Z1DA--Project# 626A4-20-103- Improve Security York Campus
ID: 36C24925B0007Type: 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

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the "Improve Security York Campus" project at the Alvin C. York VA Medical Center in Murfreesboro, Tennessee. This federal contract aims to enhance the facility's security infrastructure through various construction activities, including the installation of ballistic protection measures and the updating of door and window systems, while ensuring minimal disruption to hospital operations. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction cost between $500,000 and $1 million, with a performance period of 180 days. Interested contractors must submit their proposals by 1 PM CDT on August 1, 2025, and are encouraged to attend a site visit scheduled for July 10, 2025. For further inquiries, contact Jen Jamieson at jen.jamieson@va.gov.

    Point(s) of Contact
    Jen JamiesonContract Specialist
    jen.jamieson@va.gov
    Files
    Title
    Posted
    The document is a solicitation from the Department of Veterans Affairs for the construction project "Improve Security York Campus" at the Tennessee Valley Healthcare System in Murfreesboro, TN. The submission is intended for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and set-aside for 100% SDVOSB participation. The project involves providing labor, materials, and supervision for demolition and new construction, covering areas like general construction, civil, and electrical work. Bids are due by 1 PM CDT on August 1, 2025, with a performance period of 180 days. An organized site visit is scheduled for July 10, 2025. To be eligible, contractors must be registered in the appropriate government databases and have active registrations in the System for Award Management (SAM). Bidders are encouraged to assist potential subcontractors in obtaining necessary bonding. The estimated project cost ranges from $500,000 to $1 million, with specific details about bid items, bond requirements, and compliance measures laid out. The document serves as a comprehensive guide for prospective bidders, detailing requirements for submission and the process for questioning and clarifications related to the project.
    The Department of Veterans Affairs has issued a presolicitation notice for Project# 626A4-20-103 aimed at improving security at the York Campus of the Tennessee Valley Healthcare System in Murfreesboro, TN. The scope involves comprehensive construction work, including demolition and new installations across various disciplines such as general construction, civil and electrical work. Contractors must complete the project within 180 calendar days while ensuring minimal disruption to medical operations, which may require night and weekend work. The contractor will also provide a one-year warranty on all work performed. This notice reflects federal government efforts to enhance healthcare facility security through contracted construction services.
    The document is an amendment to a solicitation for a construction project administered by the Department of Veterans Affairs (VA). It involves significant updates, including responses to received Requests for Information (RFIs), revised administrative details, and prerequisite certifications related to subcontracting limitations. The proposal submission deadline has been extended to August 8, 2025, to allow contractors additional time to prepare their bids. The contractor must adhere to specific limitations on subcontracting based on the type of work and ensure proper documentation of compliance. The document outlines various project specifications, such as required qualifications for personnel and construction practices, emphasizing a commitment to safety and quality control measures. Key RFIs address construction specifics, including wall and concrete thickness, materials specifications, safety and health officer roles, and potential hazardous material handling. Additionally, various attachments provide essential information, such as the asbestos survey report and important submission guidelines. The amendment reflects the VA's intent to ensure that all contractors understand project requirements fully while promoting compliance with regulatory and safety standards in the execution of the construction work.
    The document outlines the proposed improvements to the security infrastructure at the Alvin C. York VA Medical Center in Murfreesboro, TN, as part of the VA Project #626A4-20-103. The initiative focuses on enhancing security features throughout the facility, including the installation of ballistic protection measures, updating door and window systems, and implementing temporary enclosures during construction. Engineers and architects are expected to develop detailed plans addressing infection control risk mitigation, traffic management, and construction logistics to minimize disruption to hospital operations. Specific guidelines for dust and debris control, as well as required safety measures, are critical components of the project scope. The phased construction plan ensures that critical areas remain operational throughout the process while maintaining compliance with industry safety standards. Overall, this project reflects the VA's commitment to improving facility safety and security for veterans while adhering to federal construction regulations.
    The Department of Veterans Affairs is initiating a project to enhance security at the Alvin C. York VA Medical Center in Murfreesboro, TN, designated as Project No. 626A4-20-103. The bid documents, prepared by Apogee Consulting Group, detail essential construction and safety requirements for contractors. Key components include site preparation, the removal of existing structures, and new construction efforts to improve security around the York Campus. The project outlines strict safety and security protocols, such as regulations for on-site personnel access, utility management, and documentation control to ensure confidentiality. Contractors must prepare for continuous operation of the Medical Center during renovations, with a clear phasing plan to minimize disruptions. The document emphasizes the importance of maintaining existing utilities, protecting infrastructure and vegetation, and adhering to environmental controls. Additional requirements include a warranty management plan, photographic documentation of construction progress, and a requirement for joint inspections with the contracting officer. This initiative reflects the VA’s commitment to maintaining a secure and operational environment while upgrading facilities in compliance with safety standards and federal regulations.
    The document outlines requirements for offerors in General Construction (NAICS code 236220) regarding self-performance and subcontracting with Service Disabled Veteran Owned Small Businesses (SDVOSB). Contractors must ensure that at least 15% of the contract's personnel costs are performed by an eligible SDVOSB or its verified subcontractors, with a higher threshold of 25% for specialty trades under NAICS codes 237 and 238. The structure includes a detailed breakdown of costs by specification division, comprising personnel and material/equipment expenses. Offerors are instructed to categorize their personnel costs alongside those of any SDVOSB subcontractors. The document also requires a calculation section where the total personnel costs are documented, non-SDVOSB costs are subtracted, and the percentage of self-performed work is calculated. This process ensures compliance with federal mandates promoting veteran-owned business participation in government contracts and outlines the financial structure for budgeting and bidding on projects. By emphasizing SDVOSB involvement, the government aims to support veteran entrepreneurship and integrate such entities into the federal contracting ecosystem.
    The Pre-Award Contractor Safety and Environmental Record Evaluation Form is part of the solicitation process for contract 36C24925R0055 and assesses a contractor's safety record and compliance with OSHA regulations. It requires the submission of OSHA 300 and 300A forms, revealing data on man hours, incidents leading to days away from work, and the Days Away, Restricted, or Transferred (DART) rates for the years 2022, 2023, and 2024. Contractors must also disclose the number of serious, willful, or repeat OSHA violations in the last three years, along with an explanation for any cited violations. Furthermore, the form requests the contractor’s six-digit North American Industrial Classification System (NAICS) code, identifies the administrator of the safety program, and requires the Insurance Experience Modification Rate (EMR). This document is a vital element in evaluating a contractor's qualifications by ensuring compliance with safety standards, thereby contributing to the integrity and safety of federal projects. The focus on safety metrics aligns with federal priorities for workplace safety and environmental responsibility in contract award considerations.
    This document outlines crucial submission information and requirements for contractors responding to the federal solicitation identified by number 36C24925R0005. It emphasizes that all solicitation materials can only be accessed via the Contract Opportunities Government website and emphasizes the necessity of providing a signed and completed Standard Form (SF) 1442, alongside other required documents like a Bid Bond, and proof of registrations with the SAM and VetCert systems. Contractors are obligated to ensure compliance with various federal regulations, including VA Privacy Training, E-Verify system enrollment within 30 days post-award, and adherence to environmental management guidelines. The document elaborates on the need for proper documentation regarding safety records, experience modification rates, and environmental compliance, while also emphasizing that contractors must possess necessary bonding and insurance. Final sections detail the process for past performance evaluations using the Contractor Performance Assessment Reporting System (CPARS). Overall, this solicitation document aims to establish clear guidelines and requirements for contractors to ensure compliance with federal regulations and successful performance of the contract, demonstrating the importance of accountability and rigorous oversight in government contracting.
    The document outlines the specific areas and functionalities within Building 3 designated for various purposes. Key features include a dedicated business occupancy area, multiple restroom facilities labeled as "FAM TOILET 1," a vending space, and two stairways marked as "STAIR 2." Additionally, there is a social worker's office identified as "SOCIAL WORKER OFFICE." The layout indicates a focus on operational efficiency, accommodating both public services and logistical needs. This concise zoning within Building 3 reflects strategic planning potentially linked to government service delivery initiatives, likely relevant to federal or state-level requirements for facility management and public resource allocation.
    This document outlines the General Decision Number TN20250187 for building construction projects in Rutherford County, Tennessee, effective March 14, 2025. It pertains to contracts subject to the Davis-Bacon Act, mandating minimum wage rates in accordance with Executive Orders 14026 and 13658. A wage rate of at least $17.75 per hour applies to contracts initiated or renewed after January 30, 2022, while contracts awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum wage of $13.30 unless a higher rate is established. Various classifications and prevailing wage rates for different trades are listed, detailing respective hourly rates and fringe benefits. Additionally, the document notes requirements for paid sick leave as stipulated by Executive Order 13706, emphasizes the process for handling unlisted classifications, and provides an appeals process for wage determination decisions. This summary elucidates the regulatory framework for contractors participating in federal and state funded construction projects, ensuring compliance with labor standards for worker protections and wage rates.
    This Request for Information (RFI) serves as a formal communication tool for contractors regarding a specific government project, emphasizing the importance of thorough document review before submitting inquiries. Contractors must clearly cite relevant specifications or drawing numbers related to their questions to receive timely responses from the government. The RFI includes fields for project details, contact information, and deadlines for inquiries and responses, facilitating organized communication between the contractors and the government. The document also includes provisions for documentation and potential attachments. Overall, this RFI highlights the structured approach necessary for engaging in government contracting, ensuring clarity and compliance among all participants in the procurement process.
    The document outlines essential administrative details necessary for participation in federal and state/local Requests for Proposals (RFPs) and grants. It includes spaces for crucial identifiers such as the Unique Entity Identifier (UEI) and Federal Tax ID numbers, along with contact information for the primary point of contact (POC), including their name, email address, and telephone number. This information is pivotal for organizations seeking to apply for government opportunities, ensuring that applicants can be properly identified and contacted during the procurement process. Overall, the document serves as a foundational form for potential government contractors and grant recipients to complete, facilitating streamlined communication and compliance with government requirements.
    The document outlines the General Decision Number TN20250187 regarding wage determinations for building construction projects in Rutherford County, Tennessee, effective June 6, 2025. It specifies that contracts are subject to the Davis-Bacon Act, mandating minimum wage rates based on Executive Orders 14026 and 13658, depending on contract dates. Key wage rates for various classifications such as Asbestos Workers, Elevator Mechanics, Ironworkers, and Electricians are provided, along with fringe benefits where applicable. The document also emphasizes compliance with the Executive Orders regarding paid sick leave for federal contractors. Further, it details the appeals process for wage determination decisions and provides information on how to request reviews or appeals. Overall, this file serves to inform contractors and stakeholders about labor standards and compliance necessary for federal construction contracts in Tennessee.
    Similar Opportunities
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    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.
    Y1BG--Brooklyn EHRM Infrastructure Upgrades Construction VA Medical Center Brooklyn, NY 630A4-22-700
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for a firm-fixed-price contract for the EHRM Infrastructure Upgrades construction project at the Brooklyn VA Medical Center in New York. The project entails comprehensive site preparation, including demolition and removal of existing structures, and the provision of labor and materials for various infrastructure upgrades, such as electrical systems, HVAC, communication infrastructure, and physical security enhancements. This initiative is critical for modernizing the facility's capabilities and ensuring efficient operations within the healthcare system. The solicitation, set to be issued in January 2026, is designated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $20 million and $50 million. Interested parties should direct inquiries in writing to Kara Evert at kara.evert@va.gov, as phone calls will not be accepted.
    Z1DA--621-23-104 - Relocate Police Dispatch
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the relocation of Police Dispatch at the James H. Quillen VA Medical Center in Mountain Home, Tennessee, under project number 621-23-104. The project entails the complete preparation of the site for building operations, including demolition and removal of existing structures, and the provision of labor and materials as specified in the drawings and specifications. This construction project, categorized under NAICS Code 236220 for Commercial and Institutional Building Construction, has an estimated value between $1,000,000 and $2,000,000 and is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties should note that the solicitation is expected to be released around December 12, 2025, and must direct any questions to Contract Specialist Brian Bentley at Brian.Bentley@va.gov or (615) 225-6896.
    Construct 241st Security Measures
    Dept Of Defense
    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Y1DZ | 586-22-102 | Renovate PC Blue for PACT - Women's Health Clinic | SOLICITATION
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of approximately 6,850 square feet of the Primary Care Blue Clinic at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi, to establish a new PACT Women’s Health Clinic. This project, designated as 586-22-102, is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to be VetCert SDVOSB certified and registered in the System for Award Management (SAM). The renovation aims to modernize the clinic, improve access, and enhance the quality of care while ensuring minimal disruption to ongoing medical operations. Proposals are due by January 13, 2026, at 10:00 AM CT, with a site visit scheduled for December 16, 2025, and inquiries accepted until December 19, 2025. Interested parties can contact Contract Specialist Lisa Peace at Lisa.Peace@va.gov for further information.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    Y1DZ--NRM-CONST 526-22-115 - UPGRADE OR & PHARMACY DUMBWAITERS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Upgrade OR & Pharmacy Dumbwaiters project at the James J. Peters VA Medical Center in Bronx, New York. This project, designated as Project Number 526-22-115, involves the complete replacement of existing dumbwaiters in Building 100, requiring contractors to furnish all necessary supervision, labor, equipment, and materials while adhering to applicable codes and VA directives. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated construction value between $1,000,000 and $2,000,000, with a completion timeline of 270 calendar days from the Notice to Proceed. Interested bidders must submit their proposals electronically to the Contracting Officer, Akkil Kurian, at Akkil.Kurian@va.gov by January 21, 2026, at 11:00 AM EST, as no hand-carried or mailed bids will be accepted.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    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.