Z1DA--36C242-25-AP-2131 | 528-25-2-8192-0011 Resurface roads and Patient Parking Lot (VA-25-00058338)
ID: 36C24225B0025Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the resurfacing of roadways and the patient parking lot at the Albany Stratton VA Medical Center, designated as project number 528-25-2-8192-0011. The project aims to address safety hazards associated with deteriorating pavement, requiring contractors to resurface approximately 167,205 square feet of existing asphalt, including milling and the installation of a new top layer, while ensuring minimal disruption to hospital operations. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a completion timeline of 180 calendar days following the notice to proceed. Interested bidders must submit their proposals by June 24, 2024, and can direct inquiries to Contract Specialist Terry Fraser at terry.fraser@va.gov.

    Point(s) of Contact
    Terry FraserContracting Officer
    (518) 626-5161
    terry.fraser@va.gov
    Files
    Title
    Posted
    The Stratton VA Medical Center in Albany, NY, is preparing to solicit bids for a project aimed at resurfacing roads and the patient parking lot. The expected solicitation release date is April 18, 2025. The project involves resurfacing approximately 98,000 square feet of asphalt pavement, including milling, applying tack coat, and installing a new top layer of hot mix asphalt. Additional responsibilities include painting and restriping road markings and sealing pavement cracks. Traffic safety measures such as flaggers will be required during construction, which aims to minimize disruptions to hospital operations. This procurement is specifically a 100% set-aside for Service Disabled Veteran Owned Small Businesses, with the budget estimated between $500,000 to $1,000,000. Interested parties can access solicitation materials electronically on beta.SAM.gov, and inquiries should be directed to the contracting officer, Terry Fraser.
    The document outlines an amendment to a solicitation for the Resurface Roadways and Patient Parking Lot Project at the Albany VA Medical Center, designated as project number 528A8-24-850. The amendment provides updates to the Statement of Work (SOW), including responses to Requests for Information (RFIs), the inclusion of a wage determination document, and site visit sign-in sheets. The project, which aims to address pavement disrepair and safety hazards, specifies that contractors must resurface existing asphalt pavement covering approximately 98,000 square feet, including milling, installing a 2-inch top layer of asphalt, painting existing stripes, and ensuring safe traffic conditions during the work. The work is primarily to be completed during normal hours with some activities requiring off-hour operations. Contractors are required to follow specific guidelines to minimize disruptions to hospital operations while providing sufficient access for patients and visitors. The document underscores both safety requirements and expectations regarding quality and compliance throughout the project. The aim is to enhance patient and visitor safety at the medical center while preparing for more extensive future work.
    This document serves as an amendment to a solicitation from the Department of Veterans Affairs related to a construction project at the Samuel S. Stratton VA Medical Center in Albany, NY. The primary focus of the amendment is to clarify discrepancies in the scope of work, specifically regarding the square footage for milling and paving tasks. Originally stated as 98,000 square feet, the correct measurement is now confirmed as 167,205 square feet, as outlined in drawing C02. Offerors and bidders are notified to acknowledge receipt of this amendment to ensure their proposals are valid and in line with the updated specifications. Despite this change, all other terms and conditions of the initial solicitation remain unchanged. The document emphasizes the importance of clarity in federal contracting processes to maintain compliance and ensure project requirements are met accurately.
    This document outlines the specifications for asphalt paving work, detailing the composition, mixing, construction, and protection of hot asphalt concrete pavement. Key tasks involve adherence to designated lines, grades, and thickness as illustrated in the provided drawings. It emphasizes the importance of laboratory testing and inspections, subgrade preparation, and the use of quality materials that meet New York State Department of Transportation (NYSDOT) standards. Key components include the submittal of data on aggregates and asphalt, certifications to confirm material compliance, and safety data for all chemicals involved. The execution section mandates strict protocols for mixing, placement, and compaction of asphalt materials, ensuring proper temperature management and surface smoothness. The document serves as a guideline for contractors to ensure that paving projects align with federal and state specifications, promoting quality and safety in public works infrastructure projects. Overall, it underscores the collaborative efforts needed between contractors, engineers, and government officials to achieve successful and compliant asphalt paving results.
    This document outlines the requirements for managing non-hazardous waste generated during building construction and demolition projects. It mandates minimizing landfill disposal and maximizing salvage, recycling, and reuse of materials. Key components include developing a Waste Management Plan, implementing waste reduction techniques, sorting materials on-site, and ensuring proper recycling protocols. Contractors are tasked with diverting specific waste categories including soil, wood, metals, plastics, and others from landfills, achieving a minimum recycling rate of 50% by weight. The document also specifies definitions related to solid waste and recycling, outlines responsibilities for site assessments, and requires detailed record-keeping regarding waste generated and disposed of. Procedures for collection, disposal, and compliance with safety regulations are included. Overall, the document emphasizes sustainable construction practices and regulatory compliance to manage waste efficiently, thereby contributing to environmental conservation efforts within the framework of federal and state guidelines for RFPs and grants.
    This document outlines the guidelines for performing demolition and removal of site features as per specified government contracts. It details the required safety measures, protective strategies, and responsibilities of contractors during demolition activities. Key sections include the necessity for safeguarding adjacent structures and existing utilities, implementing adequate safety precautions (such as warning signs and fire extinguishers), and maintaining a clean work environment throughout the process. The document emphasizes compliance with federal, state, and local regulations for debris disposal and establishes that all removed materials become the property of the contractor. Additionally, a thorough site survey is mandated before commencing any work, with particular attention to protecting any remaining property of the government. This specification serves as an essential framework for contractors engaged in demolition work, ensuring adherence to safety, environmental, and regulatory standards while facilitating efficient project execution.
    The Stratton VAMC in Albany, NY, has issued a Request for Proposal (RFP) for resurfacing roadways and the patient parking lot, with a submission deadline of June 24, 2024. This project involves the application of pavement markings, requiring compliance with specified technical standards and materials outlined in federal specifications, including those from the Master Paint Institute. The document details the required steps for materials delivery, storage, handling, installation, and quality assurance measures, alongside submittal requirements for product certifications and qualifications. Additionally, the use of the Autodesk Build Construction Management platform is mandated for project collaboration, documentation, and correspondence, stipulating that all project personnel complete necessary training and adhere strictly to communication protocols. This emphasis on compliance and quality highlights the project's urgency and adherence to federal standards for construction and maintenance operations within government facilities.
    The document outlines the specifications for earthwork required in a construction project, detailing tasks such as site preparation, excavation, filling, grading, and cleanup. It defines various terms, including unsuitable materials, trench and site earthwork, and parameters for excavation classification (unclassified, classified, and rock excavation). The requirements for materials such as fills, borrow soil, and waste disposal are also specified, highlighting compliance with testing standards for contaminants. The section emphasizes safety measures and the protection of existing utilities. It mandates approvals and notifications for any unauthorized excavation or modifications, maintaining adherence to federal, state, and local regulations. Additionally, it lays out procedures for quality control, including compaction standards and site grading tolerances. Inspections and testing are essential for compliance, ensuring stability and integrity throughout the construction process. This document serves as a critical reference for contractors responding to government RFPs and grants, aiming for proper earthwork execution while meeting environmental regulations.
    This document outlines the general requirements for construction projects at a VA facility, specifically the renovation, maintenance, and resurfacing of Veterans Way, Elks Memorial Drive, and the Visitor’s Parking Lot. It emphasizes the importance of safety and infection control, stating that contractors must comply with VA safety protocols and security procedures. Key components include the necessity for contractors to prepare the site, manage demolition and existing structures, and comply with extensive security and document control measures, including notification protocols for starting work and handling sensitive information. The contractor is also responsible for protecting existing vegetation and structures and is guided on utility management during the project. Construction operations must minimize disruptions to the Medical Center’s daily activities. The document specifies that all practices must align with government regulations and directives from the Contracting Officer, ensuring comprehensive safety and adherence to health standards throughout the construction process. It reflects the government’s commitment to maintaining operational integrity in its facilities while renovating infrastructure critical to serving veterans.
    The document outlines specifications for joint sealants used in building projects, focusing on their application and quality assurance. It includes detailed sections regarding the necessary types of sealants, related work, and installation requirements. Quality assurance measures emphasize the qualifications of installers, product testing standards per ASTM regulations, and compatibility testing prior to installation. Contractors must submit various certifications and samples, ensuring that materials are compatible and meet performance criteria. The specifications include requirements for exterior, interior, and acoustic sealants, along with stringent conditions regarding the environmental factors impacting their installation. It highlights the need for proper cleaning and preparation of substrates to ensure optimal adhesion, specifying joint geometry and depths for various applications. The document also outlines the warranties for both construction and materials, urging compliance with applicable industry standards. Overall, this specification serves as a comprehensive guide for contractors involved in building projects requiring the precise application of joint sealants, ensuring durability, functionality, and adherence to safety regulations.
    The document outlines requirements for pavement marking installation, focusing on paint application for traffic lanes, parking areas, and special markings like handicapped accessibility symbols. It refers to several standards, including federal specifications for traffic and airfield marking paints. Key submission requirements include drawings, manufacturer's data, sample paint swatches, and certifications ensuring compliance with guidelines. Quality assurance measures dictate that installers must have extensive experience with the specified products and successfully completed similar projects. Specific conditions for paint application, such as temperature controls and material delivery standards, are detailed to ensure optimal performance. Preparation involves verifying substrate suitability and cleaning surfaces adequately before the installation of markings. The execution phase includes meticulously applying paint according to manufacturer's instructions, maintaining strict tolerances for line dimensions, and protecting the markings from traffic until dry. Furthermore, the document emphasizes the importance of adhering to safety measures, including signage to warn approaching traffic during work. Overall, this document serves as a technical guideline for contractors involved in government-funded pavement marking projects, ensuring quality, compliance, and safety are maintained throughout the process.
    The document outlines the requirements for a Project Schedule using the Critical Path Method (CPM) for federal construction projects, specifically for small design/bid/build contracts. It emphasizes the contractor’s responsibility to create and maintain an updated Project Schedule, which coordinates all project activities, including those from subcontractors and suppliers. A designated Contractor's representative must oversee the preparation and submission of the schedule, which may involve hiring an outside consultant, subject to approval by the Contracting Officer. Key points detail the submission timelines, required qualifications for consultants, and the necessity of monthly computer-produced reports to the Department of Veterans Affairs (VA). The schedule must reflect a comprehensive view of the project, including activity durations, budget allocations, and project phasing. Contractors are required to address any deviations from the schedule, adjust for unforeseen delays, and submit detailed justification for any changes to the completion date. The specifications promote effective project management and accountability, ensuring that contractors adhere to deadlines and maintain transparency in their progress and financial reporting, thereby reinforcing adherence to federal contracting protocols within government RFPs.
    This document outlines the requirements for Contractor Quality Control (CQC) applicable to Design-Bid-Build (DBB) and Design-Build (DB) construction projects. It emphasizes the need for a robust QC system that meets the standards of the FAR Clause 52.246.12. The contractor must submit a comprehensive CQC Plan, detailing the organizational structure, responsibilities, procedures for document management, testing, and quality tracking. Key personnel, including a CQC System Manager and a Safety and Health Manager, must be identified, ensuring constant site presence and compliance oversight. Inspections are categorized into three phases: Preparatory, Initial, and Follow-Up, ensuring consistent quality throughout the construction process. Frequent documentation is required to track QC activities and compliance, and failure to comply can lead to work stoppages. The document stresses the importance of coordination among all parties involved and mandates corrective actions for any noncompliance detected. This CQC framework is critical for ensuring that construction projects delivered under federal grants and RFPs meet quality and safety standards while preventing delays and cost overruns.
    The document outlines comprehensive safety requirements pertinent to construction projects, specifically addressing standards for accident prevention, health, and environmental safety in federal, state, and local contexts. Key components include applicable publications from organizations like OSHA and the American National Standards Institute, which inform practices for safe work environments. Critical definitions are provided, such as "Competent Person" who oversees safety protocols on-site, and "Mishaps" that categorize incidents based on severity for reporting. The Safety Requirements section emphasizes the need for an Accident Prevention Plan (APP) that integrates contractor safety programs, training mandates, and hazard assessments whilst requiring approval from the Government Contracting Officer. Additionally, it establishes the necessity for regular safety inspections, health and safety training compliance for personnel, and details mishap reporting protocols. Specific safety measures for high-risk activities, such as fall protection, excavation, and electrical safety, are mandated with strict adherence to governing regulations. In summary, the document serves to ensure a safe working environment in construction, detailing the implementation of regulations and allowing for effective communication and coordination in safety practices across various governmental levels.
    This document outlines the submittal requirements and procedures for a construction project, emphasizing the contractor's obligation to submit information for VA review to ensure compliance with contract documents. It categorizes various types of submittals, including preconstruction submittals, shop drawings, product data, samples, and test reports. The contractor must maintain a submittal register to track submissions and must ensure completeness and accuracy before submission, as incomplete or irrelevant data will be returned without review. The VA will review submittals within defined periods (15 business days for submittals and 10 for RFIs) and return them with annotations for approval, conditional approval, or disapproval. Any material not compliant with the contract will be at the contractor's expense to rectify. Additionally, the document specifies that VA approval does not absolve the contractor from responsibility for errors. Finally, the document establishes that payment for materials will be withheld if required approvals are not obtained. Overall, this guideline is crucial for ensuring that all work performed adheres to contractual obligations, maintaining quality and compliance in government-funded construction projects.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for the resurfacing of roads and the patient parking lot at the Albany Stratton VA Medical Center. The project aims to address safety hazards due to deteriorating pavement. The contractor must complete the work within 180 calendar days following the notice to proceed and provide materials, labor, and supervision as per specified requirements. This solicitation is exclusively set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSB), which must be registered in the System for Award Management (SAM) and comply with various regulations. A pre-bid site visit is scheduled, and potential bidders must submit comprehensive bids via email that adhere to detailed submission requirements, including bid guarantees and safety compliance documentation. Contractors are urged to inspect the site before bidding and submit written inquiries by a specified deadline. The award will be granted to the responsive bidder offering the lowest price, with strict adherence to federal and state regulations throughout the construction process. This RFP exemplifies the government's commitment to improving facilities for veterans while promoting small business participation within the contracting process.
    This document outlines the Sustainable Construction Requirements for projects under the U.S. Department of Veterans Affairs (VA). It sets general guidelines to meet federal sustainability mandates, emphasizing the contractor's responsibility to adhere to these standards by selecting appropriate materials and processes. Key definitions include recycled content, biobased products, and low pollutant-emitting materials, which reflect the sustainability goals. The contractor must submit a Sustainability Action Plan, a Low Pollutant-Emitting Materials Tracking Spreadsheet, and regular progress reports to demonstrate compliance with sustainability objectives. The document specifies performance criteria, such as achieving at least a 50% diversion of construction waste from landfills and adhering to low VOC emissions standards. Quality assurance protocols, including preconstruction meetings and job conferences to review compliance, are mandated. The publication serves as a guideline for contractors to implement environmentally friendly practices in federal projects, ensuring alignment with broader governmental sustainability initiatives. This framework illustrates the VA's commitment to environmentally responsible construction, aiming for improved health and safety standards in the built environment while reducing environmental impact.
    This document outlines the specifications for Testing Laboratory Services required during construction projects, emphasizing materials testing and inspection mandated by the General Contractor. It details applicable standards from organizations like AASHTO, ASTM, and ACI that govern testing protocols for various construction materials. Key requirements include the accreditation of testing laboratories by recognized authorities, with a focus on compliance with relevant ASTM standards. The document emphasizes the laboratory’s role in inspecting materials, conducting tests, and reporting results to the Resident Engineer, directing attention to failures when necessary. A structured approach to earthwork, asphalt concrete paving, and site work concrete testing is established, specifying procedures for density testing and material sampling based on ASTM guidelines. Overall, this specification ensures adherence to quality control measures in construction, fostering safe and reliable project outcomes within the framework of government contracts and standards.
    The VAAR 852.219-75 outlines the limitations on subcontracting applicable to contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It specifies that for service contracts, no more than 50% can be subcontracted to non-certified firms; for general construction contracts, the limit is 85%, and for special trade construction, it is 75%. These thresholds include work subcontracted by certified SDVOSB/VOSB firms, while the cost of materials is excluded from the subcontract calculation. Offerors must certify their compliance, aware that false certifications may attract legal penalties. Additionally, the document mandates that contractors provide evidence of compliance upon request from the VA, and failure to do so could lead to remedial actions. The certification form must be completed, signed, and submitted with the offer to ensure eligibility for contract awards. This regulation emphasizes the commitment to supporting veteran-owned businesses while ensuring accountability within government contracts.
    Similar Opportunities
    Y1LZ--Project 620-23-102 Repave Parking Lot G at the Montrose VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for Project 620-23-102, which involves repaving Parking Lot G at the Montrose VA Medical Center in New York. This project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requiring contractors to provide all necessary materials, equipment, and personnel to complete the work, which includes general construction, demolition, grading, drainage, and the installation of pole-mounted lighting. The project has a construction magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days from the Notice to Proceed. Interested bidders must be registered in SAM.gov and verified as an SDVOSB, with the solicitation expected to be released around December 9, 2025. For further inquiries, contact Contracting Officer Daniel Barone at Daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a 93,200-square-foot gravel parking lot with 320 spaces at the Dayton VA Medical Center, as part of a project aimed at expanding staff parking. The contractor will be responsible for all labor, materials, and equipment necessary for site preparation, grading, gravel installation, and the placement of parking blocks, adhering to federal, state, local, VA, and OSHA standards. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated contract value between $250,000 and $500,000. Proposals are due by January 22, 2026, at 10:00 AM local time, and interested bidders are encouraged to attend a site visit on December 18, 2025. For further inquiries, contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the expansion of the B330 Staff Parking Lot at the Dayton VA Medical Center, under project number 552-26-502. The project entails constructing an approximately 93,200 square foot gravel parking lot that will accommodate around 320 parking spaces, thereby enhancing the existing staff parking area. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated construction cost ranging from $250,000 to $500,000, and a projected period of performance of 90 calendar days. The solicitation is expected to be posted on SAM.gov around November 14, 2025, with proposals due approximately 30 days thereafter; interested parties should contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov for further inquiries.
    Z2DA--Resurface Parking Garage C
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for design-build services to resurface Parking Garage C at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The project aims to restore the structural integrity and surface condition of the garage, addressing issues such as deterioration, drainage improvements, and safety system upgrades. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran entrepreneurs. Interested contractors must submit their technical and price proposals in a two-phase process, with the contract period spanning 730 days, contingent on fund availability. For further inquiries, potential bidders can contact Contracting Officer Ana G. Alvarado at ana.alvarado@va.gov.
    M1LZ--Valet and Two (2) Separate Parking Lot Attendants
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, has issued a solicitation for valet and parking lot attendant services at the Northport VA Medical Center in New York. The contract, which is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires continuous coverage for three parking lots, with specific staffing requirements including a minimum of five attendants for valet services and one attendant for monitoring other lots. This service is crucial for ensuring efficient vehicle management and adherence to VA regulations, with a contract period starting from October 1, 2025, and extending through four optional years. Interested contractors must submit their proposals by September 17, 2025, at 10:00 AM EDT, and can direct inquiries to Contract Specialist Dolores Sachuk-Thompson at Dolores.Sachuk-Thompson@va.gov.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. The project entails the removal and replacement of an old trench cap, requiring contractors to provide all necessary labor, materials, equipment, and supervision while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the medical center, ensuring minimal disruption during construction activities. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, interested parties may contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732.
    Y1LB--656-24-205, Road Repair 2024 36C263-26-AP-1047
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for the Roads Repair 2024 project at the St. Cloud VA Medical Center in Minnesota, specifically under Project Number 656-24-205. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) database. The project entails the reconstruction of parking lot P111 (56,567 SQ. FT) and adjacent roadways (8050 SQ. FT), including the removal and replacement of asphalt and re-compaction of the base gravel course, with an estimated construction value between $1,000,000 and $2,000,000. The Invitation for Bid (IFB) is expected to be issued around March 9, 2025, with an award anticipated within 90 days of the bid opening. Interested bidders should contact Contracting Specialist Arielle Lifto at arielle.lifto@va.gov or 651-293-3031 for further information.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    C1DZ--NRM-AE 632-26-102 Repair Facade Building 13
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Architect-Engineering (A-E) firms to provide design and construction services for the Repair Façade Building 13 project at the Northport VA Medical Center in New York. The project aims to repair, restore, and enhance the building's exterior components while maintaining its operational laundry services, with a construction cost estimated between $1 million and $5 million. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications electronically by January 16, 2026, to the Contract Specialist, Torell Camp, at Torell.Camp@va.gov. The evaluation will consider professional qualifications, specialized experience, capacity, past performance, and commitment to utilizing small business subcontractors.