Z1DA--SPS Equipment Site Preparation (VA-25-00046418) | EDA: 6/5/25
ID: 36C24525B0007Type: Solicitation
AwardedJul 29, 2025
$99K$99,000
AwardeeDANHILL CONSTRUCTION COMPANY GLEN FERRIS 25090
Award #:36C24525C0102
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the SPS Equipment Site Preparation project at the Beckley VA Medical Center in West Virginia. This procurement involves site modifications to accommodate the installation of new sterilization equipment, with a focus on safety and infection control measures throughout the construction process. The project is particularly significant as it aims to enhance healthcare services for veterans, ensuring compliance with federal regulations while promoting participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested bidders must submit their proposals by June 5, 2025, following a mandatory pre-bid site visit on May 5, 2025, and can direct inquiries to Contract Officer Adam S. Bradford at Adam.Bradford1@va.gov. The estimated funding for the project ranges between $25,000 and $100,000, with a performance timeline of 120 calendar days post-award.

    Point(s) of Contact
    Adam S BradfordContract Officer
    Adam.Bradford1@va.gov
    Files
    Title
    Posted
    The document pertains to a solicitation by the Department of Veterans Affairs for the “SPS Equipment Site Preparation” project at the Beckley VA Medical Center in West Virginia. The contract outlines the requirement for contractors to provide all necessary labor, materials, and supervision for site preparation related to the installation of new parts washers and a sterilizer. Key elements include rigorous safety and infection control measures, adherence to local regulations, and the necessity for successful bidders to be Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offers are expected to be submitted by June 5, 2025, following a pre-bid site visit on May 5, 2025. The performance period is set at 120 calendar days from the date of the notice to proceed. Contractors must ensure compliance with all applicable labor laws and provide necessary bonds. The solicitation includes specific requirements regarding safety records and licenses, with a focus on maintaining a safe environment in proximity to patients. The document emphasizes the importance of a clean and contained workspace due to the ongoing medical operations at the facility. Overall, this solicitation underlines the VA's commitment to enhancing healthcare infrastructure while adhering to federal regulations and promoting small business participation.
    The Department of Veterans Affairs is issuing a presolicitation notice for a construction project at the Beckley VA Medical Center in West Virginia. The project, identified as number 517-25-291SPS Equipment Site Preparation, requires a prime contractor to provide labor, materials, equipment, and supervision. It is exclusively set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). The scope includes general construction work, the removal of existing equipment, and modifications to water, sewer, and steam systems. The estimated cost ranges from $25,000 to $100,000, and contractors must comply with specific NAICS guidelines (237110) and size standard requirements. Eligible bidders must be registered on the SBA Veteran Small Business Certification (VetCert) database and other relevant platforms. A pre-bid site visit is scheduled for May 5, 2025, with a bid opening on June 5, 2025, at 2:00 PM. All interested parties must submit inquiries in writing by May 12, 2025. The procurement is subject to the availability of funds and is crucial for ensuring the enhancement of facilities that serve veterans. This opportunity underlines the government's support for veteran owned businesses while addressing essential infrastructure needs.
    This document is an amendment to a solicitation for the SPS Equipment Site Preparation Project (Project Number: 517-25-291), issued by the Department of Veterans Affairs’ Network Contracting Office 5. The amendment serves to notify bidders of important updates, including the requirement to download and review the attached pre-bid agenda and attendance list for a site visit. Notably, bids submitted electronically will not be considered, emphasizing the traditional submission methods. All bidders must acknowledge receipt of this amendment following the specified procedures, highlighting the importance of compliance with the solicitation terms. The amendment reflects the ongoing commitment of the Department of Veterans Affairs to ensure transparency and clear communication with potential contractors during the bidding process. Additionally, the amendment reiterates that except for the updates mentioned, all other terms of the original solicitation remain unchanged.
    The document pertains to an amendment to the original solicitation for the SPS Equipment Site Preparation Project # 517-25-291, administered by the Department of Veterans Affairs’ Network Contracting Office 5. Amendment 0002 provides important updates, including responses to pre-bid Requests for Information (RFIs) and revisions to the specifications. Key changes include the correction of section 12a of the SF1442 form to indicate that the contractor must furnish required performance and payment bonds, which was previously marked as “No.” Four attachments provide further details on the project specifications, responses to inquiries, and an amended solicitation document. Bidders are instructed to acknowledge receipt of this amendment through specified methods, emphasizing that bids submitted via electronic commerce will not be considered. This amendment underscores the project’s compliance with federal contracting regulations and clarifies requirements necessary for bidders to adhere to when preparing their proposals.
    The document is an amendment (Amendment 0003) to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 5, dated June 5, 2025. The amendment serves purely for informational purposes, requiring no action from potential offerors. It includes an acknowledgment of receipts from bidders regarding the public bid opening on that date and provides additional materials such as a bid abstract and attendance list. Notably, the amendment reiterates appreciation for the efforts of all bidders who participated in preparing their submissions. It confirms the posting of relevant documents on SAM.gov, emphasizing transparency in the procurement process. Overall, the amendment maintains existing terms of the solicitation while providing necessary updates for record-keeping and communication with bidders.
    The document is an amendment (Amendment 0004) related to the solicitation 36C24525B0007 issued by the Department of Veterans Affairs, specifically the Network Contracting Office 5. This amendment is for informational purposes only, stating that no action is required from offerors or bidders. It includes the bid abstract and attendance list from a public bid opening conducted on June 5, 2025. The amendment expresses appreciation to all participants for their effort and resources invested in the bidding process. The primary purpose of this amendment is to facilitate the posting of these documents on SAM.gov, ensuring transparency and clear communication regarding the solicitation process.
    The file comprises a solicitation for a construction project titled “SPS Equipment Site Preparation” at the VA Medical Center in Beckley, WV, requiring a contractor to execute site modifications to accommodate new sterilization equipment. The project, funded between $25,000 and $100,000, mandates a 100% Service Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Contractors must provide labor, materials, and adhere to stringent safety and infection control measures during the renovation. Key details include a performance timeline of 120 calendar days post-award, with a mandatory pre-bid site visit on May 5, 2025. Bids must be submitted by June 5, 2025, and are subject to compliance with various federal regulations, including wage rate requirements and the Buy American Act. All bidders must be registered with the System for Award Management (SAM) and must submit supporting documentation regarding safety records and workplace compliance. Contractors will be responsible for obtaining necessary licenses and fulfilling security requirements such as background checks for their employees. The file specifies that the contractor must also establish an Infection Control Risk Assessment (ICRA) plan to safeguard patient health during construction activities. Overall, this solicitation emphasizes compliance with federal contracting guidelines, safety, and the support of veteran-owned businesses in government projects.
    The document pertains to the construction project for the renovation and site preparation of SPS (Sterile Processing Service) equipment at the Beckley Veterans Affairs Medical Center, located at 200 Veterans Avenue, Beckley, WV. It outlines the responsibilities and compliance requirements for contractors in relation to structural work, including adherence to local, state, and federal building codes, as well as ensuring safety and access for veteran patients and staff during the construction. Key points include the necessity for contractors to verify existing conditions through site visits, the requirement to maintain clean work areas, and the obligation to obtain prior approval for material storage and construction methods. Specific notes focus on utility management, maintenance of air quality, and the scheduling of work around the medical center's operational hours. Additionally, it indicates that all demolition must be conducted in compliance with stringent safety protocols. This document is crucial for ensuring that the renovation aligns with safety regulations while minimizing disruption to medical operations, reflecting the government's commitment to improving veterans' facilities while upholding strict compliance and safety standards during construction activities.
    The Beckley VA Medical Center outlines specifications for a project involving site preparation and demolition for the installation of new sterilization equipment. The document includes detailed guidelines on safety requirements, working conditions, and contractor obligations, addressing the need for proper handling of existing infrastructure and utilities. Key tasks include removing outdated equipment, relocating plumbing, and ensuring minimal disruption to ongoing medical services. Security measures encompass access control and management of sensitive information. The contractor is responsible for submitting various documentation, including shop drawings and safety plans, for VA review. Completion of the work is required within 120 days from the notice to proceed, with emphasis on compliance with quality standards and safety regulations. The project emphasizes preserving existing conditions, protecting facilities and personnel, and properly managing waste. Overall, this document serves as a comprehensive guide for contractors to deliver the project within federal standards while ensuring patient safety and maintaining operational integrity at the medical center.
    The Beckley VA Medical Center's project focuses on SPS Equipment Site Preparation, addressing renovations involving the demolition of existing structures and installation of new systems. The contractor is tasked with thorough site preparation, which includes the removal of existing equipment, rerouting utilities, and maintaining operational integrity of the facility throughout the construction phase. Emphasis is placed on safety requirements, quality control, construction waste management, and sustainability. Detailed specifications cover necessary safety measures, including infection control, and establish that interruptions to medical operations must be carefully planned and coordinated with the Contracting Officer. Additional guidelines outline the submission process for shop drawings, product data, and samples, ensuring adherence to contract requirements. The contractor must maintain clear communication and follow a systematic approach for all work phases. The project underlines the VA's commitment to enhancing facility functionality while ensuring the health and safety of both staff and patients during construction activities.
    The AMSCO® 400 Series Medium Steam Sterilizers are advanced sterilization units designed for rapid and efficient processing of heat- and moisture-stable materials. They feature a prevacuum configuration with multiple cycle options, including pre-vacuum, gravity, liquid, and testing cycles, ensuring thorough sterilization of diverse loads. The units come in three interior chamber sizes (36", 48", and 60") and offer various door configurations, including horizontal sliding and hinged options. Equipped with user-friendly control systems, the sterilizers utilize a touch-sensitive interface and include automated features to enhance operational efficiency. The units boast construction from durable, stainless-steel materials, ensuring reliability and longevity, while also incorporating safety mechanisms to prevent accidents during operation. Utilities conservation features, such as automated shut-off for water and steam conservation at designated times, contribute to energy efficiency. Each sterilizer is further equipped with ProConnect® Technical Support Services for real-time monitoring and proactive maintenance solutions. Overall, this document outlines the specifications, operational capabilities, and safety features of the AMSCO 400 Series sterilizers, serving as a detailed guide for procurement and compliance with relevant healthcare standards, making it a vital resource in government procurement contexts for health services.
    The document outlines installation specifications for the AMSCO 400 STER steam heat system, specifically detailing a model with dimensions 26 x 37.5 inches and a single hinged door design. It provides essential general notes on the system's plumbing and electrical requirements, both domestic and international. Key specifications include the placement of piping shutoffs, electrical disconnects, and connections necessary for its operation. The focus is on ensuring that all installations comply with safety standards and operational efficiency, especially concerning the placement of components that could pose risks during use. This technical documentation serves as a guide for contractors and engineers responding to government RFPs, ensuring adherence to regulatory standards while setting clear expectations for the equipment installation process.
    The document details the specifications and installation requirements for the AMSCO® 7052HP Single-Chamber Washer/Disinfector. It outlines crucial dimensions, utility requirements, and operational notes essential for effective deployment in healthcare settings. Key specifications include dimensions such as unit height, length, and service area requirements for utility connections—covering plumbing, electricity, and ventilation. Additionally, it highlights the importance of proper floor conditions and the necessary seismic safety measures for installation. The washer/disinfector's functionality depends on specific hot and cold water pressure ranges, operating flow rates, and chemical dosing systems to ensure effective cleaning and disinfection. Key operational requirements include maintaining environmental conditions within set temperature and humidity ranges. The document also details safety guidelines and expected performance metrics, such as sound pressure levels and heat loss calculations during operation. Overall, the document serves as a crucial resource for governmental procurement processes, ensuring potential bidders understand the technical needs and compliance standards required for the washer/disinfector, thereby facilitating informed decision-making in public health equipment acquisition.
    The document outlines the equipment specifications and installation requirements for the AMSCO® 7052HP Single-Chamber Washer/Disinfector, intended for steam heating without an ACU-rinse reservoir. It details critical dimensions, including unit size, service area, and wall opening requirements, while emphasizing minimum and recommended clearance for installation. The document highlights plumbing and electrical connection specifications, including operational parameters for utilities such as hot and cold water, pure water, and steam, alongside guidelines for pressure, flow rates, and water quality. Comprehensive details on utility connections, including compressed air and drainage systems, are included to ensure the unit operates efficiently. Additionally, environmental conditions and safety measures are emphasized to maintain functionality and compliance with relevant codes. The intended audience includes agencies and contractors involved in procurement and installation of sterilization equipment, reflecting the document's relevance in the context of government RFPs and grants for healthcare facilities. The information serves as a critical reference for ensuring adequate planning and execution of the installation process.
    The AMSCO 7052HP Single-Chamber Washer/Disinfector is designed for the cleaning and intermediate-level disinfection of reusable surgical instruments and related items in healthcare settings. It features a touch screen control system, multiple factory-loaded cycles, customizable options, and a patented spray arm system for efficient cleaning. The unit meets various safety and electromagnetic compatibility standards, ensuring compliance with health regulations. Utility requirements include different voltage options for electric or steam heating. The washer/disinfector includes advanced features such as an audible warning system, energy-efficient drying, and a pump system designed for maximum capacity and reduced noise. Safety features prevent cross-contamination and ensure operator protection. Maintenance is supported via STERIS’s preventive maintenance program, ensuring optimal performance and longevity. The document outlines installation prerequisites and offers options for additional accessories to enhance functionality. This comprehensive system is vital for health facilities aiming to ensure cleanliness and safety in surgical environments. Given its specifications and compliance with national standards, the AMSCO 7052HP aligns with government requirements and RFP specifications for medical equipment to support healthcare operations effectively.
    The SPS Equipment Site Preparation project at Beckley VAMC, designated under IFB: 36C24525B0007 and Project No. 517-25-291, is set to facilitate site preparation for construction focused on enhancing Veterans Affairs services. Key milestones include the pre-bid conference on May 5, 2025, and the bid submission deadline on June 5, 2025. The procurement is exclusively reserved for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring registration with the SBA (VET CERT). Bids must be submitted in hard copy, as electronic submissions are prohibited. Potential bidders must direct all inquiries to the Contract Specialist, Adam Bradford, and ensure compliance with various pre-award requirements, including SAM registration and safety training documentation. Post-award obligations include the submission of performance and payment bonds, proof of OSHA safety training for all site workers, and compliance with facility security protocols. The document emphasizes communication protocols, urging bidders to seek clarifications in writing, and notes that general attendee questions will be limited during the pre-bid conference. Bidders are also tasked with monitoring for amendments to the solicitation, ensuring they receive any updates in a timely manner.
    The document is a Construction Abstract of Offers, specifically an attachment to the OF 1419, used when more than two bids are received for a construction project. It serves as a continuation sheet to capture additional contract items beyond the initial form's limit. The document outlines the required structure for recording offers from multiple bidders, detailing sections for the bidder's name, bid security information, acknowledged amendments, and individual contract item specifics. Each contract item entry includes its number, estimated quantity, unit, unit price, and estimated amount, accommodating up to 13 items per continuation sheet. This standardized format is crucial for ensuring transparency and compliance in federal and local government procurement processes related to construction projects. The form underscores the importance of organized data collection, aiding decision-making regarding contractor selection while maintaining adherence to legal bidding practices.
    This document serves as an abstract of offers for a construction project detailed under solicitation number 36C24525B0007. Issued on April 24, 2025, it presents a summary of bids received for SPS Equipment Site Preparation. Two bids were recorded: Damhill Construction Company, represented by Adam Bradford, with a bid security acknowledgment, and specific pricing estimates for the contracted work. Each offer provides a unit price, estimated quantity, and total amount, comparing them to the government’s expected costs, including considerations for reasonable contracts with and without profit. The document is structured with defined sections for offeror information, bid security, and amendments. It serves as an essential record of the procurement process, reflecting both compliance and fiscal assessment for government contracting initiatives.
    The file pertains to the bid opening attendance list for the SPS Equipment Site Preparation project at the Beckley VAMC located at 200 Veterans Drive, Beckley, WV. The bid opening is scheduled for June 5, 2025. The document serves as a formal record to track attendance from interested parties, including companies and government units, during the bidding process for the site preparation work. It is part of a government initiative to solicit proposals and engage contractors in public procurement, ensuring transparency and accountability in federal spending. The list is indicative of the competitive nature of government contracts aiming to adhere to standards of fairness and equal opportunity for all bidders.
    The document outlines the installation meeting summary for STERIS regarding the installation of two washers at the Beckley VA Medical Center. The meeting, held on April 23, 2025, assessed installation needs and existing conditions, highlighting modifications required for the installation, including alterations to the stainless surround and adjustments to low utility piping. It is noted that both washers must be replaced simultaneously, and access to existing washers will be unavailable during the renovation. Key action items include the customer working with a contractor for necessary renovations and ensuring that door access meets specifications for the new units. The shipping and delivery schedule indicates a ship date of May 28, 2025, with installation projected for July 25, 2025, following a two-day deinstallation phase and additional contractor involvement for repiping utilities. The document emphasizes STERIS's commitment to accommodate requested installation dates while noting that any delays due to site conditions will necessitate rescheduling. Overall, this meeting summary is a critical step in coordinating federal healthcare facility upgrades, ensuring compliance with installation protocols, and managing contractor relations effectively.
    The document outlines the pre-bid Request for Information (RFI) responses related to Project #517-25-291, which focuses on site preparation for the SPS equipment installation within a medical treatment facility. Key points include confirmation that a bid bond is required, the anticipated minimal downtime for the SPS area, and clarification that hard barriers for infection control will not be mandatory as long as other ICRA requirements are met. The contractor is expected to provide a Safety oversight team, but the project superintendent can double as the Site Safety and Health Officer. Additionally, the document addresses various aspects of hazardous material handling, confirming that no allowance is required for asbestos and lead sampling, as no hazardous materials are expected to be found. It clarifies the use of existing elevators, the need for electrical work to support new equipment, and specifications for plumbing work. Throughout, the contractors must comply with strict safety and documentation requirements while coordinating closely with the VA's Contracting Officer Representative. The summary encapsulates the project’s requirements and clarifications vital for potential bidders to understand the scope and expectations of the project effectively.
    Similar Opportunities
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project located at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project is crucial for enhancing the data management capabilities of the VA, with an estimated cost between $5,000,000 and $10,000,000. Interested bidders must submit their proposals electronically by January 8, 2026, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement – BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project requires comprehensive construction services, including structural modifications, installation of lead-lined walls, and adherence to various safety and quality standards throughout the construction process. This initiative is critical for enhancing the emergency department's capabilities and ensuring compliance with healthcare regulations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Contract Specialist David M Hernandez at David.Hernandez1@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.
    Z1DA--Construct Mobile Imaging Pad 540-24-104 Clarksburg, WV VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the construction of a Mobile Imaging Pad at the Louis A. Johnson VA Medical Center in Clarksburg, WV, under project number 540-24-104. This project, estimated to cost between $500,000 and $1,000,000, involves site preparation, demolition of existing structures, and the construction of a concrete pad with necessary utility connections for a mobile imaging trailer, all in compliance with VA construction standards and local building codes. The work is critical for enhancing medical imaging capabilities at the facility, ensuring that services are delivered efficiently and safely to veterans. Interested contractors, particularly Service-Disabled Veteran Owned Small Businesses, must attend a mandatory pre-bid site visit on December 2, 2025, with bids due by 1:00 PM EST on December 31, 2025. For further inquiries, contact Contract Specialist Aaron Z. Morrison at Aaron.Morrison@va.gov.
    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.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Veterans Affairs, Department Of
    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.
    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.
    Z2DA--666-26-121_(C) Gillette Small Upgrade Project (VA-26-00006671)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Gillette Small Upgrade Project at the Gillette VA Clinic in Wyoming, focusing on renovations to improve clinic operations. The project includes correcting drainage issues, replacing an exterior door and frame, and remodeling casework, finishes, and furnishings in three specific areas of the clinic, all while adhering to strict VA construction standards and safety protocols. This opportunity is particularly significant as it is set aside for verified Veteran-Owned Small Businesses (VOSB) or Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $100,000 and $250,000. Interested offerors must submit their proposals via email by January 6, 2026, at 10:00 AM MT, and can direct inquiries to Contract Specialist Elia-Laritza L Ruiz-Manzo at Elia-Laritza.Ruiz-Manzo@va.gov.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    J044--Sprax SPS FILTERS BALTIMORE VAMC SITE VISIT 12/16/25 1:00 PM ON=SITE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Sterilizer Steam Line Improvements project at the Baltimore VAMC, as outlined in solicitation number 36C24526Q0174. The project aims to address issues related to wet packs and staining in sterilizers by installing steam separators upstream of existing clean steam filters, which involves site assessment, equipment procurement, installation, testing, commissioning, and staff training. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561210, with proposals due by December 19, 2025, at 10:00 AM EST. Interested parties must attend a mandatory site visit on December 16, 2025, at 1:00 PM EST, and can direct inquiries to John Ritter at JOHN.RITTER2@VA.GOV.