Z1DA--Repair Parking Garage Tendon 757-24-204 - Construction - VAACC Columbus
ID: 36C25026B0014_1SolicitationType: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

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

    The Department of Veterans Affairs is soliciting bids for the repair of parking garage tendons at the Chalmer Wylie VA Ambulatory Care Center in Columbus, Ohio, under project number 757-24-204. The project involves correcting damaged tendons to restore the garage's structural integrity, with a total contract value estimated below $1,000,000. This work is critical for maintaining the safety and functionality of the facility, which serves veterans and requires minimal disruption during construction. Interested contractors must be verified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), registered in SAM, and submit their bids by December 22, 2025, with a site visit scheduled for December 1, 2025. For further inquiries, contact Contracting Officer Stanley Burdine at stanley.burdine@va.gov or 614-388-7827.

    Point(s) of Contact
    Stanley BurdineContracting Officer
    (614) 388-7827
    stanley.burdine@va.gov
    Files
    Title
    Posted
    The Columbus VAMC project, VA Project 757-24-204, outlines the general requirements for the Parking Garage Tendon Repair Design. The project involves repairing damaged beam tendons and restressing them post-construction. Key aspects include strict safety and security requirements, site preparation, and adherence to VA security management programs for all personnel. Contractors must develop a comprehensive security plan, control sensitive documents, and follow vehicle restrictions. Operations must minimize interference with the Medical Center's functions, maintaining utilities and ensuring scheduled interruptions. The contractor is responsible for restoring disturbed areas, preserving existing structures, and providing as-built drawings and a warranty management plan. Specific requirements for construction signs, photographic documentation, and utility usage are also detailed, emphasizing the need for professional services and strict compliance with government regulations.
    The Columbus VAMC VA Project 757-24-204 outlines the requirements for a Critical Path Method (CPM) project schedule for the Columbus, OH Parking Garage Tendon Repair Design. The contractor must develop and maintain a CPM schedule, designating a representative with direct project control. An outside scheduling consultant can be used, but their qualifications must be approved by the Contracting Officer's Representative (COTR) within 10 days of bid acceptance. Monthly computer-produced time/cost schedules and reports, supporting payment requests, are required. The complete project schedule must be submitted within 45 days of the Notice to Proceed, detailing activities, durations, and costs. All work activities, except procurement, must be cost-loaded, with the cumulative amount equaling the total contract price. The schedule must clearly show work sequences, critical activities (such as submittal reviews and VA inspections), and supporting data like project calendars and work shifts. Monthly progress meetings are mandated, and the contractor is responsible for remedial actions to prevent schedule slippage. Changes to the schedule, whether due to contract modifications or other delays, must be submitted for approval, with costs for non-contract change revisions borne by the contractor. Contract completion time adjustments are only granted for specified reasons, supported by CPM data and justification.
    This specification outlines the requirements and procedures for submittals for the Columbus VAMC VA Project 757-24-204, focusing on the Columbus OH Parking Garage Tendon Repair Design. It defines various submittal types, including preconstruction, shop drawings, product data, samples, design data, test reports, certificates, manufacturer's instructions, field reports, operation and maintenance data, and closeout submittals. The document details the use of a submittal register for tracking and scheduling, emphasizing timely submission and the contractor's responsibility for completeness and compliance. Submittals must be in electronic PDF format, with specific size handling for email or FTP. The VA's review period is 15 business days for submittals and 10 for RFIs, with clear notations for approval or rejection. Contractor errors remain their responsibility even after VA approval, and payment may be withheld for unapproved materials. This ensures adherence to contract documents and satisfactory project execution.
    This government file, VA Project 757-24-204, outlines the reference standards for the Columbus OH Parking Garage Tendon Repair Design project. It details the availability and sources of specifications and standards required for the project manual and drawings. The document specifies how to obtain federal specifications and standards listed in the GSA Index, either for a fee or, if the solicitation is issued by GSA, USDA, or VA, free of charge for a single copy. It also provides information on where to examine specifications not listed in the GSA Index, specifically at the Department of Veterans Affairs Office of Construction & Facilities Management. Furthermore, the file lists numerous associations and organizations from which other pertinent specifications and standards can be obtained, along with their respective websites. This comprehensive list includes a wide range of industry bodies covering various aspects of construction and engineering, ensuring all necessary technical references are accessible for the project.
    The Columbus VAMC VA Project 757-24-204 outlines the testing laboratory services required for the Columbus OH Parking Garage Tendon Repair Design. This specification details material testing and inspection services to be provided by a General Contractor-retained Testing Laboratory during construction. It references numerous publications from AASHTO, ACI, ASTM, and AWS for various testing standards. Key requirements include laboratory accreditation, inspection and testing of materials and workmanship, and immediate verbal and written reporting of any failures or irregularities to the Resident Engineer. The document specifies detailed inspection and testing procedures for post-tensioning of concrete, reinforcement, shotcrete, prestressed concrete, architectural precast concrete, structural steel (including welding and bolt inspections), shear connector studs, and sprayed-on fireproofing. The number and type of tests will be determined during the contract bidding process, based on the contractor's chosen construction materials and procedures.
    The Columbus VAMC VA Project 757-24-204 outlines temporary environmental controls for the Columbus OH Parking Garage Tendon Repair Design. This specification details the Contractor's responsibilities for controlling environmental pollution and damage to air, water, and land resources. Key aspects include managing visual aesthetics, noise, solid waste, and chemical waste, with costs integrated into contract items. The document defines various pollutants and emphasizes quality control, requiring daily reports of compliance issues and corrective actions. Contractors must submit an Environmental Protection Plan within 20 days of a meeting with the Contracting Officer's Representative, outlining personnel responsibilities, training, applicable laws, protection methods for environmental features, erosion control, and monitoring plans. The plan must include "best management practices" and methodologies. The document also specifies measures for protecting land, water, and air resources, reducing noise, and restoring damaged property. Noise reduction measures include limiting high-level impact noise to specific hours and decibel levels, using sound-deadening devices, and monitoring sound levels regularly. Final clean-up involves off-station disposal of all debris and waste. This RFP ensures environmental protection throughout the project, holding the contractor responsible for continuous pollutant control and remediation.
    The Columbus VAMC project, VA Project 757-24-204, outlines stringent requirements for construction waste management during the Columbus OH Parking Garage Tendon Repair Design. The primary goal is to minimize landfill disposal by diverting at least 30% of non-hazardous building construction and demolition waste through salvage, recycling, and reuse. The contractor is responsible for developing and implementing a waste management plan, including techniques to minimize waste generation, sorting and separating materials, and providing on-site instructions. Specific waste categories to be diverted include soil, inerts, wood, metals, plastics, and gypsum board. The contractor must submit a detailed demolition debris management plan, monthly summaries of waste diversion, and a final report, ensuring all disposal and recycling facilities are legally permitted.
    The Columbus VAMC VA Project 757-24-204 outlines detailed specifications for site surveys related to the Columbus OH Parking Garage Tendon Repair Design. This project requires comprehensive boundary, topographic, and utility surveys performed by licensed Professional Land Surveyors or Civil Engineers. The surveys must comply with ALTA-ACSM and FGDC accuracy standards. Key deliverables include detailed survey drawings, a 3D digital terrain model, and photographic records, all submitted in specified electronic and hardcopy formats. The drawings must include extensive notations such as property lines, structures, utilities, easements, and flood zone designations. The project emphasizes thorough research of public and VA records, coordination for site access, and adherence to strict accuracy standards for both horizontal and vertical measurements. The overall purpose is to provide a complete and accurate representation of the project site for the parking garage repair design.
    The Columbus VAMC VA Project 757-24-204 outlines demolition specifications for the Columbus OH Parking Garage Tendon Repair Design. This section details the demolition and removal of buildings, structures, utilities, and debris, emphasizing safety, environmental protection, and waste management. Key aspects include hazard elimination, provision of safeguards like warning signs and barricades, and dust control measures. Contractors must survey the site, avoid damage to existing structures, and coordinate with other trades. Utility services slated for removal must be handled according to national codes. Demolition must proceed story by story for multi-story buildings, and all debris becomes the contractor's property for off-site disposal in compliance with federal, state, and local regulations. Cleanup requires leaving the site in a condition satisfactory to the Resident Engineer.
    This government solicitation, 36C25026B0014, issued by the Department of Veterans Affairs, is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) to repair parking garage tendons at the Chalmer Wylie VA Ambulatory Care Center in Columbus, OH. The project, with a magnitude below $1,000,000, involves repairing damaged beam tendons and re-stressing them post-construction, to be completed within 152 calendar days. Bidders must be verified in VetCert and registered in SAM, and are required to submit a bid guarantee and, upon award, performance and payment bonds. Key dates include a site visit on December 1, 2025, an RFI cut-off date of December 8, 2025, and an offer due date of December 22, 2025. This firm-fixed-price contract emphasizes compliance with various FAR and VAAR clauses, including Buy American requirements, wage rates, and environmental management systems.
    This government file outlines the scope of work for repairing damaged post-tension (PT) tendons at a VAMC parking garage. The project, with a 152-day performance period, involves mobilization, site preparation, exposure, removal, and replacement of damaged tendons, followed by coupling new tendons to existing ones. The process includes restressing tendons from the exterior and placing repair concrete. The work is phased into site assessment, preparation, construction/installation, stressing, and finishing. A key requirement is maintaining full parking garage operation with minimal disruption during construction, necessitating a contractor-developed schedule that accommodates hospital access hours.
    The document outlines the 10% Basis of Design Narrative for the Parking Garage Tendon Repair project at Chalmers P. Wylie VAMC in Columbus, Ohio (VA Project 757-24-204). The project's main purpose is to evaluate and repair a damaged post-tensioned parking garage beam, specifically addressing failed tendons. The scope of work includes A/E Part One Services (site visits, investigation, design recommendations, construction drawings, specifications, and cost estimates) and A/E Part Two Services (responding to RFIs, attending meetings, reviewing submittals, site visits during construction, punch list preparation, and record drawings). The design philosophy is based on investigations by Walker Consultants, which identified four missing grout pockets with protruding tendons and three full-length broken tendons in a beam at the north-east corner of the top level. The general repair approach involves chipping concrete, removing damaged tendons, replacing them with new ones, coupling, restressing, and placing repair concrete. The project adheres to various codes and standards, including the International Building Code (2021) and numerous VA and ACI standards for concrete and structural steel.
    The document outlines bid opening instructions for Project 757-24-204, "Repair Parking Garage Tendon" at the Columbus VAACC. Bids must be submitted by mail or in person to 2780 Airport Drive, Suite 340, Columbus, OH 43219, no later than 12:00 PM EST on December 22, 2025. Hand-delivered bids will be accepted at the main entrance between 11:00 AM and 12:00 PM. Non-VA personnel are restricted from entering the building. Contractors can listen to the bid opening via Microsoft Teams at 872-701-0185, access code 639413064#, starting at 12:50 PM. The bid opening is scheduled for 1:00 PM. Attendance will be recorded, the apparent low bidder announced, and all bidders will be notified of the awardee via email and the Contract Opportunities website after post-bid reviews.
    The Columbus VAMC VA Project 757-24-204 outlines specifications for cast-in-place concrete work, including structural concrete and surface preparation, for the Columbus OH Parking Garage Tendon Repair Design. The project emphasizes quality assurance through adherence to ACI 301 and the use of an independent, AASHTO-accredited testing agency. Detailed submittal requirements cover drawings, manufacturer data for repair materials, and contractor procedures for demolition, placement, and curing. The document specifies various materials, including Portland cement, pozzolans, aggregates, admixtures, reinforcing steel, and repair mortars, all conforming to ASTM standards. Execution guidelines detail formwork installation, reinforcement, concrete placement (including hot and cold weather considerations), protection, curing methods, and form removal. Finishes for vertical and overhead surfaces are also specified. Field quality control involves compressive strength and bond testing by a qualified agency. The work's acceptance is contingent on meeting ACI 301 provisions, including the repair of any detected hollowness or shrinkage cracks, ensuring the quality and durability of the concrete repairs.
    The Columbus VAMC VA Project 757-24-204 outlines the specifications for the Parking Garage Tendon Repair Design. This project involves the repair and restressing of damaged beam tendons within the parking garage. Key requirements include comprehensive safety and security measures, with strict protocols for site access, information control, and photography. The contractor must develop and maintain a Critical Path Method (CPM) project schedule, submitted within 45 days of the Notice to Proceed, detailing all work activities, durations, and cost data. This schedule will be used for monitoring progress and processing monthly payments. The project emphasizes maintaining continuous VAMC operations, requiring careful coordination for any utility interruptions and phasing of work. The contractor is responsible for protecting existing structures and utilities, restoring disturbed areas, and providing a warranty management plan. Photographic documentation of construction progress and final elevations is also mandated.
    This Request for Information (RFI) for Project Number 757-24-204, titled "Repair Parking Garage Tendon," is issued by the Department of Veterans Affairs, Chalmer Wylie Columbus VA Ambulatory Care Center. It seeks information regarding the repair of a parking garage tendon. Contractors are required to thoroughly review all solicitation documents, specifications, and drawings before submitting questions or requests for clarification. All inquiries must specifically reference the relevant sections or drawing numbers; otherwise, the Government may not respond in a timely manner. The RFI includes fields for contractor identification, submission details, and a reply needed by date, indicating a structured process for information exchange.
    This document outlines safety and environmental compliance requirements for all bidders and offerors responding to government solicitations. It mandates the submission of past safety and environmental records, including a certification of no more than three serious, one repeat, or one willful OSHA or EPA violation in the past three years. Additionally, bidders must provide their current Experience Modification Rate (EMR), which must be equal to or less than 1.0. This EMR information needs to be furnished on the insurance carrier's letterhead, or for self-insured contractors or those in specific states/territories, from NCCI or their state-run worker's compensation insurance rating bureau. Failure to provide this documentation by the specified deadline may result in the bid or proposal being deemed non-responsive. These requirements also extend to all subcontracting tiers post-award, with prime contractors responsible for ensuring their subcontractors meet the same criteria.
    The Columbus VAMC project, VA Project 757-24-204, outlines the specifications for tendon repair design in the Columbus, OH Parking Garage. This federal government RFP details furnishing, installing, grouting, and stressing tendons in post-tensioned building framing members. Key requirements include compliance with Post-Tensioning Manual, ACI 318, and ACI 301, with strict quality assurance for materials, suppliers, and installers. The project mandates PTI certification for both suppliers and installers, requiring extensive prior experience in similar repair projects. Submittals for shop drawings, product data, and calculations are critical, along with mill test reports and calibration tests for stressing equipment. The document emphasizes safety precautions during detensioning and stressing, requiring adherence to specific procedures for tendon splicing and sheathing repair. A five-year warranty against defects in workmanship and materials is required from both the contractor and manufacturer. The project also specifies materials for post-tensioning steel, anchorages, corrosion prevention, sheathing, and grout, along with detailed execution procedures for installation, stressing, and finishing, including field quality control and detailed record-keeping.
    The document outlines the requirements for a comprehensive mechanical and plumbing infrastructure upgrade, likely for a government facility, as indicated by references to federal and state regulations. It details the necessity for assessing existing conditions, performing demolitions, and installing new equipment while adhering to strict standards for mechanical, plumbing, and fire suppression systems. Key aspects include integrating mechanical equipment, ensuring maintenance accessibility, and implementing safety measures like infection control. The document emphasizes adherence to VA standards and local regulations, highlighting the project's complexity and the need for detailed planning across all systems. It also mentions different types of equipment like air handling units, pumps, and water heaters, stressing the importance of efficient and compliant systems.
    Lifecycle
    Similar Opportunities
    Z1DA--Repair Parking Garage Tendon 757-24-204 - Construction - VAACC Columbus
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the construction project titled "Repair Parking Garage Tendon" at the Chalmer Wylie Columbus VA Ambulatory Care Center in Columbus, Ohio. The project involves localized concrete repairs for post-tension tendon paths, with a focus on ensuring compliance with contract specifications, including the roles of Project Superintendent, Quality Control Manager, and Site Safety and Health Officer. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and is critical for maintaining the infrastructure of facilities that serve veterans. Interested contractors must submit their bids by December 22, 2025, at 1 PM EST, and can direct inquiries to Contracting Officer Stanley Burdine at stanley.burdine@va.gov or by phone at 614-388-7827.
    Z1DA--Repair Parking Garage Tendon 757-24-204 - Construction - VAACC Columbus
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the repair of the parking garage tendon at the Columbus VA Medical Center under project number 757-24-204. This construction project involves the repair and restressing of damaged beam tendons, requiring adherence to VA Master Specifications, detailed drawings, and a comprehensive project management plan that includes a Critical Path Method (CPM) schedule and strict security protocols to minimize disruption to the Medical Center's operations. The bid opening is scheduled for December 22, 2025, at 1 PM EST, and interested contractors can obtain further details by contacting Contracting Officer Stanley Burdine at stanley.burdine@va.gov or by phone at 614-388-7827.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the expansion of the B330 Staff Parking Lot at the Dayton VA Medical Center, under project number 552-26-502. The project entails constructing an approximately 93,200 square foot gravel parking lot that will accommodate around 320 parking spaces, thereby enhancing the existing staff parking area. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated construction cost ranging from $250,000 to $500,000, and a projected period of performance of 90 calendar days. The solicitation is expected to be posted on SAM.gov around November 14, 2025, with proposals due approximately 30 days thereafter; interested parties should contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov for further inquiries.
    Repair FTD Building Envelope 539-25-509
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a 93,200-square-foot gravel parking lot with 320 spaces at the Dayton VA Medical Center, as part of a project aimed at expanding staff parking. The contractor will be responsible for all labor, materials, and equipment necessary for site preparation, grading, gravel installation, and the placement of parking blocks, adhering to federal, state, local, VA, and OSHA standards. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated contract value between $250,000 and $500,000. Proposals are due by January 22, 2026, at 10:00 AM local time, and interested bidders are encouraged to attend a site visit on December 18, 2025. For further inquiries, contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    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.
    C220--NRM A/E - 528A7-25-178 EVALUATE SYRACUSE VA GARAGE FOR REMAINING LIFE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified Architect-Engineering (A/E) firm to evaluate the remaining life of the Syracuse VA Medical Center's 990-stall parking garage and propose solutions to extend its lifespan until at least 2040. The selected firm will conduct a thorough assessment of the garage's current condition, address issues related to post-tensioned tendon failures, and provide a detailed scope of work and cost estimates for necessary repairs, as well as a concept for a new parking structure on campus. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business Set Aside, with a submission deadline for qualifications set for December 19, 2025. Interested firms must submit an electronic SF 330 and ensure compliance with all outlined requirements, including valid SDVOSB certification and detailed subcontractor information, to Michael Spivack at Michael.Spivack@va.gov.
    Z2DA--Renovate MICU/SICU 539-20-104
    Veterans Affairs, Department Of
    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--Resurface Parking Garage C
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for design-build services to resurface Parking Garage C at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The project aims to restore the structural integrity and surface condition of the garage, addressing issues such as deterioration, drainage improvements, and safety system upgrades. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran entrepreneurs. Interested contractors must submit their technical and price proposals in a two-phase process, with the contract period spanning 730 days, contingent on fund availability. For further inquiries, potential bidders can contact Contracting Officer Ana G. Alvarado at ana.alvarado@va.gov.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.