Y1DA--626-25-102 - Apheresis-Mohs Storage Room Compliance Upgrade
ID: 36C24925B0002Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
  1. 1
    Posted Apr 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 7:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified contractors for the Apheresis-Mohs Storage Room Compliance Upgrade at the Tennessee Valley Healthcare System in Nashville, TN. The project aims to renovate and ensure compliance of specific medical facilities, requiring contractors to manage all labor and materials necessary for the construction, including architectural, plumbing, electrical, and mechanical work. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes adherence to safety and environmental standards throughout the project. Interested contractors must submit their proposals by May 14, 2025, and can direct inquiries to Contract Specialist Jen Jamieson at jen.jamieson@va.gov.

Point(s) of Contact
Jen JamiesonContract Specialist
jen.jamieson@va.gov
Files
Title
Posted
Apr 24, 2025, 6:09 PM UTC
The document outlines a Request for Proposals (RFP) for construction services related to Project 626-25-102, which involves the Apheresis-Mohs Storage Room Compliance Upgrade at the Tennessee Valley Healthcare System in Nashville, TN. The objective is to secure a contractor who will manage all labor and materials necessary for the project, including architectural, plumbing, electrical, and mechanical work, with a contract type being a Firm Fixed Price. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) as mandated by law. Key details include a performance period of 60 calendar days, a bid opening on May 14, 2025, and the necessity for bidders to maintain compliance with various regulations, including those related to bonding, safety, and environmental standards. A site visit is scheduled prior to the bid submission deadline for potential contractors. Moreover, contractors must register with the System for Award Management (SAM) and have active listings in related databases to ensure eligibility. This RFP demonstrates the federal government's commitment to supporting veteran-owned businesses while progressing towards compliance upgrades within the healthcare facility.
Mar 31, 2025, 11:05 PM UTC
The Department of Veterans Affairs is issuing a presolicitation notice for a compliance upgrade project at the Veterans Affairs Medical Center in Nashville, TN, focused on the Apheresis-Mohs Storage Room. The contractor will be responsible for providing all labor, materials, and supervision necessary to complete the project, which includes installing constant volume DDC VAV boxes, associated ductwork, controls, re-heat piping, and necessary repairs to wall surfaces. The scope requires the contractor to conduct work in line with all relevant regulations and deliver before-and-after photos of the project. This is a 100% set-aside opportunity for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with construction costs estimated between $25,000 and $100,000. The procurement will follow Federal Acquisition Regulation guidelines, with solicitation release expected on or around April 14, 2025. Questions regarding the project should be submitted via email to the Contract Specialist. The document underscores the commitment to engaging veteran-owned businesses for government contracts while ensuring compliance with necessary standards and regulations throughout the project timeframe.
Apr 24, 2025, 6:09 PM UTC
This document serves as an amendment/modification to a solicitation by the Department of Veterans Affairs, specifically Network Contracting Office 9, regarding contract number 36C24925B0002. The amendment outlines the procedures for bidders to acknowledge receipt and respond to the changes set forth. It specifies that all bids must confirm receipt of the amendment by the deadline and provides various methods for acknowledgment. The document includes details on submitting Requests for Information (RFI) to clarify contract requirements, emphasizing the deadline for submission and the necessity for written questions. Any RFIs should be specific, detailing project identification and contact information. The document reiterates that questions received after the specified time may not be addressed unless deemed in the government's best interest. Overall, this amendment emphasizes compliance and communication protocols to maintain the integrity of the bidding process in government contracts.
Apr 24, 2025, 6:09 PM UTC
The document outlines the construction project for the Apheresis/Photopheresis Unit at the TVHS VA Medical Center in Nashville, TN, including detailed plans and compliance measures under the jurisdiction of the U.S. Department of Veterans Affairs. It provides extensive construction documents, drawing lists, and notes on infection control risk assessments (ICRA), emphasizing adherence to federal, state, and local codes. The project involves renovations requiring coordination among various contractors to ensure compliance with safety regulations, infection control, and environmental management. Key components include fire suppression details, HVAC system upgrades, plumbing, and electrical plans, with specific guidelines for maintaining cleanliness and minimizing dust during construction. The document stresses the importance of pre-bid coordination among contractors and thorough site evaluations to mitigate risks and optimize project execution. The overarching goal is to enhance facility capabilities while meeting strict regulatory and safety standards, reflecting the VA’s commitment to providing modernized healthcare services.
Apr 24, 2025, 6:09 PM UTC
The Apheresis-Mohs Storage Room Compliance Upgrade at the Nashville VAMC aims to renovate and ensure compliance of specific medical facilities, guided by VA Project No. 621-25-102. The project encompasses comprehensive construction documents addressing safety, infection control, demolition, and service interruptions. Key sections outline responsibilities of contractors, including site preparation, utility maintenance, adherence to security protocols, and detailed operational constraints designed to minimize disruption to hospital services. The construction activities specified range from minor repairs that do not generate dust to major remodels necessitating dust control measures. Strict infection control protocols must be followed, as various patient risk groups are affected during renovation. The document emphasizes the importance of maintaining air quality and operational integrity within the medical environment, underscoring the VA's commitment to patient safety and operational efficiency throughout the upgrade process. Overall, the project highlights the VA's proactive approach in improving healthcare infrastructure in compliance with federal standards, while prioritizing environmental safety and patient care continuity.
Apr 24, 2025, 6:09 PM UTC
The document outlines the requirements for calculating self-performed and subcontracted work for a federal contract under the NAICS code 236220, specifically for contractors engaging in general construction. It emphasizes that at least 15 percent of the total contract performance costs must be fulfilled by a Service Disabled Veteran Owned Small Business (SDVOSB) or a verified SDVOSB subcontractor. The calculation begins with the total personnel costs, noting that these include expenses for labor, mechanics, and office personnel. The form provides guidance on the breakdown of costs by specification division for materials and personnel, indicating that overhead, profit, and bond costs will be added to the subtotal of labor and material costs after calculations are performed. The document mentions that subtotal calculations are essential for determining the percentage of self-performed work. This structured approach ensures transparency and compliance in the allocation of costs, aiming to build procurement opportunities for SDVOSBs while adhering to federal guidelines. Overall, the emphasis is on ensuring that a defined portion of contract work supports veterans, enhancing their participation in federal contracting.
Apr 24, 2025, 6:09 PM UTC
The Pre-Award Contractor Safety and Environmental Record Evaluation Form is intended for contractors responding to the solicitation 36C24925B0002. It requires detailed data on the company’s safety and health performance, requesting information such as the number of man-hours worked, incidents leading to days away or restricted activities, and the corresponding Days Away, Restricted, or Transferred (DART) Rate for the years 2022 to 2024. Furthermore, contractors must report serious OSHA violations from the past three years and provide copies of their OSHA 300 and 300A Forms. Additional information required includes the company's six-digit NAICS Code for commercial and institutional building construction (236220), details about the administrator of the company’s safety and health program, and the Company’s Experience Modification Rate (EMR). This document aligns with government procurement standards by ensuring that contractors adhere to safety regulations and maintain a solid track record in safety and environmental practices before being awarded federal contracts. Evaluating these factors is essential for mitigating risks associated with contractor services in government projects.
Apr 24, 2025, 6:09 PM UTC
The document outlines the general conditions required for construction contracts, specifically within the context of federal and state RFPs. It enumerates key roles and responsibilities related to project management, including positions such as project managers, superintendents, and safety managers, alongside the necessary insurance and bonds like builder’s risk insurance and general liability coverage. The document details site condition requirements, addressing essential temporary utilities and safety measures such as power and water provision, sanitation facilities, and traffic control. A significant aspect highlighted is the contractual stipulation concerning general conditions costs, emphasizing that overhead and contractor fees must encapsulate various expenses, including incidental job burdens and compliance with safety regulations. By mandating a detailed breakout of costs in the Schedule of Values, it ensures transparency and accountability in project budgeting. This summary serves to inform stakeholders of the necessary components integral to effective project execution within government-related construction processes, promoting adherence to established regulations and safety standards.
Apr 24, 2025, 6:09 PM UTC
The file outlines a Request for Proposal (RFP) related to the Apheresis-Mohs Storage Room Compliance project at the TVHS in Nashville, TN. The proposal date is set for May 12, 2025. It includes a detailed price breakout schedule categorized by labor, materials, and equipment across multiple divisions, such as General Requirements, Plumbing, HVAC, Electrical, and more. Contractors must provide a thorough breakdown of their costs, adhering to guidelines that prohibit lump sum price submissions for any division. Specific contractual obligations highlight that all fees related to the project’s execution must be included in the overhead calculations. The document emphasizes the importance of a clear and comprehensive price breakdown initially submitted by contractors, ensuring thoroughness to avoid additional requests from the government. Included are strict directives on itemizing general conditions and the requirement for a full scope of work, even if some divisions are not applicable. This RFP serves to maintain transparency, accountability, and compliance with federal contracting standards while ensuring the successful execution of important facility improvements at the VA health system.
Apr 24, 2025, 6:09 PM UTC
The document is a Request for Information (RFI) for a government project, outlining specific processes for contractors to submit questions or requests for clarification. It emphasizes that questions must reference specific sections of the solicitation, specifications, or drawings for the government to provide timely responses. The main purpose is to gather pertinent information from contractors to support the project, ensuring clarity and adherence to protocol. Key components include contact details for the government representative, Jen Jamieson, who manages inquiries, and requirements for submission deadlines and information referencing. The structured format aims to facilitate communication and streamline the process for all parties involved, reinforcing the importance of compliance in government contract procedures.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Y1DA--FY25: NRM (PROJ: 516-23-117) BB - Refresh Hemodialysis
Buyer not available
The Department of Veterans Affairs is seeking proposals for the "Refresh Hemodialysis" project at the C.W. Young VA Medical Center in Bay Pines, Florida. This project involves comprehensive demolition, renovation, and construction of the hemodialysis suite, with an estimated budget between $1,000,000 and $2,000,000, and a performance period of 168 days from the Notice to Proceed. The initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with safety and operational standards while minimizing disruption to ongoing medical services. Proposals are due by May 7, 2025, and must be submitted by Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with all submissions evaluated based on cost, technical capabilities, and past performance. Interested contractors can contact Kenneth Caryer at Kenneth.Caryer@va.gov for further information.
Project 614-25-101,AE (AJP) Add Surgical Suite AHU - 13W
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services for Project 614-25-101, which involves adding a surgical suite air handling unit at the Lt. Col. Luke Weathers Jr. Veterans Affairs Medical Center in Memphis, Tennessee. This project is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside with an estimated construction budget of $5 million, requiring firms to submit their SF330 documents by April 28, 2025. The selected firm will be responsible for creating detailed contract drawings and specifications, conducting design services, and ensuring quality assurance throughout the construction period while adhering to VA standards. Interested parties can contact Contract Specialist Alan Raulerson at alan.raulerson@va.gov for further information.
Y1DA--512-23-108 - Renovate C-Segregated Compounding Area for Hazardous Compounding (CON)
Buyer not available
The Department of Veterans Affairs is soliciting bids for the renovation of the C-Segregated Compounding Area for Hazardous Compounding at the Baltimore VA Medical Center, identified by project number 512-23-108. The project involves comprehensive renovations, including structural, architectural, mechanical, plumbing, and electrical work, aimed at ensuring compliance with healthcare standards while minimizing disruptions to ongoing hospital operations. This initiative is crucial for enhancing the VA's infrastructure, particularly in maintaining safety and operational continuity for vulnerable patient populations during construction. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by May 6, 2025, with a project completion timeline of 180 days following the Notice to Proceed. For further inquiries, contact Lisa Lake at lisa.lake2@va.gov or (304) 263-0811 ext 7617.
Z2DA--626A4-22-700 EHRM Infrastructure Upgrades Construction Murfreesboro, TN
Buyer not available
The Department of Veterans Affairs is conducting a Sources Sought Notice for the EHRM Infrastructure Upgrades Construction project at the Alvin C. York Veterans Administration Medical Center in Murfreesboro, TN. This project aims to implement significant infrastructure enhancements, including electrical upgrades, HVAC assessments, renovations for data centers, and improvements to communication and physical security systems across multiple buildings within the facility. The anticipated procurement will be a competitive, firm-fixed-price contract valued between $20 million and $50 million, with plans to advertise in mid-July 2025. Interested contractors must submit a capabilities statement by May 5, 2025, at 1:00 PM ET, and can direct inquiries to Contract Specialist Samuel Cornwell at Samuel.Cornwell@va.gov.
Y1DA--Renovate Radiology Floors |658-25-103
Buyer not available
The Department of Veterans Affairs is soliciting bids for the renovation of radiology floors at the Salem VA Medical Center, with a project budget estimated between $500,000 and $1,000,000. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), which are required to perform at least 25% of the work using their own labor force, and includes critical tasks such as asbestos abatement and significant alterations to flooring and wall surfaces while ensuring the facility remains operational. The project emphasizes compliance with federal regulations, safety protocols, and the necessity for contractors to register with the System for Award Management (SAM), with a pre-bid conference scheduled for May 7, 2025, and bids due by June 6, 2025. Interested parties can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov for further information.
Z2DA--PAD B100 Chiller Room Leak Detector Replacement
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of leak detectors in the PAD B100 Chiller Room at the VA Palo Alto Health Care System. The project aims to enhance facility safety by requiring contractors to provide all necessary personnel, equipment, and materials to complete the work within 15 calendar days after receiving a notice to proceed. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be evaluated based on price considerations, with proposals due by May 5, 2025, following a mandatory site visit on April 9, 2025. Interested contractors should contact Jessica I Newman at Jessica.Newman2@va.gov for further details and ensure compliance with all safety and regulatory requirements outlined in the solicitation documents.
Z1DA--SPS Equipment Site Preparation (VA-25-00046418) | EDA: 6/5/25
Buyer not available
The Department of Veterans Affairs is seeking contractors for the SPS Equipment Site Preparation project at the Beckley VA Medical Center in West Virginia. This solicitation requires the provision of all necessary labor, materials, and supervision for the site preparation related to the installation of new sterilization equipment, including parts washers and sterilizers, while adhering to rigorous safety and infection control measures. The project is critical for enhancing healthcare infrastructure and ensuring compliance with federal regulations, particularly in maintaining a safe environment for patients and staff during construction. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by June 5, 2025, following a pre-bid site visit on May 5, 2025, with a performance period of 120 calendar days from the notice to proceed. For further inquiries, contact Contract Officer Adam S. Bradford at Adam.Bradford1@va.gov.
Y1DA--589A5-23-186 Renovate Space for Oncology
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of space for oncology at the Topeka Veterans Affairs Medical Center (VAMC) under solicitation number 36C25525Q0324. This Sources Sought Notice is intended for information gathering and does not constitute a formal request for proposals; it aims to identify capable contractors who can execute a project with an estimated cost between $1 million and $5 million. The selected contractor will be responsible for providing all necessary labor, materials, and equipment to complete the renovation in accordance with applicable standards, with a performance period of 310 days after the notice to proceed. Interested parties must submit their Capability Statements by April 30, 2025, to Tim Fitzgerald at timothy.fitzgerald@va.gov, and ensure they are registered in the System for Award Management (SAM) to be eligible for future solicitations, which are expected to be posted on May 1, 2025.
R602--Lab Courier Services for TVHS
Buyer not available
The Department of Veterans Affairs is seeking a contractor to provide Lab Courier Services for the Tennessee Valley Healthcare System (TVHS), specifically for the VA Medical Centers located in Murfreesboro and Nashville, Tennessee. The contractor will be responsible for transporting laboratory specimens between these facilities while adhering to relevant standards and regulations, including ANSI/AAMI, Department of Transportation, and VHA directives. This procurement is particularly significant as it is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under 38 U.S.C §8127 (d), emphasizing the VA's commitment to supporting veteran-owned enterprises in critical healthcare logistics. The solicitation is anticipated to be released around May 7, 2025, and interested parties should direct any questions to the Contracting Officer, Elizabeth Trimm, at Elizabeth.Trimm@va.gov.
Y1DA--589A5-25-128 Site Prep for Fluoroscopy
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the project titled "589A5-25-128 Site Prep for Fluoroscopy" at the Colmery O'Neil VAMC in Topeka, Kansas. This project involves site preparation for fluoroscopy, including the renovation of space, relocation of fixtures, and installation of flooring and finishes, with an estimated cost between $100,000 and $250,000. The contract will be a firm fixed price, with a performance period of 60 days following the notice to proceed, and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and submit their responses by email to Timothy Parison at timothy.parison@va.gov by 2:00 PM CDT on April 30, 2025, with the solicitation expected to be posted on or before May 5, 2025.