrid temporary trailers at 10535 Hospital Way, Mather, CA 95655, for the U.S. Department of Veterans Affairs. The plan details the layout and specifications for various rooms including ER MD Office, Exam Rooms, Triage, Storage, Toilets, Nursing Stations, and Lounges, along with their respective square footage. Key mechanical elements include critical equipment, emergency power, normal power, exhaust fans, oxygen, medical air, and nitrous oxide systems. The plan also specifies 20-ton A/C units, humidifiers, and Omnicell units. Detailed pressurization legends and general notes provide instructions for the test-and-balance contractor to achieve specific pressurization levels in surgery rooms (+0.02 IN-WC) and corridors (+0.01 IN-WC relative to the entry ramp). The project emphasizes maintaining precise air pressure in critical areas, routing condensate, ductwork to rooftop units, and installing humidifier grids with specific material requirements. This comprehensive mechanical plan ensures the functionality, safety, and regulatory compliance of the temporary healthcare facility.
Attachment 171 M-001T.pdf
PDF177 KBFeb 20, 2026
AI Summary
This document outlines the mechanical legend, abbreviations, general notes, and equipment schedules for the Hybrid Temporary Trailers project at 10535 Hospital Way Mather, CA 95655. It details symbols for various mechanical components like diffusers, VAV boxes, ducts, pipes, and dampers. The general notes emphasize compliance with all applicable building codes, the contractor's responsibility for permits, materials, coordination with other trades, and protection of existing facilities. Specific sections cover wiring standards (NFPA 262, ICC Electrical Code) and the provision of volume and balancing dampers. The document also includes schedules for packaged heat pumps, humidifiers, split system heat pumps, air-cooled heat pump condensing units, air devices, and fans, specifying their location, type, airflow, capacity, electrical requirements, and basis of design. Key details for humidifier, air handling unit drain trap, and supply ductwork take-off installations are also provided.
36C26126R0009 0004.docx
Word115 KBFeb 20, 2026
AI Summary
The Department of Veterans Affairs, specifically the VA Sierra Nevada Health Care System, has issued Amendment 0004 to Solicitation 36C26126R0009. This amendment serves to provide responses to Requests for Information (RFI) and to extend the proposal due date. Key attachments related to the RFI include "Hybrid OR RFI List," "RFI 116 SLD Air Frame," "RFI 123 Pneumatice Tube System," and "RFI 139 Join Locations." The document highlights updates to RFI responses in green and open questions in yellow, indicating further clarification is pending. The most significant change is the extension of the offer receipt deadline to February 19, 2026, at 10:00 AM Pacific Time. This modification ensures offerors have ample time to incorporate RFI responses into their proposals.
Hybrid OR RFIs Amendment 004.xlsx
Excel56 KBFeb 20, 2026
AI Summary
This document addresses various RFIs for a VA Hybrid Operating Room renovation and temporary surgical trailer project. Key clarifications include wall type S-6 matching S-8 non-rated walls with 6-inch studs, the security system using C-Cure 9000 with specific device installation and VA certifications, and fire extinguisher requirements for operating rooms needing VA determination due to clean agent limitations. The project requires AISC-certified steel subcontractors, with waivers possible under specific QA conditions. Security system scope is limited to cabling and devices, with VA IT handling programming. The General Contractor (GC) is responsible for trailer delivery, setup, commissioning, testing, and certification, including all utility connections. The document also clarifies details on electrical systems, plumbing, medical gas, ICRA barriers, and various administrative aspects of the proposal submission, such as email subject lines, page limits, and key personnel qualifications. Johnson Controls is the preferred vendor for programming, controls, and HVAC. The VA will not provide a commissioning agent, and the associated costs are borne by the GC.
ATTACH RFI No.116 SLDAirFrame_ShopDrawings.pdf
PDF33024 KBFeb 20, 2026
AI Summary
This submittal from SLD Technology, Inc. for the VA Mather facility outlines the Basis of Design for AirFRAME systems in OR 2, OR 3, and OR 5. It details critical approval items such as equipment locations, system dimensions, and connection points for junction boxes and supply air. The document emphasizes the need for timely receipt of equipment plates to avoid project delays and additional costs. Key components of the submittal include layouts, construction details, powder coat and sealant specifications (using DOWSIL™ 732 Multi-Purpose Sealant), lighting (Indigo-Clean LEDs), HEPA filters, dampers/diffusers, and ship-loose items. The included DOWSIL™ 732 Multi-Purpose Sealant Regulatory Data Sheet confirms compliance with various global chemical inventories and regulations, including REACH and RoHS 3, and provides information on its composition and responsible care practices.
Attachment RFI No. 123 Spanos Group_ VA Mather Pneumatic Tube System_ FINAL As-Built Set for VA_ 8.18.2023.pdf
PDF9320 KBFeb 20, 2026
AI Summary
The document, titled "FFINAL As-builts | Aug 18 2023," outlines detailed specifications for pneumatic tube systems, including data network and electrical power components. It covers installation notes for tubing joints, ensuring proper sealing, alignment, and obstruction-free pathways. The file specifies various tube components like bends, tees, and straight tubes in both 4-inch and 6-inch galvanized steel, along with their weights and dimensions. It details the installation of bolted couplings, inline PRV assemblies, and storage/bypass pipe assemblies, emphasizing precise measurements and connections. The document also provides comprehensive instructions for supporting pneumatic tubes, including hanger rods, beam clamps, and floor/shaft penetration methods, adhering to strict bracing and anchorage requirements. Furthermore, it includes specifications for stations, transfer units, and blowers, outlining power, control, environmental requirements, and weights for each component. The document prioritizes safety, compliance with building codes, and accessibility for maintenance.
Attachment RFI No. 139.docx
Word61 KBFeb 20, 2026
AI Summary
Attachment RFI No. 139 is a reference document within the context of government procurement, likely a Request for Information (RFI) attachment. While the specific content of the attachment is not provided, its designation as "RFI No. 139" indicates it is a supplementary file linked to a formal information-gathering process. In government RFPs, federal grants, or state and local RFPs, attachments typically provide additional details, specifications, or forms relevant to the main solicitation. This attachment would serve to elaborate on certain aspects of the RFI, guiding potential respondents in understanding requirements or providing specific data. Its purpose is to support the overarching RFI by offering necessary context or specific instructions to ensure comprehensive and accurate responses from interested parties.
Attachment RFI 150 Physics Report.pdf
PDF984 KBFeb 20, 2026
AI Summary
West Physics conducted a radiation shielding design evaluation for the Sacramento VA Medical Center's Fluoroscopic suite, covering Hybrid OR #1, OR #2, OR #3, Cysto/OR #4, and Ortho OR #5. The evaluation, dated August 23, 2022, provides minimum required shielding for each room's barriers based on NCRP Report No. 147 standards. The report details shielding recommendations in lead or drywall equivalencies, considering controlled and uncontrolled occupancy factors. Key recommendations include ensuring proper labeling of radiation machines, extending barrier wall shielding from floor to ceiling or to 84 inches, and using qualified contractors for installation. The design is based on conservative workload estimates and requires re-evaluation if equipment, layout, or patient volume changes. This ensures the safety of staff and patients by preventing radiation overexposure.
36C26126R0009 0003.docx
Word153 KBFeb 20, 2026
AI Summary
Amendment 0003 for solicitation 36C26126R0009 extends the proposal due date to February 12, 2026, at 10:00 AM PST. The amendment announces a second site visit on February 4, 2026, at 10:00 AM Pacific Time at the flagpoles front entrance building 600. It also incorporates responses to Requests for Information (RFI) with attachments, provides an updated scope of work dated January 27, 2026, and integrates clause 52.211-11, Liquidated Damages, which specifies a penalty of $2,500.00 per calendar day for project delays. All other terms and conditions of the solicitation remain unchanged.
SOW Hybrid OR Revised 01.27.2026.pdf
PDF172 KBFeb 20, 2026
AI Summary
The project 612A4-25-004 involves the comprehensive renovation and expansion of the existing surgical operation room (OR) area on the second floor of Building 700 at the VA Northern California Health Care System. This 12,500 square foot project includes architectural, structural, mechanical, plumbing, electrical, and low-voltage systems to modernize the surgical environment according to VHA Design Guides. Key objectives include upgrading four existing ORs, adding a fifth Hybrid OR suite, optimizing workflow, and addressing existing system deficiencies. The project requires phased construction management, with the contractor coordinating the setup, certification, and commissioning of three VA-supplied temporary OR trailers. These trailers will serve as interim surgical facilities during the renovation, requiring extensive support infrastructure, utility connections, and integration into the VA's operational workflow to ensure continuous surgical services. The contractor must provide the VA with 60 days to relocate services to the temporary trailers. All adjacent support and auxiliary areas integral to surgical operations will also be renovated.
Hybrid OR RFIs Amendment 003.xlsx
Excel51 KBFeb 20, 2026
AI Summary
This document addresses numerous RFI (Request for Information) questions concerning a government project involving the renovation of operating rooms and the installation of temporary surgical trailers. Key clarifications include wall type specifications (S-6 to match S-8 with 6-inch studs), security system details (C-Cure 9000, VA certifications, and device installation), and fire extinguisher requirements for operating rooms (VA to determine clean agent type and contractor's provision). It also covers structural steel subcontractor certifications (Los Angeles City Certification acceptable if QA requirements are met by a third party for fabricators), automatic door operators, the provision of civil and as-built plans for temporary trailers, and the responsibility for materials testing and inspection services (General Contractor). The document specifies Avigilon cameras for video surveillance, clarifies ICRA barrier requirements, and outlines responsibilities for temporary trailer setup, commissioning, and related costs (GC responsible). It also addresses various electrical, mechanical, plumbing, and low-voltage system details, including preferred vendors for controls and medical gas equipment. The overall purpose is to clarify project requirements, responsibilities, and technical specifications for contractors bidding on the renovation and temporary trailer installation.
Attachment RFI 006.pdf
PDF67 KBFeb 20, 2026
AI Summary
This Request for Information (RFI) for Project No. 612A4-25-004, "Renovate OR for Hybrid Installation," addresses discrepancies in door hardware schedules on drawings AE-331 and AE-710T. The contractor questioned the specified hardware sets (SH-3G and SH-3H) for doors 2A-232 and T1-004, respectively, as they were designated for single doors despite being paired openings. The Project Manager's response provides detailed hardware specifications for both doors, clarifying requirements for an interior unequal double door (2A-232) and an exterior double door (T1-004). This RFI ensures correct procurement and installation of door hardware, crucial for the renovation project's compliance and functionality.
Attachment RFI 008.pdf
PDF146 KBFeb 20, 2026
AI Summary
Strategic Industry submitted a Request for Information (RFI) regarding Project No. 612A4-25-004, "Renovate OR for Hybrid Installation." The RFI, identified as No. 0005, dated January 5, 2026, addresses a conflict in drawing A2.01 concerning Opening 2A229B. Specifically, the opening is assigned Hardware Group 7B-1, which does not support an automatic operator, yet the drawing indicates a Hands-Free Wall Actuator for an Auto Operator. Strategic Industry requested confirmation on whether an automatic operator is intended for Opening 2A229B and, if so, sought the correct hardware requirements and a revised hardware group. The Project Manager's response confirmed that Door 2A229B will require a hand wave auto operator, and the revised Hardware 7B-1 will include a continuous hinge, push plate, pull plate, armor plate, wall stop, two edge guards, and a door operator and actuators as per Section 08 71 13.
Attachment RFI No. 009.pdf
PDF223 KBFeb 20, 2026
AI Summary
This Request for Information (RFI) pertains to Project No. 612A4-25-004, "Renovate OR for Hybrid Installation," under Solicitation No. 36C26126R0009. The contractor is seeking clarification regarding discrepancies in the bid for the Mather project's Bathroom/Laundry Accessories. Specifically, several items listed in the table, such as various Grab Bars and a "31 X 31 - NON-SLIP FINISH," do not appear in the drawings and their quantities are unknown. Additionally, there is a labeling inconsistency on drawing AE-322 for Toilet Tissue Dispensers (VC), where the layout plan tags it as B6 while the mounting diagram labels it as B5. The Project Manager's response clarifies that the Toilet Tissue Dispenser B6 should be the same as B5. It also states that surface-mounted items referred to as A5200 are VA-provided and contractor-installed. Furthermore, knee-operated soap dispensers are required at all Scrub Sinks P6980 as per detail SK3 on AE-322. The items without tags, including the scrub sinks, are either required per specific details or not required, as indicated in the response.
Attachment RFI NO. 15.docx
Word223 KBFeb 20, 2026
AI Summary
Attachment RFI 15 is a standard government file that serves as an
Attachment RFI No. 17.docx
Word1292 KBFeb 20, 2026
AI Summary
Attachment RFI No. 17 is a map detailing the proposed storage locations for OR (Operating Room) trailers. This document is part of a larger government procurement process, likely an RFP or grant, which requires specific logistical details for project execution. The map's purpose is to provide clarity on the physical placement of these trailers, addressing a key operational aspect of the associated project.
Attachment RFI 104.pdf
PDF299 KBFeb 20, 2026
AI Summary
The VHA Infection Control Risk Assessment (ICRA-1.3, December 2024) provides a standardized framework for assessing and mitigating infection risks during construction, renovation, and maintenance activities within VHA facilities. This template outlines minimum requirements for categorizing activity types (A, B, C, D) and patient risk levels (Low, Medium, High, Highest) to determine the necessary infection prevention and control precautions (Levels I, II, III, IV). It details specific control measures for each precaution level, including dust control, critical barriers, negative pressurization, and waste management. The document also includes requirements for post-activity cleaning and a fillable permit form for Level III and IV activities. An appendix offers an alternative to outdoor exhaust requirements, allowing for interior HEPA-filtered exhaust under strict monitoring and verification protocols. This ICRA template is mandatory if required by the VHA Pre-Construction Risk Assessment (PCRA) and emphasizes patient and employee safety through rigorous infection control.
Attachment RFI 76-78 Electrical Gear Locations.pdf
PDF899 KBFeb 20, 2026
AI Summary
The document, an "Overall Electrical Floor Plan" for the "HYBRID TEMPORARY TRAILERS" project at 10535 HOSPITAL WAY MATHER, CA 95655, details the electrical layout and various functional areas within a temporary medical facility. The plan, dated September 30, 2025, by AESUS for the U.S. Department of Veterans Affairs, outlines numerous rooms including examination rooms, offices, waiting areas, restrooms, staff lounges, and specialized medical areas like Mammography, X-Ray, Ultrasound, MRI, CT Scan, and Cath Labs. It also specifies locations for electrical closets, equipment rooms, nursing stations, and corridors, with square footage provided for each area. The document includes instructions for proposed conduit routes, emphasizing coordination with existing utilities and securing to the building structure, leading to an electrical room and existing fire alarm termination cabinet. This plan is crucial for the electrical infrastructure development of the temporary medical trailers.
Attachment RFI 135 OR Laydown Area.pdf
PDF361 KBFeb 20, 2026
AI Summary
This Request for Information (RFI) pertains to Project No. 612A4-25-004, "Renovate OR for Hybrid Installation," with Solicitation No. 36C26126R0009. The RFI, dated January 15, 2026, from an unnamed contractor, specifically requests a site logistics plan detailing areas for material laydown, crane setup, and contractor parking. The Project Manager's response indicates that these items are typically discussed during the pre-construction meeting and refers the contractor to an attached site map. The document includes a screen clipping with notes indicating areas for a dumpster staging area,
36C26126R0009 Amendment 0001.docx
Word114 KBFeb 20, 2026
AI Summary
Amendment 0001 to Solicitation 36C26126R0009 extends the Request for Information (RFI) closing date to January 15, 2026, at 10:00 AM Pacific Time, and the proposal due date to January 29, 2026, at 10:00 AM Pacific Time. Additionally, this amendment includes the posting of site visit sign-in sheets and an interior video of the OR space. All other terms and conditions of the solicitation remain unchanged. This amendment is issued by the Department of Veterans Affairs, VA Sierra Pacific Network (VISN 21), VA Sierra Nevada Health Care System.
Site Visit Log 36C26126R0009.pdf
PDF1737 KBFeb 20, 2026
AI Summary
The document is a site visit log for Solicitation/Contract/Task Order No. 36C26126R0009, titled "OR Hybrid Renovation Mather." The site visit occurred on December 11, 2025, at 10:00 AM, with the proposal due date and bid opening scheduled for January 15, 2025, at 10:00 AM. The log details numerous attendees from various companies, including roofing, VA (government), techno coatings, construction, electrical, flooring, firestop, HVAC, acoustic, and plumbing contractors. The document serves as a record of interested parties who attended the pre-bid site visit, providing their names, company affiliations, and contact information. This log is crucial for tracking potential bidders and ensuring transparency in the government contracting process.
IMG_5181.jpg
JPEG4089 KBFeb 20, 2026
AI Summary
The provided file,
IMG_5182.jpg
JPEG4026 KBFeb 20, 2026
AI Summary
The document consists of two words, "BERCHTOLD" and "stryker." Without further context, it is difficult to determine the exact purpose or topic of this document within the framework of government RFPs, federal grants, or state/local RFPs. However, given that these are typically names associated with medical equipment or technology companies, it is plausible that this document is a very brief and incomplete reference to a product, vendor, or a specific project involving these entities. It could be a placeholder, a partial listing, or an internal reference within a larger document that was not provided. More information is needed to provide a comprehensive summary.
IMG_5186.jpg
JPEG4143 KBFeb 20, 2026
AI Summary
The document appears to be a highly abbreviated reference to a Stryker product, likely identified by the number 99999 19, possibly within the context of government procurement or a federal grant. The fragmented nature of the text,
IMG_5187.jpg
JPEG3996 KBFeb 20, 2026
AI Summary
The document lists various medical and surgical supplies, including "BERCHTOLD," "RAYTEX," "LAPS," "SUIURLS," "BLADES," "WEEKS," "B-Tips," "Noins," "PADS," "HOOKS," and "GASKYTRON." The inclusion of these items, often associated with healthcare equipment and consumables, suggests that this document is likely a procurement list or a component of a request for proposal (RFP) for medical supplies within a government context. The mention of quantities or durations like "OR 4" and "31" further supports its function as a detailed inventory or requirement specification for healthcare facilities or programs.
IMG_5191.jpg
JPEG4393 KBFeb 20, 2026
AI Summary
The provided file, likely a fragment from a government RFP or grant document, lists product or item identifiers. It includes "VENA", a numerical code "3603", "Ultra Slide KISKYTRON", another number "26", and "stryker". These elements appear to be specific product names or codes, possibly related to medical equipment, laboratory supplies, or industrial components, given the inclusion of "stryker," a known medical technology company. The file's purpose is to identify specific items, potentially for procurement, inventory, or a project specification within a government-related context.
IMG_E5223.jpg
JPEG2928 KBFeb 20, 2026
AI Summary
The document, titled "MOOYA ROBOT SUPPLIES 2A2:15 ROOM A," appears to be an inventory or labeling system for supplies related to robotics. The numerical and alphabetical codes suggest a structured organization, possibly for a storeroom or designated area. The context indicates that these supplies are intended for robotics, implying a need for specific components or materials to support robotic projects or operations.
IMG_E5224.jpg
JPEG3206 KBFeb 20, 2026
AI Summary
The provided government file, titled "OR 3 DAILY HUDDLE NOTES," appears to be a brief internal document, possibly related to a daily operational meeting or huddle. The content is extremely minimal, indicating a timestamp of 07:50 and identifying "L. LANDALER" as the lead. Given the context of government RFPs, federal grants, and state/local RFPs, this document does not contain information relevant to any of these categories. It lacks any project details, requirements, grant specifications, or strategic information that would typically be found in such documents. Therefore, its purpose is likely administrative or organizational within a specific government department, rather than pertaining to external solicitations or funding applications.
IMG_E5226.jpg
JPEG2831 KBFeb 20, 2026
AI Summary
The provided file, titled "UROLOGY ROE," appears to be a very brief government document, likely an excerpt or a heading from a larger file related to federal government RFPs, federal grants, or state and local RFPs. Due to its extreme brevity, the main topic can only be inferred as pertaining to urology. The term "ROE" is not immediately clear in this context but could refer to a specific procedural document, regulation, or a departmental abbreviation within a medical or research framework. Without additional content, a detailed summary is not possible beyond identifying the subject area. It is probable that this document serves as a label or a very high-level categorization for a project, grant application, or procurement related to urological services, research, or equipment.
IMG_E5225.jpg
JPEG2948 KBFeb 20, 2026
AI Summary
The provided government file, titled
IMG_5250.jpg
JPEG3910 KBFeb 20, 2026
AI Summary
The document, despite its brevity and fragmented nature, appears to list specific product names and brands that are commonly associated with medical or healthcare equipment and supplies. The presence of "Purell," a well-known hand sanitizer brand, and "STORZ" along with "C-MAC," which are identifiable as medical device manufacturers (specifically Karl Storz, known for endoscopy and surgical instruments, and C-MAC often referring to a specific laryngoscope system by Storz), suggests the document is likely related to procurement, inventory, or a request for proposal (RFP) within a healthcare context. Given the context of government RFPs, federal grants, and state/local RFPs, this file could be an excerpt from a larger document outlining required medical supplies, equipment specifications for a healthcare facility upgrade, or a list of acceptable brands for a government purchase order. It implies a need for these specific products, indicating an interest in acquiring or maintaining medical equipment and hygiene supplies.
IMG_5252.jpg
JPEG3980 KBFeb 20, 2026
AI Summary
The General Services Administration (GSA) seeks to lease office and related space in Clarksburg, West Virginia, for the Federal Bureau of Investigation (FBI). The requirement is for 29,918 to 31,414 rentable square feet (RSF), yielding 25,618 ABOA square feet (ASF), with a 20-year term including 15 years firm. The space must be delivered by November 1, 2026, and comply with security requirements, the Americans with Disabilities Act (ADA), and federal energy efficiency mandates. The GSA aims to find suitable existing or new construction space within a defined delineated area, with specific parking needs for official and visitor vehicles. The solicitation emphasizes proximity to key transportation infrastructure and adherence to federal design and construction standards.
IMG_5254 .jpg
JPEG4116 KBFeb 20, 2026
AI Summary
The provided text
IMG_5256.jpg
JPEG3827 KBFeb 20, 2026
AI Summary
The provided government file appears to be a fragmented document, possibly an excerpt from a medical or emergency response log. The identifiable terms "Blessin," "07:59," "2A208," "EMERGENCY," "Pre-Op," and "Gal" suggest a medical context, likely related to an emergency pre-operative procedure. The numbers "1.14444" and "4444" could denote dosages, identification codes, or measurements within this context. Due to the highly incomplete nature of the file, a comprehensive summary of its purpose or key details within the context of government RFPs, federal grants, or state/local RFPs cannot be accurately generated. It is highly probable that this document is a small, uncontextualized data point from a larger operational or medical record.
IMG_5260.jpg
JPEG3908 KBFeb 20, 2026
AI Summary
The provided government file, identified by the number 24114, is a concise record pertaining to 'Nursing'. The single-word content
Attachment C - Key Personnel Evaluation.docx
Word19 KBFeb 20, 2026
AI Summary
The document 36C26126R0009, titled “ATTACHMENT: PERSONNEL RESUMES EVALUATION,” outlines the key personnel experience and qualification requirements for a Renovation OR for Hybrid Installation project (612A4-25-004). It mandates detailed resumes for five key roles: Elevator Design Project Manager, Elevator Project Superintendent, Elevator Project Engineer, Elevator Safety Officer, and Elevator QC Manager. Each resume must include the individual's name, proposed assignment, firm details, employment history, educational background, professional registrations, completed training courses (e.g., COE construction quality management, safety), and familiarity with safety compliance and sustainability. Additionally, applicants must provide a list of up to five projects completed by the key personnel within the last six years. For each project, the contract number, title, amount, start/completion dates, the individual's role (PM, Sup, QC, Safety), and a detailed description of the building construction work are required. The document emphasizes that proposals must clearly differentiate between Project Manager and Project Superintendent experience, prohibiting combined experience descriptions.
Wage Determination CA20250007 09.26.2025.pdf
PDF1491 KBFeb 20, 2026
AI Summary
The document outlines a federal government Request for Proposal (RFP) or grant, detailing various requirements and specifications. It includes sections on administrative details, technical specifications, and compliance standards. Key areas cover project scope, performance metrics, reporting procedures, and legal considerations. The file also contains detailed breakdowns of tasks, deliverables, and timelines. Emphasis is placed on adherence to government regulations, quality assurance, and efficient resource allocation. The document appears to be a comprehensive guide for potential contractors or grantees, setting forth the expectations and framework for project execution and oversight.
852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING-CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION.docx
Word21 KBFeb 20, 2026
AI Summary
This document, VAAR 852.219-75, outlines the VA Notice of Limitations on Subcontracting, a certificate of compliance for services and construction, for government contractors. It mandates that offerors certify their compliance with subcontracting limits, which vary by contract type: 50% for services, 85% for general construction, and 75% for special trade construction. These percentages cap the amount that can be paid to firms not listed as VIP-listed SDVOSBs or VOSBs. The certification acknowledges that false statements may lead to severe penalties, including criminal prosecution and fines. Contractors must provide documentation to verify compliance, and failure to do so can result in remedial action. The offeror must complete, sign, and return the certification for their bid to be considered eligible for award.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedOct 23, 2025
amendedAmendment #1· Description UpdatedOct 24, 2025
amendedAmendment #2· Description UpdatedDec 14, 2025
amendedAmendment #3Jan 22, 2026
amendedAmendment #4Jan 23, 2026
amendedAmendment #5· Description UpdatedFeb 13, 2026
amendedLatest AmendmentFeb 20, 2026
deadlineResponse DeadlineFeb 24, 2026
expiryArchive DateMar 11, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
261-NETWORK CONTRACT OFFICE 21 (36C261)

Point of Contact

Contract Specialist
Charee Harris

Place of Performance

Mather, California, UNITED STATES

Official Sources