This amendment to Solicitation 36C25225B0024, dated November 4, 2025, for the renovation of the Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI, addresses several key changes. The Department of Veterans Affairs has received multiple Requests for Information (RFIs) regarding project drawings, with responses forthcoming. Consequently, the previously scheduled site visit for November 14, 2025, is canceled and will be rescheduled once RFI responses are posted. Offerors are instructed to include both the Contract Specialist, Zheily.Ramos@VA.GOV, and the Contracting Officer, Stacy.Hoover2@VA.GOV, in the "To" line for all RFI emails. No further changes to project specifications, drawings, or general information are made at this time. This document serves as an official amendment to the solicitation, emphasizing communication protocols and the temporary postponement of the site visit.
This amendment to Solicitation Number 36C25225B0024 addresses the renovation of Building 111 Audiology at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. Key changes include extending the hour and date for receipt of offers to December 11, 2025, at 1:00 PM CST, and extending the RFI due date to December 2, 2025. The document provides VA responses to RFIs, updates the site visit date/time to November 20, 2025, at 10:00 AM local time, and details the virtual bid opening procedures for December 11, 2025, at 2:00 PM local time. It also includes updated specifications, a list of drawings, and revised drawing sheets. Bidders must submit bids via email and ensure their submission includes a bid bond and the VAAR 852.219-75 certificate of compliance. Vendors must be listed as SDVOSB certified in the SBA’s Small Business Search website to be eligible for award.
This document is an amendment to a solicitation for the Department of Veterans Affairs, Great Lakes Acquisition Center. The amendment, number 0004, was issued on December 9, 2025, and modifies solicitation number 36C25225B0024, originally dated November 5, 2025. The key change is an extension of the bid due date and time for receipt of offers. The new deadline for offer submissions is January 8, 2026, at 1:00 PM CST, replacing the previous deadline of December 11, 2025. 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 0005 to Solicitation 36C25225B0024, issued by the Department of Veterans Affairs, Great Lakes Acquisition Center. Its primary purpose is to correct and clarify the bid due date and opening time for the solicitation. Amendment 0004 previously stated an incorrect bid opening date, which is now officially corrected to January 8, 2026. Bids are due by 1:00 PM Local Time via email to the Contract Specialist (Zheily.Ramos@va.gov) and the Contracting Officer (Stacy.Hoover2@va.gov). A virtual bid opening will be held via Microsoft Teams on January 8, 2026, at 2:00 PM Local Time. The document also notes that responses to Requests for Information (RFIs) are forthcoming. All other terms and conditions of the original solicitation remain unchanged.
This solicitation, 36C25225B0024, is for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. It is a 100% set-aside for CVE verified Service-Disabled Veteran-Owned Small Business Firms (SDVOSB) with a NAICS code of 236220 and a size standard of $45 Million. The project is valued between $5,000,000.00 and $10,000,000.00. The work includes demolition and installation of new MEP systems, architectural improvements, and new windows. Performance is required within 450 calendar days after receiving Notice to Proceed. Bids are due by December 4, 2025, at 1:00 PM CDT and will be opened virtually. A bid guarantee of 20% of the bid price, not exceeding $3,000,000, is required. Contractors must comply with safety, environmental, and VAAR 852.219-75 subcontracting limitations, and VHA Directive 1192.01 regarding influenza vaccinations.
The Clement J. Zablocki VA Medical Center issued a presolicitation notice for project 695-22-117, involving the renovation and construction of a new Audiology Clinic on the 5th floor, B Wing North. This project, with a magnitude price range of $5,000,000 to $10,000,000, will create a 6,100 square-foot clinic in the space formerly occupied by the Dialysis Clinic. The scope includes extensive demolition of existing structures and systems, new MEP work, installation of an RTU, and architectural improvements such as clinical rooms, sound booths, and a patient lobby. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a NAICS code of 236220 and a size standard of $45 Million. The period of performance is 450 calendar days. The solicitation will be posted on SAM.gov around September 26, 2025, with a bid opening scheduled for October 27, 2025.
VAAR 852.219-75 outlines the Department of Veterans Affairs' (VA) requirements for limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). This clause, applicable to federal government RFPs, mandates that contractors comply with specific subcontracting limits to firms not certified as SDVOSBs or VOSBs. For general construction contracts, this limit is 85% of the government-paid amount, excluding material costs. Service contracts (excluding construction) have a 50% limit, while special trade construction contractors have a 75% limit, also excluding material costs. The certification is legally binding, with penalties for false certifications or non-compliance. Contractors must provide documentation to the VA upon request to demonstrate adherence to these limitations, and failure to do so can result in remedial action. Non-certified offers will be deemed ineligible for evaluation and award. The document includes a mandatory certification form for offerors to complete and submit with their bids, ensuring their commitment to these subcontracting regulations.
The government file details pre-bid inquiries and responses for project 695-22-117, "Renovate Bldg 111 Audiology 5BN." Key issues include numerous missing or unreadable drawing sheets (G001, G002, AE10SP, AESOC3-6, G200, G205, G215, HA220-222, AF304, P000, AI406), duplicated pages in the Volume 1 Spec Manual, and the absence of a pneumatic tube specification. The responses confirm that all missing drawings and the correct spec manual will be reissued, and a specification for pneumatic tube removal will be provided. The document also clarifies that the site superintendent and SSHO must be full-time and separate individuals, material sales tax is to be included in bids, and the VA will provide the submittal management system (OpCenter). Additionally, an independent third-party inspector is required for all new firestopping systems.
The Department of Veterans Affairs, VISN 12, is seeking a single-source acquisition for the Johnson Controls Metasys Building Automation and HVAC Control System at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The estimated cost for this acquisition is $119,435. The justification for a single source is based on the existing campus-wide Johnson Controls Metasys system. Integrating an incompatible system would necessitate new front-end installations, remote workstations, software, and programming, leading to increased maintenance costs and potential interface problems. The current system ensures complete compatibility, minimizes maintenance, and guarantees staff familiarity, preventing the need for two separate HVAC control systems on the campus. Market research confirmed that other systems are not compatible and would incur additional maintenance expenses. The contracting officer has certified this purchase in accordance with FAR 13.106-1(b).
The document consists of detailed engineering and architectural plans for the renovation of the VA Milwaukee Audiology department, highlighting equipment layouts, floor plans, and signage specifications. It includes specific notes on dimensions, types of materials, and additional considerations for accessibility features. The document also outlines responsibilities for installation and compliance with safety regulations, ensuring all areas, including exam rooms and sound booths, meet the necessary functional and aesthetic standards.
The document outlines a comprehensive furniture and equipment plan for the renovation of the Audiology department at the VA facility located at 5000 W National Ave, Milwaukee, WI, which includes details about exam rooms, sound booths, and storage areas. It is designated as "preliminary, not for construction" with a project number of 695-22-117 and expected completion of bid documents by May 9, 2025. General notes on furniture indicate that the design is based on products from Herman Miller, emphasizing specific material requirements for the fixtures.
This document appears to be a detailed set of architectural and engineering plans for the renovation of a facility in Milwaukee for the U.S. Department of Veterans Affairs. It outlines various elements such as new mechanical units, existing structures to remain, elevations for different floors, and specifications for sound booths and other interior installations. Key aspects include the specification of elevations, mechanical equipment placements, structural details, and compliance with building codes for fire ratings and sound insulation.
This government file details the control sequences and operational parameters for a Packaged Rooftop Unit (RTU) with an exhaust fan, likely part of a federal government RFP for HVAC system upgrades at the VA Milwaukee Renovation 111 Audiology 5BN project. It outlines the integration with a Facility Management Control System (FMCS) via BACnet, specifying controls for supply and exhaust fans, ventilation, supply air temperature, and economizer operations. Key components include duct static pressure sensors, building pressure sensors, and temperature/humidity sensors. The document also provides schedules for occupied and unoccupied modes, alarm conditions for system faults and dirty filters, and safety interlocks for high/low static pressure and fire alarms. The project emphasizes adherence to VA standards and detailed coordination for sensor placement and wiring.
The document outlines the scope of work for the installation and alteration of a fire alarm system compatible with existing Siemens equipment, which includes the provision of various elements such as wiring, control equipment, and system programming. It emphasizes that existing fire protection systems cannot be taken out of service without written approval, mandates tagging of out-of-service devices, and requires coordination with Systec Ltd., the authorized service provider. Additionally, the contractor is responsible for documenting as-built plans, conducting quality control testing, and ensuring all work meets applicable codes and standards.
The document outlines the plumbing demolition plan for the VA Milwaukee renovation project, detailing responsibilities for contractors, specific pipes to be abandoned or removed, and recommendations for verification of existing infrastructure. It includes various floor plans and general instructions related to the demolition and replacement of plumbing fixtures, while ensuring compliance with safety and structural standards. Additionally, there are notes on medical gas piping and pneumatic tube systems included, emphasizing coordination among trades and adherence to specifications.
The Department of Veterans Affairs (VA), specifically VISN 12 Zablocki Medical Center, is issuing a single source justification for the acquisition of a Siemens Cerberus Pyrotronics System. This system is essential for renovating the Audiology Clinic and will integrate seamlessly with the existing campus-wide fire alarm system at the Milwaukee facility. The estimated cost is $18,085. The justification highlights that the Cerberus Pyrotronics System is the only product that allows for a single, unified fire alarm system, ensuring patient safety and minimizing maintenance costs by matching existing components. Market research did not identify any other system offering seamless integration. The purchase is approved in accordance with FAR 13.106-1(b).
This document is a Justification for Single Source Award for the Department of Veterans Affairs, specifically for the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The purpose is to acquire a Jeron Health Care Call System Provider 790 Nurse Call System for $29,000.00. This single-source acquisition is justified because the Jeron system is the only product compatible with the existing Nurse Call system's backbone and head-end equipment in Building 111. Expanding with a different vendor would be extremely cost-prohibitive due to the need for new incompatible components, and it would compromise patient safety by disrupting seamless communication. The existing system cannot be expanded by other manufacturers, and no other system offers seamless integration. The contracting officer approved the purchase in accordance with FAR 13.106-1(b).
This document outlines the specifications for the Department of Veteran’s Affairs VA Milwaukee Renovate Audiology project (VA Project No. 695-22-117), focusing on Divisions 21-28, which cover fire suppression, plumbing, HVAC, electrical, and communications systems. The project involves comprehensive renovations including demolition, asbestos and lead-based paint abatement, and the installation of various building components from masonry to specialized audiology booths. Key aspects include adherence to NFPA standards for fire suppression, detailed requirements for plumbing installations and equipment, and extensive electrical and communication system upgrades. The project emphasizes quality assurance, requiring experienced contractors and UL/FM approved materials. Commissioning of all major systems is a critical component, with a Commissioning Agent (CxA) overseeing the process, including inspections, pre-functional checklists, contractor tests, and functional performance testing. Training of VA personnel on system operations and maintenance is also mandatory.
The document outlines the responsibilities and requirements for contractors involved in the renovation of the VA Milwaukee facility, emphasizing the need for careful coordination regarding existing systems, and mandates verification of conditions before construction begins. It includes detailed notes on electrical installations, necessary modifications for new equipment, and safety measures, including adherence to fire safety standards and cord management protocols. The document also lists various technical specifications, including installation types, contractor abbreviations, and electrical symbols needed for effective project execution.
The provided government file, likely an excerpt from an RFP or grant document, outlines specific conditions regarding materials and coordination. It states that the VA reserves the right to any removed materials or items. Furthermore, it mandates that the contractor must coordinate with the COR (Contracting Officer's Representative). This brief but crucial instruction emphasizes the VA's control over project materials and the necessity of direct communication and collaboration between the contractor and the COR, ensuring proper oversight and adherence to project requirements.
The document is a map of the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin, located at 5000 W National Ave. It details the layout of various buildings, parking lots (EUL Building, VA Building, EUL Parking), and internal roadways within the campus. Key features include visitor and contractor parking areas, the Public East Entry, and designated meeting points. The map also labels numerous streets such as N. Washington Drive, S. Washington Drive, W. National Avenue, Memorial Drive, and General Mitchell Boulevard, along with specific buildings and areas like the Corp Yard, Power Plant, and Lake Wheeler. The map is designed to guide individuals through the medical center, indicating the physical arrangement of its facilities.
This document, General Decision Number WI20250001, is a wage determination for building construction projects in Milwaukee, Ozaukee, Washington, and Waukesha Counties, Wisconsin, effective September 5, 2025. It supersedes WI20240001. The document outlines minimum wage rates and fringe benefits for various construction trades, including Asbestos Removal Worker/Hazardous Material Handler, Boilermaker, Terrazzo Worker, Tile Layer, Bricklayer, Marble Mason, Carpenter, Millwright, Piledriverman, Electrician, Sound & Communications Installer/Technician, Elevator Mechanic, Power Equipment Operator (various groups), Ironworker, Laborer (various classifications), Asbestos Laborer, Painters (Brush, Roller, Spray & Sandblast, Drywall Taper/Finisher), Glazier, Cement Mason/Concrete Finisher, Plasterer, Plumber, Pipefitter, Sprinkler Fitter, Sheet Metal Worker, and Truck Driver. It also specifies requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for federal contracts, mandating these minimums if higher than the listed rates. Additionally, it details paid sick leave requirements under Executive Order 13706. The document provides instructions for wage determination appeals and clarifies identifiers for union, union average, survey, and state-adopted rates.
This government file outlines the detailed requirements and specifications for the renovation of the 111 Audiology 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI (VA Project: 695-22-117). Prepared by Alliance | Seven Generations AE Joint Venture, the document covers general requirements, construction security, site operations, alterations, disposal, restoration, and warranty management. Key aspects include safety protocols, utility service coordination, and a three-phase work plan to minimize disruption to the medical center's 24/7 operations. The project involves extensive demolition, new construction, and upgrades across various divisions, including existing conditions, general requirements, masonry, metals, thermal and moisture protection, openings, finishes, specialties, furnishings, special construction, fire suppression, plumbing, HVAC, electrical, communications, and electronic safety and security. It emphasizes adherence to VA Master Specifications and coordination with various consultants.
The Department of Veterans Affairs, VISN 12, Zablocki Medical Center, is requesting a single-source award for Sargent 11 Series T-zone cylindrical locksets and Sargent 8200 series Mortise Locksets with Medeco 7-pin interchangeable cylindrical cores. This justification, in accordance with FAR 13.106-1, is for an acquisition over the micro-purchase threshold but not exceeding $250,000, with an estimated cost of $21,700. The medical center requires these specific locksets and keying systems for all construction to maintain security and patient safety, citing that "approved equals" are not comparable in quality. Using an alternative brand would necessitate duplicating efforts in training and increasing inventory for replacement parts, which would be expensive and time-consuming. Market research indicated that other hardware is inferior and incompatible with existing standards. The purchase has been approved by the Contracting Officer.
The document details revisions made to a bid set for federal government solicitation 36C25225B0024. The revisions, confirmed by a VA COR on 11/07/2025, primarily involve adding missing sheets (AF304 and P000) and removing an incorrect listing for Sheet AF304 from the bid documents. These adjustments ensure the completeness and accuracy of the bid package. This reflects a common process in government contracting where bid documents are updated to correct errors or omissions before the final submission deadline.
This document, Amendment/Modification Number 0003 to Solicitation Number 36C25225B0024, is issued by the Department of Veterans Affairs, Great Lakes Acquisition Center, to provide an update for the "RENOVATE BLDG 111 AUDIOLOGY 5BN" project at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The amendment includes the Pre-Bid Site Visit attendance Roster as of November 20, 2025. It clarifies that the proposal due date remains December 11, 2025, at 1:00 PM (local time). Key updates include the RFI due date of December 2, 2025, and instructions to include both zheily.ramos@va.gov and stacy.hoover2@va.gov on all RFI emails. The document also details the virtual bid opening process via Microsoft Teams, scheduled for December 11, 2025, at 2:00 PM (local time), and emphasizes that bids must be submitted via email to the specified addresses. Hard copy submissions are not required, and bidders are advised to submit bids at least one hour prior to the deadline to prevent transmission issues. It reiterates the requirement for the successful bidder to furnish an original bid bond within ten days of notification and to include the completed VAAR 852.219-75 form as part of their bid package. Vendors must also be listed as SDVOSB certified in the SBA's Small Business Search website to be eligible for award.
The document "ACCOMPANYING 36C25225B0024 0002" is an accompanying file, likely an addendum or supporting material, for a larger federal government solicitation identified by the number 36C25225B0024. This suggests it provides additional details, amendments, or specifications related to an existing Request for Proposal (RFP) or similar procurement opportunity. Its purpose is to supplement the main solicitation, ensuring all necessary information for potential bidders or grantees is comprehensively provided.
The document outlines the general requirements for the Department of Veteran's Affairs Project 695-22-117,
The document details the "VA MILWAUKEE RENOVATE 111 AUDIOLOGY 5BN" project, focusing on a renovation at 5000 W NATIONAL AVE, MILWAUKEE, WI 53295. The project team includes the Office of Construction and Facilities Management as the owner, with Katherine S. Georgeson as COR. Alliance I Seven Generations A+E is the Architecture/Engineering firm, IMEG handles engineering, and ARC Environmental is responsible for environmental aspects. The document outlines the project timeline, with 100% bid documents due on May 9, 2025. It also provides a comprehensive drawing index across two volumes, covering general information, architectural plans (including demolition, floor plans, elevations, and details), fire protection, plumbing, medical gas, pneumatic tube systems, mechanical (HVAC), and electrical and low voltage systems. A general note emphasizes that in case of conflicts, the government's determination of better quality or more stringent requirements will prevail. The project aims to renovate the audiology department in Building 111, ensuring compliance with VA standards and local regulations.
This government file, P000 PLUMBING COVERSHEET for the VA Milwaukee Renovate 111 Audiology 5BN project, outlines the plumbing symbols, abbreviations, general notes, and fixture schedules essential for the renovation. It provides a comprehensive guide for contractors, detailing pipe types (e.g., DCW, DHW, SAN), fixture symbols (e.g., FD, RD-1, WC), and contractor abbreviations (e.g., P.C., G.C.). The document emphasizes coordination among trades, adherence to architectural plans, and verification of existing conditions to prevent conflicts and ensure compliance with fire/smoke barrier designations. Key plumbing fixtures like water closets, lavatories, and sinks are specified with their manufacturers, models, and connection sizes. The document also includes mechanical renovation and phasing notes, highlighting the need for temporary connections and infection control during construction, ultimately aiming to modernize the plumbing infrastructure while maintaining operational integrity and safety standards.
The provided government file, identified as "Accompanying 36C25225B0024 0003," is a repetitive document that solely lists its own identifier multiple times. This indicates that the file likely serves as an accompanying document or an attachment to a larger federal government Request for Proposal (RFP), federal grant application, or state/local RFP. Given its content, it does not contain substantive information itself but rather functions as a placeholder or a reference to another primary document. Its purpose within the context of government procurement or grants would be to indicate an associated file or to acknowledge its existence within a broader submission or project.