Y1DB--Construct Specialty Care Building - Manchester - Minor Project 608-315
ID: 36C77625B0024Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF LABORATORIES AND CLINICS (Y1DB)
Timeline
    Description

    The Department of Veterans Affairs is seeking contractors for the construction of a Specialty Care Building at the Manchester VA Medical Center in Manchester, NH, under Project 608-315. This procurement involves the submission of bids for various construction services, with offers already received from multiple contractors, including Veterans Development Corporation Inc. and AmeriTech Contracting LLC, detailing their proposed costs and project specifications. The project is categorized under NAICS Code 236220 and PSC Code Y1DB, highlighting its focus on commercial and institutional building construction. Interested parties can reach out to Sheila Vickers, the Contract Specialist, at sheila.vickers@va.gov or by phone at 813-816-7155 x100434 for further information regarding the bidding process and project details.

    Point(s) of Contact
    Sheila VickersContract Specialist
    813-8167155 x100434
    sheila.vickers@va.gov
    Files
    Title
    Posted
    This document is Amendment 0001 to Solicitation Number 36C77625B0024, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The amendment, effective July 7, 2025, extends the offer receipt date and introduces Specification Section 33 30 00 Sanitary Sewer Utilities. Specifically, it replaces the previous 'Specifications V2 of 2 - Manchester - 608-315' with 'Specs V2 of 2 - Manchester - 608-315 Rev 2025-06-24.' All other terms and conditions of the original solicitation remain unchanged. The amendment also includes instructions for offerors to acknowledge receipt to ensure their bids are considered.
    This document is an amendment to a solicitation for the "Construct Specialty Care Building – Manchester, NH 608-315" project, issued by the Department of Veterans Affairs. Amendment number 0002, effective July 24, 2025, addresses several key points. It provides responses to technical questions from contractors and includes the site visit agenda and sign-in sheets. A significant change is the extension of the bid opening date to Thursday, August 14, 2025, at 1:30 PM ET, with attached virtual bid opening information. Additionally, the amendment includes several bid addendums related to building floor plans, drawing corrections, and window shades. All other terms and conditions of the original solicitation remain unchanged.
    This document is an amendment to Solicitation Number 36C77625B0024 issued by the Department of Veterans Affairs, Program Contracting Activity Central. Dated July 31, 2025, the amendment, identified as 0003, aims to provide responses to additional questions received through July 25, 2025. This modification is critical for potential offerors as it addresses queries related to the original solicitation, ensuring clarity and facilitating accurate bid submissions. The amendment emphasizes that all other terms and conditions of the solicitation remain unchanged. Attachments include "Atch 1 - Tech Qs - Manchester 608-315 07252025" and "Atch 2 - 087100 Door Hardware 2025-07-31."
    This document is Amendment 0004 to Solicitation Number 36C77625B0024, issued by the Department of Veterans Affairs, Program Contracting Activity Central, on August 7, 2025. The purpose of this amendment is to provide responses to additional questions received up to August 7, 2025, with new questions presented in bold. No further questions will be accepted. It also states that Attachments 3-6 are provided for questions answered in Amendment 0003. All other terms and conditions of the original solicitation remain unchanged. This amendment includes several attachments providing technical questions, responses, and drawing corrections related to the solicitation.
    The Department of Veterans Affairs has issued Amendment 0005 to Solicitation 36C77625B0024, extending the deadline for bid submissions. The new bid response date and time is Thursday, August 21, 2025, at 2:30 PM ET, with bids opening at 3:00 PM ET on the same day. This amendment's primary purpose is to adjust the submission timeline, while all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their bids are considered.
    This document is Amendment 0006 to Solicitation Number 36C77625B0024, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The amendment's purpose is to provide answers to questions received by August 13, 2025, as detailed in the attached document "S06 - Atch 1 - Tech Qs - Manchester 618-315 NEW 8.13.2025." Additionally, it references an attached document titled "S06 - Atch 2 - Panel DP nameplate - 608-315." All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offer is not rejected.
    This document is an amendment to a solicitation for the Department of Veterans Affairs, specifically identified by Solicitation Number 36C77625B0024. The primary purpose of this amendment (Amendment/Modification Number 0007, dated 08-19-2025) is to extend the due date and time for bid submissions. The new deadline for receipt of offers is extended to August 27, 2025, at 2:00 PM EDT. Bids will be opened on the same day at 2:30 PM ET. All other terms and conditions of the original solicitation remain unchanged. This modification is administered and issued by the Department of Veterans Affairs, Program Contracting Activity Central, located in Independence, OH.
    Amendment 0008 to Solicitation 36C77625B0024, issued by the Department of Veterans Affairs, Program Contracting Activity Central, extends the bid due date for the Manchester project to August 28, 2025, at 2:00 PM ET, with bids opening at 2:30 PM ET on the same day. This amendment also provides answers to questions received up to August 22, 2025, and includes several attachments with updated information. All other terms and conditions of the original solicitation remain unchanged. This modification aims to provide offerors with additional time and information to submit their proposals.
    The Department of Veterans Affairs issued a Request for Proposal (RFP) for the construction of a Specialty Care Building at the Manchester VA Medical Center in New Hampshire. This project is a competitive set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a budget between $10 million and $20 million. The contractor is responsible for providing all necessary labor, materials, tools, and management as per the provided specifications and drawings. Bids must be received electronically, and a pre-bid site visit is scheduled to facilitate potential bidders. Offerors must comply with regulations regarding bids, performance bonds, and veteran-related business certifications. The project completion is mandatory within 730 calendar days from the issuance of a Notice to Proceed. Each bid will include base work and various deductive options to adjust the scope based on available funding. Overall, this project highlights the VA’s commitment to improving veteran healthcare facilities and supporting veteran-owned businesses in the contracting process.
    This Special Notice announces the Abstract of Bids for Solicitation Number 36C77625B0024, concerning Project 608-315: Construct Specialty Care Building in Manchester, NH. The Department of Veterans Affairs, Program Contracting Activity Central, issued this notice. The project falls under NAICS Code 236220 and Product Service Code Y1DB. Sheila Vickers, Contract Specialist, is the point of contact. The notice includes attachments for pages 1 and 2 of the Abstract of Bids. This document serves as a public record of the bids received for this federal construction project.
    The Department of Veterans Affairs (VA) is preparing to issue a solicitation for bids to construct a Specialty Care Building at the Manchester VA Medical Center in Manchester, NH. This project, designated as Minor Project 608-315, aims to improve healthcare facilities for veterans and will be conducted as a Firm-Fixed-Price contract set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes comprehensive construction tasks such as structural, mechanical, electrical, and plumbing work, along with landscaping and site utilities. The solicitation will follow FAR Part 14 procedures and is expected to be released in late June to early August 2025, with a performance period of approximately 730 days. The estimated construction cost is between $10 million and $20 million, and inquiries must be directed in writing to the designated contracting officers. This presolicitation notice serves to inform potential bidders and facilitate participation by focused small business sectors, reflecting the VA’s commitment to supporting veteran-owned enterprises in government contracting.
    This government document amends a solicitation from the Department of Veterans Affairs, specifically regarding the procurement associated with project number 36C77625B0024. The amendment updates the specification section related to sanitary sewer utilities, replacing an older version of the specifications with a revised one dated June 24, 2025. It outlines that all other contract terms and conditions remain unchanged. The announcement addresses all offerors and requires them to acknowledge receipt of the amendment prior to the submission deadline. The document emphasizes the importance of adhering to submission protocols to avoid rejection of offers. This modification is integral to maintaining clarity and compliance within the contracting process while ensuring that all parties involved are working from the most current specifications. The overall purpose of the document is to inform contractors of necessary changes in a transparent manner, facilitating smoother procurement activities by the Department of Veterans Affairs.
    The document is an amendment to a solicitation regarding the construction of a Specialty Care Building in Manchester, NH, issued by the Department of Veterans Affairs. The primary purpose of the amendment is to address contractors' technical inquiries, provide details for a site visit, and announce the opening date for bid submissions, which is set for August 14, 2025, at 1:30 PM ET. It includes additional attached documents that outline technical questions, site visit agendas, sign-in sheets, and various bid addendums, such as floor plans and corrections. The amendment clarifies that while this update introduces new information, all other terms and conditions of the original solicitation remain unchanged. The communication is aimed at informing bidders about critical deadlines and facilitating their participation in the bidding process while ensuring compliance with the procurement requirements set forth by the government.
    The document outlines an amendment to a solicitation from the Department of Veterans Affairs, specifically regarding project number 36C77625B0024. The purpose of the amendment is to address responses to additional questions posed by bidders up until July 25, 2025. It serves to provide clarity and further information necessary for potential contractors to prepare their submissions. The amendment reiterates that all other terms and conditions remain unchanged, indicating consistency in the overall contracting process. The document reflects a typical structure of government RFP communications, emphasizing the importance of acknowledging receipt of amendments and maintaining transparency in the procurement process. The contracting officer, Joelle Mascarenas, is responsible for the modifications and is identified within the document, which is standard practice in federal procurement documentation. This amendment is crucial for ensuring that all interested parties have the necessary information to proceed with their proposals, underscoring the commitment to equitable access in government contracting opportunities.
    The "Abstract of Offers - Construction" document details the bids received for the "Construct Specialty Care Building" project (Project 608-315) at the Manchester VAMC, Manchester, NH. Issued by the Department of Veterans Affairs, Program Contracting Activity Central, the solicitation (Number 36C77625B0024) received offers from CVJV, LLC and Monument Construction Services, L, both acknowledging amendments 1-8. The offers included various deduct items such as omitting a transformer, nurse call system, interior handrails, and landscaping, among others. The government's estimate for the project was provided as a reasonable contract including profit. The document was certified by Joelle Mascarenas, Contracting Officer, on August 28, 2025, the same day the offers were opened.
    The document is a continuation sheet for the "Abstract of Offers - Construction" form (OF 1419A), used when more than two offers are received for a construction project. Specifically, it details offers for Solicitation Number 36C77625B0024, titled "Construct Specialty Care Building, Manchester VAMC, Manchester, NH, Project 608-315." The sheet lists multiple offers from various contractors, including Veterans Development Corporation Inc. and AmeriTech Contracting LLC. Each offer details contract item numbers, estimated quantities, unit prices, and estimated amounts, along with bid security types and amounts (e.g., Bid Bond - 20%/$3M). The purpose of this form is to provide a standardized format for recording and comparing bids from different offerors on federal construction projects.
    This government file details Project 608-315, “Construct Specialty Care Building,” for the Department of Veterans Affairs Medical Center in Manchester, NH, dated December 20, 2023. The project involves comprehensive design and installation work across various divisions, including fire suppression, plumbing, HVAC, integrated automation, electrical, communications, electronic safety & security, earthwork, exterior improvements, and utilities. A key focus is the commissioning of fire suppression systems, ensuring compliance with NFPA standards, involving detailed submittals, construction inspections, pre-functional checklists, contractor tests, and systems functional performance testing. The project emphasizes quality assurance, adherence to applicable publications, and thorough training for VA personnel on system operation and maintenance. The document also provides extensive abbreviations and acronyms relevant to plumbing and mechanical systems, highlighting the project's complexity and the stringent requirements for safety, quality, and regulatory compliance.
    The document addresses technical questions and responses for Solicitation #: 36C77625B0024, "Construct Specialty Care Building, Manchester," a federal government RFP. Key points include clarification on personnel roles: the Site Superintendent cannot be a dual-hatted Safety and Health Officer (SSHO), who must be full-time, but can also serve as the Contractor Quality Control System Manager. The bid date of August 14, 2025, will not be extended. Wage determinations will be issued with the contract, with potential changes via amendment. The VA has contracted DAV Energy Solutions as the commissioning agent. Important clarifications cover construction specifics like required off-hours shutdowns, hydrostatic testing vs. radiographic examination for piping, and facility provision of water for testing. No known asbestos or contaminated soil exists. The contractor is responsible for rock removal as part of the bid, with quantities specified in drawings, and additional rock removal will be negotiated. The facility will provide a staging area and allow locked storage containers. Contractor badges will be provided, but escorts are required for sensitive areas. Adjustments were made for discontinued materials (Patcraft LVT flooring), and specific product requirements (Hammered Tread/Riser for stairs) were provided. Exterior signage and door/frame protection are not required, unless specified. AISC certification for structural steel fabrication is mandatory. Window shades are to be provided and installed by the contractor.
    The document addresses contractor questions regarding the "Construct Specialty Care Building, Manchester" project (Solicitation #: 36C77625B0024). Key clarifications include: the Site Safety and Health Officer (SSHO) must be full-time and cannot be a dual-hatted role with the superintendent, while the Quality Assurance/Quality Control (QA/QC) System Manager can be. The VA has already contracted a commissioning agent (DAV Energy Solutions). Shutdowns are required during off-hours (outside 7 am - 4:30 pm, Monday-Friday). Radiographic examination/testing is required for some pipe welds, with the contractor responsible for costs, but hydrostatic testing water will be provided by the facility and can be discharged into sewer drains. No known asbestos-containing materials or contaminated soil are present. The contractor is responsible for rock/ledge removal as detailed in the bid documents, and extra time will only be added for rock removal exceeding the bid quantities. The bid date of August 14, 2025, will not be extended. Patcraft LVT flooring, originally specified, can be substituted with an equivalent product, and window shades are to be provided and installed by the contractor. AISC certification for structural steel fabrication is mandatory and will not be waived.
    The document provides details for a virtual bid opening for the "Construct Specialty Care Building – Manchester, NH" project (Project 608-315). The bid opening is scheduled for Thursday, August 21, 2025, at 3:00 PM ET. The meeting will be held virtually via Microsoft Teams, with the Meeting ID: 246 661 675 700 8 and Passcode: mZ6M7x9L. Participants also have the option to dial in by phone using +1 205-235-3524, with the Phone conference ID: 141 807 682#. This information is crucial for potential bidders and interested parties to access the bid opening proceedings for this federal government construction project.
    The VA Medical Center in Manchester, NH, is seeking a contractor for the "DESIGN SPECIALTY CARE BUILDING" project, specifically for door hardware. This Request for Proposal (RFP) outlines comprehensive requirements for furnishing and installing door hardware for wood and hollow metal doors, including templates, schedules, and delivery logistics. The project emphasizes compliance with ADA and Door and Hardware Institute (DHI) standards. Submittals must include detailed electronic hardware schedules in DHI vertical format, catalog cuts, bills of materials, templates, and samples. Special attention is given to electrified door hardware, requiring detailed wiring diagrams and interface plans with security and fire alarm systems. The document specifies quality assurance, outlining acceptable manufacturers for various hardware items like hinges, locksets, exit devices, and closers. It details mounting positions, adjustment, cleaning, and protection protocols. The RFP includes a comprehensive list of hardware sets (HW-1 to HW-15 and HW-MISC), detailing the specific components required for different door types and functions, ensuring all hardware meets the specified quality and operational standards for a fully functional and compliant medical facility.
    The 36C77625B0024 Manchester VAMC solicitation outlines the construction of a Specialty Care Building in Manchester, NH, with a site visit scheduled for July 8, 2025. This Invitation for Bids (IFB) is a 100% set-aside for SBA-certified Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns under NAICS code 236220, with a project magnitude between $10 and $20 million and a 730-day performance period. Key dates include a technical question cutoff of July 16, 2025, and a solicitation close date of August 14, 2025. All bids and technical questions must be submitted electronically to specific VA email addresses. Verbal communications during the site visit are unofficial; only written questions answered via solicitation amendment on sam.gov are official. The site walkthrough will be led by the Contracting Officer's Representative (COR), emphasizing group participation and adherence to formal question submission procedures.
    The document is a site visit sign-in sheet for the 36C77625B0024 Minor Construct Specialty Clinic Building project at the Manchester VAMC, Manchester, NH. The site visit took place on July 8, 2025, at 9:00 AM ET. The sheet lists the names, companies/titles, email addresses, and phone numbers of attendees, indicating their participation in a pre-bid or pre-proposal meeting for this federal government construction RFP. This document is a record of attendance for a project involving the construction of a specialty clinic building, which is common for federal government RFPs, federal grants, and state/local RFPs where transparency and accountability are key.
    The document provides details for a virtual bid opening for Project 608-315, “Construct Specialty Care Building – Manchester, NH.” The bid opening is scheduled for Monday, August 14, 2025, at 1:30 PM ET, via Microsoft Teams. Participants can join using Meeting ID 246 661 675 700 8 and Passcode mZ6M7x9L. A dial-in option is also available at +1 205-235-3524, with Phone Conference ID 141 807 682#. This information is crucial for potential bidders involved in federal government RFPs, ensuring they have the necessary access details for the virtual event.
    The provided government file, likely part of an RFP, details the security and communications infrastructure for the "DESIGN SPECIALTY CARE BUILDING" at 718 Smyth Rd, Manchester, NH 03104. The document outlines security riser notes, emphasizing the zoning of security camera cabling to terminate in the Telecommunications Room (TDR), and the termination of all duress, lockdown, and door release buttons in the Access Control Panels (ACP). The contractor is responsible for providing an NVR capable of 90-day recording, coordinating with VAMC on motion sensor head-end location, and ensuring a fully functioning security system. The file includes a security wiring legend with detailed specifications for various cable types, their functions, gauges, number of conductors/pairs, shielding, and maximum distances. Communications plans detail fiber optic, conduit, and copper backbone connections between the Telecommunications Room (SWA121) and the MDF Room in Building 1. Key instructions for public address speakers specify tying into the existing building system and coordinating with VAMC for additional information. A deduct alternate option for removing 10% of total cabling is also presented.
    This document outlines the specifications for window shades, including cloth shades, vertical blinds, and Venetian blinds, for the VA Medical Center in Manchester, NH, as part of VA Project No. 608-315, "DESIGN SPECIALTY CARE BUILDING." It details quality assurance requirements, mandating manufacturers have a minimum of three years' experience and installers be manufacturer-approved. Submittals include samples, manufacturer's literature, shop drawings, fire testing reports, and a five-year manufacturer's warranty. The document references applicable publications such as Federal Specifications and ASTM International standards. It specifies materials like Mecho Shade Systems' Ecoveil for light-filtering shades, stainless steel, and extruded aluminum. Fabrication requirements detail the construction of rolling-type cloth shades, precise measurements, and hardware specifications. Installation guidelines cover mounting, positioning, and clearances, with final adjustments to ensure smooth operation. Post-installation, cleaning, protection, and replacement of damaged shades are required. The project also mandates a demonstration by a factory-authorized service representative to train personnel on motorized shade systems.
    The Department of Veterans Affairs is undertaking Project 608-315 to construct a Specialty Care Building at the VA Medical Center in Manchester, NH. This comprehensive project encompasses multiple systems, including fire suppression, plumbing, HVAC, electrical, communications, and safety/security systems, ensuring compliance with established codes and standards. Each division outlines specific requirements for installation, commissioning, and inspection of these systems, emphasizing the importance of proper documentation and training for VA personnel in operations and maintenance. Key sections detail the commissioning process for fire suppression systems, emphasizing the systematic testing of equipment and coordination with the Commissioning Agent assigned by the VA. Additionally, the plumbing section outlines requirements for installation and testing of various plumbing systems, ensuring adherence to safety and performance standards. Rigorous submittal processes and detailed design criteria highlight the project's complexity and the necessity for high-quality, reliable installations. The intent of this document aligns with federal guidelines for proposals and grants, emphasizing compliance, safety, and performance in the enhancement of veteran healthcare facilities.
    The solicitation file for the construction of a Specialty Care Building in Manchester includes a detailed response to contractors’ inquiries regarding project specifications and requirements. Key topics addressed include the roles of site personnel, such as the Site Safety and Health Officer (SSHO) and Contractor Quality Control System Manager (CQC), clarifying that these roles cannot be dual-hatted or tripled-hatted. Significant emphasis is placed on compliance with wage determinations, construction specifications, and specifications regarding underground utilities, hydrostatic testing, and material handling, including aspects like rock removal and backfilling. The VA has specified that hydrostatic testing equipment will be provided, existing risks like asbestos will not be present in the project scope, and any glycol removal would be the contractor's responsibility if encountered. The document also discusses site logistics such as excavation restrictions, dewatering, and the use of storage containers, while outlining responsibilities for maintaining safety and project timelines. Changes to various specifications and material substitutions are also noted, ensuring clarity for contractors. Overall, the document serves to ensure contractors understand the requirements and expectations for compliance and project execution, reflecting the federal government's commitment to maintaining standards in public works projects.
    The document outlines technical responses to contractor inquiries for the construction of a Specialty Care Building in Manchester, managed by the VA. It addresses key aspects such as personnel requirements, project specifications, safety protocols, and operational guidelines. Notably, the Site Safety and Health Officer (SSHO) must be full-time, while a superintendent may double as the Contractor Quality Control (CQC) Manager. The document also discusses wage determinations, the responsibility for construction testing, material handling, and environmental considerations like asbestos management. Issues pertaining to hydrostatic testing, rock removal, and site access for contractors are clarified, emphasizing the need for safety compliance and efficient project management. Specific queries regarding materials, equipment, and finishes indicate the contractor's responsibilities and the limitations set by project specifications. The importance of adhering to set timelines and the contract's stipulations is highlighted, with no extensions to the bid date permitted. This document serves as a reference point for contractors involved in this federal project, ensuring clarity and alignment with VA standards throughout the construction process.
    The VA Medical Center in Manchester, NH, is initiating a project (VA Project No. 608-315) focused on the design and installation of door hardware for a new Specialty Care Building. This document outlines the specifications for the provision and installation of various types of door hardware, including mortise locksets, exit devices, closers, and accessories that align with accessibility standards such as the Americans with Disabilities Act (ADA). Key components include detailed requirements for electronic hardware schedules, catalog data, delivery instructions, and contract compliance. The hardware supplier must provide all necessary templates, samples, and shop drawings for approval, ensuring quantities, sizes, and functionalities meet the project's demands. Specific materials and manufacturers are prescribed to guarantee quality and compatibility. Installation guidelines emphasize correct mounting heights and alignment, adjusting hardware for optimal performance. The document also stipulates that the supplier is responsible for the proper keying systems and temporary construction cylinders during the build phase. This comprehensive set of guidelines encapsulates a systematic approach to ensuring that the door hardware meets required governmental standards and building regulations, highlighting the project’s focus on both functionality and compliance.
    The Manchester VAMC is soliciting bids for the construction of a Specialty Care Building in Manchester, NH, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) certified by the U.S. Small Business Administration. The project falls under the NAICS code 236220 for Commercial and Institutional Building Construction and has an estimated cost between $10 and $20 million. The bid process is an Invitation for Bids (IFB) with a performance period of 730 days post-notice to proceed. Technical inquiries must be submitted in writing, and the solicitation closes on August 14, 2025, with electronic submissions accepted only. A site visit is scheduled for July 8, 2025, and it's emphasized that questions should not be asked individually during this walkthrough; instead, all inquiries should be submitted formally to maintain the official record. The document outlines the importance of following solicitation amendments, completing required certificates, and ensuring proper documentation to facilitate a fair and organized bidding process. Overall, this initiative reflects the government's commitment to engaging with veteran-owned businesses while enhancing healthcare infrastructure.
    The document pertains to a site visit for a federal RFP concerning the construction of a Specialty Clinic Building at the Manchester Veterans Affairs Medical Center (VAMC) in Manchester, New Hampshire. Scheduled for July 8, 2025, at 9:00 AM ET, the site visit aims to facilitate engagement from potential bidders in the construction project. The included sign-in sheet captures attendees' names, companies, titles, email addresses, and phone numbers, indicating the organizations interested in the RFP. This initiative signifies the federal government's effort to enhance healthcare facilities for veterans through targeted construction projects. Emphasizing transparency and vendor participation, this RFP process not only seeks qualified contractors but also promotes accountability and compliance with federal contracting regulations. As such, it aligns with the government's objectives to improve infrastructure and services for veterans while ensuring competitive bidding for federal funds.
    The document outlines the details for a virtual bid opening for the construction of the Specialty Care Building in Manchester, NH, categorized as Project 608-315. The bid opening is scheduled for August 14, 2025, at 1:30 PM ET, and will be conducted via Microsoft Teams. Participants can join using the provided Meeting ID and passcode or by phone, with a specified conference ID for callers. This information is crucial for stakeholders involved in federal and local construction projects, as it provides the necessary access points for bid submissions, reflecting the structure of government RFP processes. By facilitating virtual participation, the document underscores the blend of technology and public procurement efforts to enhance accessibility and efficiency in government contracting.
    The document outlines specifications for the telecommunications and security infrastructure of a new Specialty Care Building at the Veterans Affairs Medical Center in Manchester, NH. Key points include the installation of security devices such as IP cameras, motion sensors, and access control panels, all requiring zoned cabling that terminates in the designated Telecommunications Room. The contractor is responsible for providing a Network Video Recorder (NVR) with 90 days of recording capacity and for coordinating with VAMC for device placement. The document emphasizes adherence to technical specifications for cabling, including types, gauges, and maximum distances. Additionally, it addresses the integration of public address systems and mentions the need for coordination with existing building systems. A deduct alternate option is outlined, allowing for the removal of some cabling based on architectural direction. Overall, the document is crucial for ensuring technical and compliance standards are met in the construction and operational readiness of the facility, aligning with government protocols for federal and state projects.
    The file outlines specifications for window shades in the Design Specialty Care Building at the VA Medical Center in Manchester, NH, under Project No. 608-315. It details the types of window shades to be provided, including cloth shades, vertical blinds, and venetian blinds, along with required components such as brackets and fittings. Quality assurance measures mandate a minimum of three years' manufacturer experience and proper installation qualifications. Comprehensive submittals are necessary, including samples, manufacturer's literature, shop drawings, and fire testing reports. The document specifies product requirements, such as the use of Mecho Shade Systems cloth with specific fire ratings, noise-reduction capabilities, and material properties. Installation procedures are outlined to ensure proper fitting and function of the shades, highlighting adjustments, cleaning, and maintenance expectations. The warranty requirements and applicable publications are also noted to ensure compliance with industry standards. This specification forms an integral part of the government's effort to secure high-quality materials and proper installation practices in federal construction projects, reflecting adherence to safety and operational standards.
    VAAR 852.219-75 outlines the Department of Veterans Affairs' (VA) requirements for limitations on subcontracting for service and construction contracts, particularly concerning engagements with certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). This regulation mandates specific percentages of contract work that cannot be subcontracted to non-certified firms: 50% for services, 85% for general construction, and 75% for special trade construction. The offeror must certify compliance, acknowledging potential criminal, civil, or administrative penalties for false certifications. The VA reserves the right to request documentation to verify compliance at any stage of the contract, and failure to provide such documentation may result in remedial action. This certification is a mandatory component of the offeror's bid and must be completed, signed, and submitted for consideration.
    This document provides information for a virtual bid opening for Project 608-315, "Construct Specialty Care Building – Manchester, NH." The bid opening is scheduled for Wednesday, August 28, 2025, at 2:30 PM ET. It will be conducted via Microsoft Teams, with Meeting ID: 246 661 675 700 8 and Passcode: mZ6M7x9L. Participants also have the option to dial in by phone at +1 205-235-3524,,141807682# (United States, Dora), using Phone conference ID: 141 807 682#. The document, updated on August 22, 2025, outlines the essential details for accessing and participating in this virtual event.
    This government file, General Decision Number: NH20250021, specifies prevailing wage rates and labor standards for building construction projects in Hillsborough County, New Hampshire, effective March 14, 2025. It outlines requirements for federal contracts subject to the Davis-Bacon Act, particularly regarding minimum wage rates under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award date. The document provides detailed hourly rates and fringe benefits for various construction trades, including asbestos workers, electricians, plumbers, and laborers. It also addresses paid sick leave for federal contractors under Executive Order 13706 and includes a comprehensive appeals process for wage determination matters, guiding interested parties on how to request reviews and reconsiderations from the Department of Labor.
    This document, Solicitation #36C77625B0024, details technical questions and responses for the "Construct Specialty Care Building, Manchester" project, focusing on glazing, storefront, and curtainwall systems. Key discussions revolve around blast requirements, with a Mission Critical Design specifying a 50ft Set-Back and Design Threat W1 and GP-2. Clarifications were provided for "Modified Mission Critical Design per VA," confirming 1-inch insulated exterior glazing and 1-inch glazing pockets. The document addresses issues with oversized storefront windows (Frame D), requiring a curtainwall system for these spans. It also clarifies material finishes, specifying a 3-coat Metallic System. Revisions to drawing A2-2.3 and updated door schedules/glazing elevations dated 8-21-2025 are referenced for resolution of several design and specification conflicts.
    An organized site visit for the Minor Construct Specialty Care Building project at the Manchester VA Medical Center (VAMC) in Manchester, NH, is scheduled for July 8, 2025, at 9:00 AM ET. Participants are to meet at Building 6, Manchester VA Medical Center, 718 Smyth Rd, Manchester, NH 03104. Attendees should report outside the entrance of Building 6, or directly inside to the conference room if raining. A map is provided for campus navigation, indicating parking, entrance, and meeting locations. For further directions on the day of the visit, attendees can contact Julie Sturgis, COR, at julie.sturgis1@va.gov or 603-703-6947.
    This document, "STOREFRONT SCHEDULE AND DETAILS," outlines the specifications for storefront and curtainwall systems for the "DESIGN SPECIALTY CARE BUILDING" project at 718 Smyth Rd, Manchester, NH. It details various unit dimensions (A, B, C, D) for different storefront configurations, including typical dimensions for horizontal butt joints in glazing for Curtainwall Type D. Key components specified include Kawneer 1600 "System 2" for both curtainwall and typical exterior glazing, and Kawneer AA 250 Thermal Entrance Doors or equal. All exterior glazing requires insulated glass units with an inner layer of laminated glass clad polycarbonate safety glass. The document also includes detailed sections for door jambs with sidelites, storefront jambs, headers, and sills, along with material specifications for door components. Revisions indicate updates for bid questions and laminated glazing. This is a technical drawing set for construction, originating from the U.S. Department of Veterans Affairs Office of Construction and Facilities Management, with architectural and engineering firms listed.
    The Department of Veterans Affairs (VA) Medical Center in Manchester, New Hampshire, is undertaking Project 608-315 to construct a Specialty Care Building. The project, designed by E4H Architecture, includes detailed plans and specifications covering various construction divisions from general requirements to specialties and special construction. Key appendices include Manchester VAMC Signage Standards, a Geotechnical Engineering Report, and a Stormwater Report. The geotechnical report, prepared by Terracon Consultants, Inc., details subsurface conditions, recommends shallow spread footing foundations on proofrolled native soil, and addresses earthwork, seismic considerations (Site Class C), floor slabs, and pavement design. The project emphasizes adherence to safety regulations and sustainable construction practices, including LEED NC V4 requirements. Overall, the file outlines comprehensive engineering and architectural plans for the new facility, focusing on structural integrity, site preparation, and environmental considerations.
    This government file provides a comprehensive door schedule and related construction details for the Design Specialty Care Building at 718 Smyth Rd, Manchester, NH 03104, Project Number 608-315. The document specifies various door types, materials (Wood, Hollow Metal, Aluminum), sizes, glazing types (Full Glass, Narrow Light, Opaque), and hardware for different rooms across the Basement, First Floor, and Roof Deck levels. It includes detailed diagrams for door types, frame types, and jamb/head details for both hollow metal and barn doors, featuring specifications for insulated glass units, frame anchors, and emergency release hardware. The file, developed by e4harchitecture, Simpson Gumpertz & Heger, BR+A, and Meridian Associates, Inc., is marked as 'FINAL FOR CONSTRUCTION' with revisions up to August 21, 2025.
    This document outlines the specifications for glazed aluminum curtain walls for the VA Medical Center's Specialty Care Building in Manchester, NH. It details requirements for the curtain wall system, including thermal isolation, pressure equalization, and components like glass and insulated metal panels. The document specifies comprehensive quality assurance measures, such as manufacturer and installer qualifications, professional engineer involvement, and mandatory mock-up construction and testing. It also details extensive submittal requirements, including shop drawings, performance test data, and warranties. Performance criteria cover structural loads, seismic loads, water penetration, air infiltration, thermal conductance, and sound attenuation. Materials, fabrication, and installation procedures are thoroughly described, emphasizing adherence to industry standards and proper sealing and protection. Field quality control, including testing by an AAMA-accredited agency, is mandated to ensure compliance with all specified performance standards. The project emphasizes the use of specific products like the Kawneer 1600UT System 2 Curtain Wall, ensuring a high-performance, durable, and aesthetically consistent building envelope.
    The Department of Veterans Affairs Medical Center in Manchester, N.H., is undertaking Project 608-315 to construct a Specialty Care Building. The project, documented on December 20, 2023, by E4H Architecture, involves extensive work across multiple divisions, including fire suppression, plumbing, HVAC, electrical, communications, electronic safety and security, earthwork, exterior improvements, and utilities. A key focus is the commissioning of various systems, particularly fire suppression, plumbing, and electrical, managed by a VA-appointed Commissioning Agent (CxA). The project emphasizes adherence to design criteria, quality assurance, and applicable publications like NFPA standards. Detailed submittals, including drawings, calculations, and operational manuals, are required from the contractor, who is responsible for installation, testing, and training VA personnel. The project prioritizes safety, compliance, and the efficient operation of all installed systems.
    The provided government file details the
    The provided government file, likely an RFP or grant document for the VA Manchester Specialty Clinic at 718 Smyth Rd, Manchester, NH, details extensive demolition and construction plans for a new specialty care building. The project involves significant interior and exterior demolition, including storefronts, walls, ceilings, and existing MEP/F systems. Key aspects include verifying existing conditions, coordinating all cutting and patching, salvaging doors and hardware for reuse, and preparing surfaces for new finishes. The file also outlines specific demolition for interior ceilings, exterior walls and openings (including doors, frames, and concrete stairs), and interior doors. Detailed roof plans specify various roofing assemblies, including PVC membrane roofing, insulation layers, and vapor retarders, with critical notes on rooftop equipment curbs and safety railings. The document further includes comprehensive floor plans for the first floor and basement, as well as detailed equipment plans and schedules, listing various medical and office equipment with acquisition, blocking, power, and data requirements.
    This government file details the control logic and operational sequences for HVAC and related systems within a specialized care building. It covers the Air Handling Unit (AHU) with mixed air fan arrays, hot water preheat, cooling, and humidification, outlining start/stop procedures, airflow control, temperature regulation, and safety interlocks. The document also specifies controls for Variable Air Volume (VAV)/Constant Volume (CV) terminal units with reheat and radiant panels, including airflow and temperature control in occupied and unoccupied modes, along with safety interlocks. Additionally, it describes the operation of constant volume exhaust fans and steam-to-hot water heat exchangers, detailing their start/stop, pressure, and temperature control, as well as safety interlocks. Energy conservation measures such as discharge air temperature reset and static pressure reset are also included. The document provides comprehensive technical specifications for the Building Automation System (BAS) to ensure efficient and safe operation of the building's environmental controls.
    The Department of Veterans Affairs (VA) is issuing a Justification and Approval (J&A) for a non-competitive procurement for specific construction materials for the Specialty Care Building at the Manchester VAMC. The project, valued between $10M and $20M, requires brand-name items—Johnson Controls Metasys for HVAC, Lenel for Physical Access Control, DMP for Intrusion Detection, American Dynamics for Video Surveillance, and SimplexGrinnell for Fire Alarm—to ensure compatibility, standardization, and safety with existing campus-wide systems. This approach avoids significant duplication costs, maintains operational efficiency, and ensures compliance with critical safety standards like NFPA 72. Market research confirmed the brand-name items comply with the Buy American Act. The overall procurement will be a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside.
    The document outlines the limitations on subcontracting requirements for federal contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) as specified in VAAR 852.219-75. It mandates that, if awarded a contract, the contractor cannot pay more than 50%, 85%, or 75% of the total contract amount to non-certified SDVOSBs or VOSBs, depending on the type of contract: 50% for services, 85% for general construction, and 75% for special trade construction. The document emphasizes the importance of compliance, specifies related penalties for false certifications, and outlines the obligation for contractors to provide documentation to verify their adherence to these limitations. Further, it asserts that failure to comply may result in governmental sanctions, including fines or debarment. The required certification must be signed and submitted with contract bids, and incompleteness will lead to ineligibility for contract consideration. This summary encapsulates the critical compliance requirements for contractors seeking to engage in federal contracts intended to support veterans' entrepreneurial participation.
    The document outlines wage determination for building construction projects in Hillsborough County, New Hampshire, governed by the Davis-Bacon Act and applicable federal Executive Orders. Contracts awarded after January 30, 2022, must pay a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour. It includes wage rates and fringe benefits for various construction roles, such as Asbestos Workers, Electricians, and Carpenters, specifying both union and non-union rates. The document emphasizes the worker protections mandated under federal laws, including paid sick leave requirements effective from January 1, 2017. Additionally, it discusses the appeal process for wage determinations, allowing affected parties to seek review and reconsideration from the Department of Labor's Wage and Hour Division. This wage determination serves a critical role in ensuring fair compensation and compliance with labor standards in federally funded construction projects, aligning with the broader objectives of federal contracts and employee protections.
    The Manchester VA Medical Center in New Hampshire is organizing a site visit for the Minor Construct Specialty Care Building project on July 8, 2025, at 9:00 AM ET. Participants are instructed to gather at Building 6, located at 718 Smyth Rd, Manchester, NH. Key navigation details include a designated parking area (marked in red), the entrance (indicated by a blue arrow), and the meeting location (shown in orange). In case of rain, attendees should proceed to the conference room inside Building 6. For additional assistance, Julie Sturgis, the designated point of contact, can be reached via email or phone. This organized visit is a part of the preparatory efforts related to the project and aligns with federal guidelines for infrastructure improvements at VA facilities, showcasing the agency's commitment to enhancing healthcare accessibility and services for veterans.
    The Department of Veterans Affairs (VA) is initiating the construction of a Specialty Care Building at the Manchester VA Medical Center, designated as Project 608-315. The project includes comprehensive details on design specifications and requirements across multiple divisions, addressing materials, safety regulations, quality control, and sustainable construction practices. Key appendices provide guidance on signage standards, site-specific geotechnical conditions, and foundational recommendations, emphasizing considerations like soil stability, earthworks, and drainage to mitigate site-specific issues. A 2017 geotechnical report indicates pre-existing conditions, recommending conventional footings on proofrolled native soil after removal of unsuitable materials. The building’s structure will prioritize both modern functionality and adherence to VA security and safety protocols. This initiative reflects the VA's ongoing commitment to enhancing healthcare infrastructure for veterans, while effectively managing project complexities and ensuring compliance with local and federal standards.
    The document details the construction project at the VA Medical Center in Manchester, NH, aimed at establishing a Specialty Care Building (VA Project No. 608-315) as part of federal infrastructure improvement efforts for veterans. It extensively outlines specifications for several building systems, including fire suppression, plumbing, HVAC, electrical, communications, and electronic safety and security, arranged in structured divisions. Key components encompass the commissioning requirements, design criteria, equipment specifications, submittals, and installation methods underpinned by relevant safety codes and standards like the NFPA. The document stresses the contractor's responsibilities for compliance, inspections, testing, and the submission of thorough documentation to ensure quality construction and operational effectiveness. The overall purpose of the document aligns with the goals of federal RFPs and grants, emphasizing advanced facility design tailored for veteran healthcare while adhering to stringent safety, operational, and maintenance protocols. This initiative showcases the government’s commitment to providing improved medical services for veterans through modernized infrastructure.
    The document outlines the construction plans for a Specialty Care Building at the U.S. Department of Veterans Affairs Medical Center located at 718 Smyth Road, Manchester, NH. It serves as a final plan for construction, detailing the architectural, structural, mechanical, and electrical components required for the facility, which aims to enhance services for veterans. Key contributors include architects from E4H Architecture, civil engineers from Meridian Associates, and structural consultants from Simpson Gumpertz & Heger. The plans include comprehensive blueprints, safety measures, and a list of applicable codes adhering to VA standards and guidelines. The building is designed to be fully sprinklered and complies with life safety regulations, supporting up to 247 occupants. The document specifies demolition, construction processes, and installation of new systems while considering existing structures, ensuring integrity and compliance throughout the project. The extensive planning reflects the VA's commitment to providing improved healthcare facilities for veterans, promoting accessibility, safety, and environmental responsibility during construction. This project marks a significant investment in veterans' health services by modernizing the existing medical facilities.
    The document outlines demolition and renovation plans for the Veterans Affairs Specialty Care Building in Manchester, NH. It details the required removal of existing storefronts, walls, floors, and ceilings to facilitate new construction and thereby improve clinic functionalities. The contractor must verify existing conditions, coordinate cutting and patching, and ensure fire ratings are maintained during work. Specific tasks include salvaging reusable materials, relocating existing mechanical, electrical, and plumbing fixtures, and managing debris removal while maintaining dust control. Various architectural and engineering plans guide the process, including ensuring all demolition aligns with mechanical, electrical, and plumbing specifications. The project emphasizes efficiency and safety, with contingency measures for fire safety and minimal disruption to ongoing facility operations, showcasing the Veterans Affairs commitment to modernizing healthcare infrastructure while ensuring community health standards are met.
    The document outlines the construction and operational specifications for the air handling units and associated control systems in the Specialty Care Building, particularly focusing on airflow, temperature, humidity control, and safety interlocks. It details the types of equipment involved, such as variable-frequency drives, current transducers, exhaust fans, and heating systems, specifying their functionalities and interconnectivity. Each control point within the building automation system (BAS) is itemized, along with the necessary sequences for operation, which include start-stop protocols and interlocking mechanisms to ensure safety and efficiency. Moreover, the plans address the management of air quality through monitoring of CO2 and humidity levels, energy conservation measures, and the maintenance of appropriate indoor environments. This comprehensive approach is aimed at improving operational performance, ensuring the safety of the facilities, and complying with federal and state regulations. The document emphasizes the importance of integrating all system functions, establishing a responsive environment while prioritizing health standards, and updating protocols for equipment based on real-time monitoring and scheduled maintenance to enhance operational efficacy within the Veterans Affairs framework.
    The Department of Veterans Affairs (VA) is seeking to construct a Specialty Care Building at the Manchester VA Medical Center in New Hampshire, valued between $10 million and $20 million. The procurement, categorized as "Other Than Full and Open Competition," targets specific brand-name construction materials essential for system compatibility and operational efficiency throughout the facility. Key items include Johnson Controls for building automation and HVAC, Lenel for physical access control, DMP for intrusion detection, American Dynamics for video surveillance, and SimplexGrinnell fire detection systems. The justification emphasizes that using brand-specific equipment is crucial to avoid compatibility issues and additional costs tied to integrating different systems. Market research confirms all selected brands comply with the Buy American Act, ensuring products are made in the U.S. The procurement will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This project underscores the VA's commitment to safety, reliability, and operational cohesion within its facilities while adhering to federal procurement regulations.
    This document, Solicitation #36C77625B0024, is a Q&A log for the "Construct Specialty Care Building, Manchester" project, detailing responses to contractor questions regarding federal government RFPs. Key clarifications include the requirement for a full-time Site Safety and Health Officer (SSHO) while allowing the superintendent to double as the Contractor Quality Control (CQC) System Manager. The VA will provide water for hydrostatic testing, and discharge water can go into sewer drains. No known asbestos or contaminated soil exists. The VA will not extend the bid date (August 14, 2025). Important updates include changes to flooring, door hardware, and exterior signage requirements. The document also addresses details on rock removal, utility trenching, and confirms the VA has contracted a commissioning agent. Specific drawing discrepancies and material specifications are clarified, emphasizing adherence to VA standards and contractor responsibility for managing long-lead items.
    The document, Solicitation #36C77625B0024, addresses technical questions and responses for the "Construct Specialty Care Building, Manchester" project. It clarifies various aspects of the Request for Proposal (RFP), including fireproofing requirements for steel, door and hardware specifications, and the use of Ultra Thermal (UT) framing. The document specifies that exam room low-voltage devices should be wireless and completely removes the nurse call system from the project. It also clarifies the scope of Deduct Alternate #6 regarding landscaping, confirming the removal of cobblestone edging, plantings, and shrubs, to be replaced with loam and seed, while retaining the wall. Electrical clarifications include details on transformer relocation, feeder sizes, conduit requirements, and the removal of overhead paging. The VA emphasizes that specific manufacturers cannot be mandated, and contractors are responsible for obtaining subcontractor pricing. This document serves as a crucial guide for bidders to ensure accurate proposals for the construction project.
    The document provides details for a virtual bid opening for Project 608-315, "Construct Specialty Care Building – Manchester, NH." The bid opening is scheduled for Wednesday, August 27, 2025, at 2:30 PM ET. It will be conducted via Microsoft Teams, with a Meeting ID of 246 661 675 700 8 and a Passcode of mZ6M7x9L. Participants can also dial in by phone using +1 205-235-3524,,141807682# (United States, Dora) and Phone conference ID 141 807 682#. This information is crucial for vendors and contractors interested in participating in this federal government RFP related to construction projects.
    The document provides detailed architectural plans for the VA Medical Center in Manchester, specifically for the Mental Health Addition and Improvements project. It outlines the layout of the first floor, including various rooms such as PC Exam rooms, MH Exam rooms, Teamlets, Triage areas, offices, and common spaces like the lobby, waiting rooms, and restrooms. The plans include dimensions, square footage for each area, and structural details. The document also provides exterior elevations, building sections, and wall sections, specifying materials like CMU, corrugated metal, and various types of glass, along with insulation and framing details. Key project team members, including structural, civil, geotechnical, landscape, and MEP engineers, are listed. The overall purpose is to provide comprehensive architectural and structural information for the construction and renovation of the Mental Health Addition, ensuring compliance with VA standards and addressing aspects like blast requirements for glass.
    The document outlines security and communication system requirements for the VA's Specialty Care Building project in Manchester, NH. It details security riser notes, specifying the zoning and termination of security camera cabling in Telecommunications Rooms (TDRs), with duress, lockdown, and door release buttons terminating in Access Control Panels (ACPs). The contractor must provide a Network Video Recorder (NVR) capable of 90-day recording, located in Building 1 (W-58), and coordinate motion sensor head-end locations with the VAMC. The security wiring legend specifies cable types, gauges, number of conductors, shielding, and maximum distances for various functions, including passive sensors, active alarms, card readers, and lock power. The communications section details the fiber and copper backbone infrastructure connecting the Telecommunications Room (SWA121) to the MDF Room in Building 1 (SW-2) and Building 1 (W-58). It outlines the use of 24-strand singlemode and multi-mode fiber optic cables and a 50-pair copper backbone, along with a 4-inch conduit. Public address speakers must integrate with the existing building system. A deduct alternate allows for separate pricing for the removal of 10% of total cabling, with exact outlets and cables determined by the architect and VAMC.
    This document outlines the specifications for window shades, including cloth shades, vertical blinds, and Venetian blinds, for the VA Medical Center in Manchester, NH, as part of VA Project No. 608-315, "DESIGN SPECIALTY CARE BUILDING." It details quality assurance requirements, mandating manufacturers to have a minimum of three years' experience and installers to be manufacturer-approved. Submittals include samples, manufacturer literature, shop drawings, fire testing reports, and a five-year manufacturer's warranty from the date of installation and acceptance by the Government. Applicable publications referenced include Federal Specifications, ASTM International, and Underwriters Laboratories Inc. The document specifies materials like Mecho Shade Systems for cloth shades, stainless steel, and extruded aluminum, along with fastening requirements. Fabrication details cover the construction of rolling-type cloth shades, emphasizing material quality, roller specifications, and secure attachment. Installation guidelines dictate precise measurements, mounting methods, and clearances. Post-installation, shades must be adjusted for smooth operation, cleaned according to manufacturer instructions, and protected from damage. Finally, the project requires a factory-authorized service representative to train maintenance personnel on the motorized shade systems.
    Similar Opportunities
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Z1DA--Relocate Infusion Clinic and Hemo Offices - 539-21-207
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the relocation of the Infusion Clinic and Hemo Offices at the Cincinnati VA Medical Center. The project involves renovating approximately 2,056 gross square feet of space, including general construction, mechanical, electrical, plumbing, and technology trades, as well as asbestos and lead-based paint abatement. This construction effort is critical for enhancing healthcare services provided to veterans, with an estimated project value between $1,000,000 and $5,000,000. Interested service-disabled veteran-owned small businesses (SDVOSB) should contact Contracting Officer Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718 for further details, with the Invitation for Bids expected to be posted around November 20, 2025.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Buyer not available
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    Y1DA--Renovate Building 73 Interior, 618-195 (VA-26-00007446) Minneapolis HCS, MN - VISN 23
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a firm-fixed-price contract to renovate the interior of Building 73 at the Minneapolis VA Medical Center, identified as project 618-195. The project aims to provide comprehensive design-build services that include replacing worn finishes, repairing HVAC components, and constructing interior partitions to enhance operational efficiency. This renovation is crucial for accommodating new operational needs within the facility. The solicitation is anticipated to be issued in December 2025, with a performance period of approximately 370 calendar days and an estimated construction magnitude between $500,000 and $1,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and all inquiries should be directed to Contract Specialist Zachary Penhollow at zachary.penhollow@va.gov or Joelle Mascarenas at joelle.mascarenas@va.gov.
    Y1DA--528A6-25-614 Replace Sidewalks Station Wide
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Sidewalks Station Wide" project at the Bath VA Medical Center in Bath, NY, under Project Number 528A6-25-614. This procurement involves the demolition of existing sidewalks and the installation of approximately 22,000 square feet of new concrete sidewalks, including ADA-compliant tactile warning surfaces, along with the installation of new metal handrails and restoration of disturbed lawn areas. The project is critical for ensuring safe access for veterans and visitors, with a total estimated cost between $250,000 and $500,000, and a completion timeline not exceeding 120 days from the Notice to Proceed. Interested contractors must submit their bids by December 10, 2025, at 12:30 PM EST, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further inquiries.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    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.
    Y1DZ--FY26: NRM (PROJ: 673-21-145) BB Construct New Bed Tower Connector
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the construction of a new Bed Tower Connector at the James A. Haley Veteran’s Hospital in Tampa, Florida, under Solicitation Number 36C24825R0163. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the demolition of an existing ICU and the construction of a new corridor to connect surgical facilities with the new bed tower, emphasizing compliance with health and safety standards throughout the process. The contract is expected to be valued between $500,000 and $1 million, with a performance period of 390 calendar days following the Notice to Proceed. Interested contractors must submit their proposals by December 11, 2025, and can direct inquiries to Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or by phone at 813-940-2788.