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.
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.
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.
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.
This government file details the
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.
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.
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.
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.
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.
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.
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.
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.
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.
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,
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.
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.
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.
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.
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.
The provided government file, identified by the number 24114, is a concise record pertaining to 'Nursing'. The single-word content
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.
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.
The provided government file, titled
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.
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.
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.
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.
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.
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.
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.