Y1DZ--Renovate Pre-Engineered Metal Building 115 Project 671A4-22-109
ID: 36C25725R0051_1Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER HOSPITAL BUILDINGS (Y1DZ)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the renovation of Pre-Engineered Metal Building 115 at the Kerrville VA Medical Center, under Project Number 671A4-22-109. This project involves extensive fire repairs, including selective demolition, replacement of fire-rated sheathing, installation of new metal siding and roofing, and upgrades to electrical and lighting systems, all to be completed within a performance period of 300 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated value between $250,000 and $500,000, emphasizing the VA's commitment to supporting veteran-owned enterprises. Interested contractors must submit their proposals electronically by the specified deadline and can contact Contracting Officer Tailor Brown at tailor.brown2@va.gov or 915-493-1344 for further details.

    Point(s) of Contact
    Tailor BrownContracting Officer
    (915) 493-1344
    tailor.brown2@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) by the Department of Veterans Affairs for the renovation of Pre-Engineered Metal Building 115 at the Kerrville VA Medical Center, under Project Number 671A4-22-109. The contractor is required to provide all necessary labor, materials, and equipment following the Statement of Work, with a project magnitude estimated between $250,000 and $500,000, solely set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). A performance and payment bond are required, with the contractor expected to commence work within a specified timeframe after receiving a notice to proceed. A site visit is scheduled, and proposals must be submitted electronically by a specified deadline. Offerors will be evaluated based on past performance and price, with a strong emphasis on the relevancy of previous work. The document specifies submission requirements, including the necessary forms, certifications, and representations that must be completed to be considered. Failure to comply with the instructions may result in rejection of proposals. The RFP reinforces the government’s commitment to supporting veteran-owned businesses while ensuring accountability and quality in the construction and renovation processes.
    The Department of Veterans Affairs (VA) is soliciting proposals for Project No. 671A4-22-109,
    The Statement of Work (SOW) outlines the renovation of Building 115 at the VA Medical Center in Kerrville, TX, following extensive fire damage. The project, 671A4-22-109, involves selective demolition, repairs, replacements, and new equipment installations. The contractor is responsible for providing all labor, materials, and services in accordance with federal, state, and local laws, as well as VA standards. Key tasks include removing damaged items, pressure washing, replacing fire-rated sheathing, installing new metal siding and roofing, replacing roll-up doors, applying epoxy flooring, and installing new electrical and lighting systems. The VA will perform some tasks, denoted as “Performed by Others, the VA.” The total performance period is 300 calendar days, with specific timelines for security badging, pre-construction submittals, and construction. Contractors must adhere to strict safety protocols, including OSHA training, infection control, and fire prevention measures. Deliverables include performance bonds, insurance, quality control plans, safety plans, O&M manuals, and as-built drawings. The contractor must ensure all work meets quality standards and coordinate closely with the VA to minimize disruption.
    This government file outlines requirements for federal grants and state/local RFPs, focusing on infrastructure upgrades and hazardous material management. Key sections detail mechanical, plumbing, and fire suppression system enhancements, emphasizing adherence to VA and local standards. The document also addresses hazardous material surveys, specifically mentioning asbestos, universal wastes, microbial growth, and lead-based paint, necessitating abatement and remediation. The overall purpose is to ensure modernization, safety, regulatory compliance, and thorough hazard mitigation in government-funded projects. This comprehensive approach aims to guide future work, prioritize safety, and ensure environmental responsibility in facility upgrades.
    The VHA Pre-Construction Risk Assessment (PCRA) template, VHA-PCRA-2024-1.1, provides guidelines for assessing and mitigating safety risks associated with construction, renovation, and maintenance activities within VHA facilities. It categorizes activities (e.g., Inspection/Upkeep, Small-scale, Large-scale) and outlines corresponding control measures to prevent adverse impacts on patients, employees, and contractors. The template emphasizes the use of activity statements of work and drawings for assessments, as well as robust communication and coordination plans with affected areas. It specifically addresses non-infection-related safety and must be used in conjunction with the VHA Infection Control Risk Assessment (ICRA) when infection risks are present. The document includes a fillable permit form for posting at activity sites and details requirements for adjacent area assessments. The example provided illustrates a "Large-Scale" renovation project for Building 115, requiring specific control measures like dust control and fence barriers, and indicates that an ICRA is not required due to the project's distance from the hospital and its classification as a Class II Project.
    The project involves the reconstruction of Building 115 at the Kerrville VA Medical Center, a 3,530 SF, one-story structure with a mezzanine. The building is classified as Group U (Utility and Miscellaneous/Agricultural Building) with Type II-A construction and is fully sprinklered. The project adheres to various codes, including the 2021 International Building Code (IBC) and the 2018 NFPA 101 Life Safety Code, with NFPA 101 taking precedence where regulations overlap, except for construction type and building location. The plan details accessibility standards, egress requirements, plumbing, and elevator system specifications, emphasizing compliance with VA supplements like the Barrier Free Design Guide (PG-18-13) and various ASHRAE and ASME standards. O'Brien Engineering, Inc. is the A/E of Record, responsible for architectural, structural, mechanical, plumbing, electrical, and fire protection engineering.
    The "Reconstruct Bldg 115 Kerrville, Texas" project, sponsored by the US Department of Veterans Affairs, outlines specifications for the comprehensive reconstruction of Building 115. This extensive project covers a wide range of divisions, including general requirements, existing conditions, concrete, metals, thermal and moisture protection, openings, finishes, special construction, fire suppression, plumbing, HVAC, electrical, and earthwork. The document details security protocols, site operations, utility management, alteration procedures, waste disposal, and protection of existing features. It also emphasizes warranty management, temporary utility usage, testing, instruction provision, and the handling of government-furnished and relocated equipment. Key personnel for the project include James E. Lyles Jr., P.E. as Project Manager, Yongkyu Lee, A.I.A. as Architect, and other specialized engineers for structural, mechanical, plumbing, fire protection, and electrical systems. The project mandates strict adherence to VA security, safety, and environmental guidelines, with a focus on seamless integration of new systems and minimal disruption to the medical center's operations.
    This document outlines the Offeror’s Self-Performed Calculations, providing instructions for calculating self-performed work in accordance with VAAR 852.219-75 Notice of Limitations on Subcontracting. Offerors must complete a form detailing their total proposed price, the amount projected to be paid to Non-VetCert listed SDVOSBs (excluding materials), and then calculate the percentage of estimated Non-VetCert work and self-performed work. For general construction contracts, the SDVOSB prime contractor is limited to paying no more than 85% of the government's payment for contract performance (excluding material costs) to firms that are not certified VetCert SDVOSBs. This document ensures compliance with subcontracting limitations for Service-Disabled Veteran-Owned Small Businesses.
    This document outlines the price schedule breakdown instructions for a government contract, likely an RFP related to construction or facility upgrades. It specifies that all pricing is fixed and the awardee is responsible for verifying formula accuracy for subtotals and the total contract price. The price schedule is divided into
    The provided document is a proximity map and building index detailing the layout of a government facility. It identifies various buildings by number and name, such as the Main Hospital (#11), Laundry (#18), Boiler Plant (#19), Director's Quarters (#20), and Command Center (#119). The map also outlines different parking areas, including Outpatient/Visitor Parking (PL 3, PL 9), Employee Parking (PL 4, PL 5, PL 6, PL 7, PL 10), Overflow/Visitor Parking (PL 1), HC Outpatient/Visitor Parking (PL 2), Construction Parking (PL 12), and Construction Overflow Parking (PL 11). Key infrastructure like the Helipad (#93) and Fuel Farm (#121) are also marked. The document serves as a comprehensive guide to the facility's layout and functions, crucial for navigation, logistical planning, and emergency services within the complex.
    The Statement of Work (SOW) outlines the renovation project for Building 115 at the Kerrville VA Medical Center, necessitated by extensive fire damage. The project scope includes selective demolition, repairs, and installations of new equipment and utilities. Contractors are expected to provide labor, materials, and services while adhering to applicable federal, state, and local regulations. Key renovation tasks include debris removal, replacement of siding and roofing systems, electrical and plumbing system updates, and new fire protection installations. The contractor must coordinate with various VA services and perform work with minimal disruption to ongoing operations. Preconstruction submittals must be provided within set timelines, with a total performance period of 300 days. Comprehensive safety, quality control, and training plans are required, alongside a warranty for workmanship post-completion. The document also mandates various compliance measures regarding security, privacy, and safety standards as part of the VA's operational protocols. This SOW is critical for ensuring the effective and safe restoration of essential veteran services.
    The Statement of Work (SOW) outlines the renovation of Building 115 at the VA Medical Center in Kerrville, TX, following extensive fire damage. The project requires a general contractor to undertake selective demolition, repairs, and replacement of various building elements, including electrical, plumbing, HVAC systems, and interior finishes, while complying with VA specifications and federal standards. Contractors must provide all necessary labor, materials, and management to complete the work, including obtaining security clearance and coordinating closely with VA personnel. The renovation aims to restore the building for reuse, ensuring minimal disruption to ongoing operations at the medical center. The work scope includes disposing of non-salvageable items, pressure washing, replacing roofing and siding, and updating fire protection systems. The project spans 300 calendar days, necessitating a structured approach to scheduling and compliance with safety and quality assurance measures. Overall, the SOW emphasizes meticulous planning, coordination, and premium workmanship to facilitate a successful renovation outcome in adherence to the VA's operational standards.
    The document appears to be a corrupted or improperly formatted government file, likely related to RFPs (Requests for Proposals), federal grants, and state or local RFPs. It lacks coherent content and a clear structure typically found in such documents. As a result, identifying specific topics, key ideas, and supporting details is virtually impossible due to extensive garbled text and non-standard characters. However, given the context of government RFPs and grants, it can be inferred that the document's intended content would typically include information regarding funding opportunities, guidelines for proposal submissions, eligibility criteria, project requirements, and evaluation processes for potential applicants. In summary, the document is an unreadable version of what could encompass significant federal or state funding initiatives aimed at encouraging project proposals. Its corrupted state hinders any meaningful analysis or extraction of useful information, emphasizing the need for reviewing or acquiring a cleaner, more legible version to serve its purpose effectively.
    The VHA Pre-Construction Risk Assessment (PCRA) document serves as a guideline for conducting risk assessments for construction, renovation, and maintenance activities within VHA facilities. It lays out mandatory expectations for assessing safety risks to patients, employees, and contractors, emphasizing the importance of communication and coordination among affected areas during project planning. The PCRA template categorizes different activity types—Inspection/Upkeep, Small Scale, and Large-Scale—each with defined control measures that must be implemented prior to and throughout the activity. Additionally, it mandates a thorough assessment of adjacent areas to mitigate potential disruptions. The document also refers to the necessity of integrating an Infection Control Risk Assessment (ICRA) for activities that may pose infection risks, emphasizing safety above all during facility modifications. By providing comprehensive assessments and delineating required precautions, this PCRA underscores the VA's commitment to maintaining safety and operational integrity during facility enhancements. Overall, it is a critical document for managing health and safety risks in VHA's construction-related activities.
    The document outlines the reconstruction project for Building 115 at the Kerrville VA Medical Center, focusing on a fully sprinklered structure designed for utility and miscellaneous use (Group U) under Type II-A construction. The project, overseen by O’Brien Engineering, Inc., encompasses a single-story building with a mezzanine totaling 3,530 square feet. It involves compliance with multiple federal and local codes, including the International Building Code and NFPA Life Safety Code, to ensure safety and accessibility. Key details include a comprehensive accessibility plan with dimensions conforming to uniform accessibility standards, guidelines for egress pathways, and specifications for fire safety components. The document includes a variety of plans detailing structural, mechanical, plumbing, and electrical systems, as well as occupancy classifications and occupant loads for various spaces within the facility. The reconstructed building aims to provide efficient service and compliance with health and safety regulations while upgrading facilities for the VA healthcare system. This project emphasizes the importance of maintaining standards for federal contracts and grants, particularly in ensuring accessibility and safety in public facilities.
    The document outlines the construction specifications for the reconstruction of Building 115 at the Kerrville VA Medical Center (Project No.: 671A4-22-109). It details the responsibilities of the contractor, including site preparation, demolition, and compliance with safety and construction standards mandated by the Department of Veterans Affairs. The project involves various engineering disciplines: structural, mechanical, plumbing, fire protection, and electrical work, with specifications organized in sections covering general requirements, existing conditions, materials, and systems. Key requirements emphasize maintaining medical center operations 24/7, including careful scheduling to minimize disruption. The contractor must implement a robust security plan, manage construction waste, and adhere to environmental protections. Additionally, there are measures to ensure the preservation of existing vegetation and infrastructure, along with specific procedures for testing and commissioning systems. With a strong focus on safety and compliance with federal guidelines, this project reflects the VA's commitment to providing modernized facilities that meet the needs of veterans while ensuring operational continuity throughout construction.
    The document outlines the requirements for Offerors regarding self-performed work in compliance with the "Limitations on Subcontracting" clause (VAAR 852.219-75) within government contracting. Offerors must provide a total proposed price and forecast the payment to non-veteran certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), excluding materials. The document specifies a formula for calculating the percentage of estimated work to be done by non-veteran certified firms and the percentage of self-performed work. For general construction contracts, a key stipulation is that the prime contractor, classified as an SDVOSB, must ensure that no more than 85% of the government-contracted amount, excluding material costs, goes to non-certified SDVOSBs. This guideline aims to promote fair competition and support veteran-owned businesses within the contracting landscape. The structure consists of a list of requirements and calculations that need to be completed by the Offeror at the proposal stage.
    The document outlines the Price Schedule Breakdown Instructions for a government contract related to construction services. It establishes that all pricing is fixed and emphasizes the contractor's responsibility for ensuring the accuracy of calculations for sub-totals and contract totals. The term "Division" corresponds to construction categories as defined by the Construction Specification Institute (CSI), providing a standardized framework for itemized pricing. The breakdown includes categories such as general requirements, concrete, mechanical systems, and site improvements, although all prices are listed as $0.00, indicating they are placeholders or for informational purposes only and do not represent actual costs. Additionally, it notes that overhead and general conditions are viewed interchangeably and applied only once to the contract. The document contains sections for various construction divisions and ends with a total cost summary of $0.00, including other financial considerations like insurance, taxes, and subcontractor markup. This format is essential for adhering to the principles of transparency and accountability in federal contracting processes.
    The document is a detailed layout of a facility's parking and building designations, outlining various roads, parking areas, and building functionalities. It includes several road names such as Blue Bonnet Rd, Cypress Rd, and Live Oak Rd, as well as specific parking sections for employees and visitors, such as PL 1 for overflow parking and PL 4 for employee parking. The facility features numerous buildings, each designated with a unique number corresponding to its purpose, including administrative offices, maintenance shops, and storage facilities. For instance, Building #11 is identified as the main hospital, while #93 is the heliport pad. The layout also highlights areas designated for construction and logistical support. The document serves as an essential reference for staff and regulatory bodies by delineating parking logistics and the functional character of buildings within the facility, ensuring efficient operations and compliance with safety and accessibility standards.
    Amendment 0001 to solicitation 36C25725R0051, issued by the Department of Veterans Affairs, Central Texas Veterans HCS, modifies the original solicitation dated June 5, 2025. The primary purpose of this amendment is to replace Attachment 1 SOW (Statement of Work) with a revised version, specifically for "Bldg 115 Fire Repairs." All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on their offer, or sending a separate communication, ensuring receipt by the specified hour and date to avoid rejection of their offer. The effective date of this amendment is June 5, 2025.
    This document pertains to a modification of a solicitation and details Amendment 0001 concerning the Department of Veterans Affairs' project for fire repairs at Building 115. The primary purpose of this amendment is to replace the previous Attachment 1 Statement of Work (SOW) with a revised version dated June 5, 2025. The amendment specifies that all other conditions of the original solicitation remain unchanged. Offerors are required to acknowledge receipt of this amendment through specified methods before the deadline, indicating the importance of compliance for proposal consideration. The contracting officer, Tailor Brown, is associated with the Central Texas Veterans Health Care System, emphasizing the government’s ongoing commitment to maintaining its facilities. This modification is standard practice within federal RFP processes to ensure that all bidders are working with the most current project specifications.
    Lifecycle
    Similar Opportunities
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    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.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    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.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    Y1DA--Project 549A4-21-703 EHRM Training and Admin build
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the EHRM Training and Admin Support Space project (Project Number 549A4-21-703) at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. This project involves the renovation of four rooms to create temporary EHRM classrooms and an office, including asbestos abatement, interior demolition, and installation of new HVAC equipment and finishes. The procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 236220, with a contract value estimated between $500,000 and $1 million. Interested contractors must submit their proposals by January 15, 2026, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov for further information.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.
    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.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a construction project to install a new fire alarm system in Building 25 at the West Texas VA Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system, ensuring compatibility with the existing infrastructure and adherence to various safety codes and standards. This upgrade is crucial for maintaining a reliable fire safety system across the campus, with a contract set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due by January 2, 2026, at 10:00 AM CST, and interested contractors should submit their proposals electronically to Eileen.Myers@va.gov, with the estimated contract value between $250,000 and $500,000.