Z2DA--695-22-117 CN New Audiology Clinic 5BN
ID: 36C25225B0024Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, designated as Solicitation Number 36C25225B0024, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements, and is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The estimated contract value ranges between $5 million and $10 million, with a performance period of 450 calendar days following the Notice to Proceed. Interested contractors must submit their bids by December 11, 2025, at 1:00 PM CDT, and are encouraged to direct inquiries to Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.

    Point(s) of Contact
    Stacy G HooverContracting Officer
    Stacy.Hoover2@va.gov
    Files
    Title
    Posted
    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 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 is a comprehensive set of architectural plans and equipment schedules for the renovation of the VA Milwaukee Audiology Clinic, detailing the layout, interior finishes, equipment specifications, and signage. It includes multiple enlarged floor plans, an equipment schedule, interior elevation details, and general notes on construction requirements, emphasizing ADA compliance and material specifications. The project phase indicates it is at the 100% bid document stage, with a focus on functionality and accessibility in the facility's design.
    The document outlines the overall furniture plan for the VA Milwaukee Renovation Project, detailing various rooms including exam rooms, waiting areas, sound booths, and conference rooms located at 5000 W National Ave, Milwaukee. It provides specifications for furniture construction, emphasizing the use of solid surface materials and noted that the project is in the preliminary stages, with bid documents approved for a May 2025 issue. The document contains detailed sections about furniture elevations, plumbing installations, and specific part descriptions necessary for the project's progression.
    The document provides detailed architectural and engineering plans for the renovation of the VA Milwaukee facility, including new rooftop mechanical units, stair installations, and structural modifications across various floors. It outlines existing equipment to remain, ceiling heights, and specific interior finishes alongside the project's timeline and management details. Multiple sections highlight the coordination between mechanical, electrical, and plumbing sheets, ensuring comprehensiveness for construction and design development.
    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 scope of work includes the installation and upgrading of a fire alarm system compatible with the existing Siemens system, ensuring existing systems remain operational during construction and implementing alternative protection as needed. The contractor is required to submit detailed plans, perform quality control testing, and ensure all materials comply with relevant codes, including NFPA and VA standards. Coordination with the existing fire alarm service provider and adherence to specified installation protocols are mandatory, and all work must be documented through approved shop drawings and as-built documents.
    The document outlines the demolition plans for the plumbing and medical gas systems within several floors of the VA Milwaukee facility, including guidelines for field verification of existing systems, removal of specific plumbing fixtures, and abandonment of certain piping. It emphasizes the responsibility of contractors to coordinate with existing systems, following general notes and specific instructions for each area involved in the renovation. Compliance with infection control requirements during construction and ensuring operational systems remain functional throughout the project phases is also highlighted.
    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 electrical installation guidelines, including contractor responsibilities for cutting and patching related to ongoing project work, and necessitates coordination with existing utility systems and verification of on-site conditions. It details the requirements for new electrical systems, including layout specifications, temporary systems during construction, and safety considerations, while mandating adherence to electrical codes and thorough testing procedures. Furthermore, it specifies equipment labeling, installation methods, and the necessity of submitting layouts for lighting and control devices to ensure compliance throughout the project phases.
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z2DA--Renovate MICU/SICU 539-20-104
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under project number 539-20-104. The project entails comprehensive renovations covering approximately 11,000 square feet, including demolition, new layouts, fixtures, finishes, and the installation of a HEPA pandemic filtration system, with an estimated construction value between $5,550,000 and $7,250,000. This procurement is particularly significant as it aims to modernize critical care facilities, ensuring compliance with safety and infection control standards while maintaining operational efficiency. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by 1:00 PM EST on January 8, 2026, following a mandatory site visit scheduled for November 3, 2025. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z2DA--Install Building Lightning Protection Project# 695-22-106
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Install Lightning Protection" project (Project 695-22-106) at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project involves the installation of lightning protection systems across multiple buildings, requiring contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated project cost between $2 million and $5 million. The importance of this project lies in enhancing the safety and operational integrity of the medical center, which operates 24/7. Bids are due by December 17, 2025, at 9:00 AM local time, with a virtual bid opening at 10:00 AM local time, and interested bidders should contact Contracting Officer Stacy G Hoover at Stacy.Hoover2@va.gov for further information.
    Z1DA--Relocate Infusion Clinic and Hemo Offices - 539-21-207
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the relocation of the Infusion Clinic and Hemo Offices at the Cincinnati VA Medical Center. The project involves renovating approximately 2,056 gross square feet of space, including general construction, mechanical, electrical, plumbing, and technology trades, as well as asbestos and lead-based paint abatement. This construction effort is critical for enhancing healthcare services provided to veterans, with an estimated project value between $1,000,000 and $5,000,000. Interested service-disabled veteran-owned small businesses (SDVOSB) should contact Contracting Officer Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718 for further details, with the Invitation for Bids expected to be posted around November 20, 2025.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.
    Z2DA--Remediate Temperature Controls 539-21-108
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z2DA--Repair and Replace Doors 539-22-202
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair and Replace Doors" project at the Cincinnati VA Medical Center and the Ft. Thomas Domiciliary in Kentucky. This procurement involves comprehensive demolition and installation of new doors, frames, and associated hardware across multiple buildings, with a focus on safety and compliance due to the presence of hazardous materials like asbestos and lead paint. The project is critical for maintaining operational integrity and security within the medical facilities, with an estimated value between $500,000 and $1,000,000 and a performance period of 730 calendar days. Bids are due by December 11, 2025, at 1:00 PM EST, and interested parties should contact Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov for further information.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.