36C26126R0007 Replace B530 Gymnasium Floor Solicitation
ID: 36C26126R0007Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for the replacement of the gymnasium floor in Building 530 at the VA Palo Alto Health Care System. This project requires comprehensive construction services, including the removal of existing damaged flooring, addressing potential mold issues, repairing a water bottle refill station, and installing a new maple wood gymnasium flooring system. The new flooring will provide a safe and durable surface suitable for athletic and community use, emphasizing the importance of maintaining high standards in facility management for veteran services. Interested contractors must submit their proposals by December 22, 2025, following a mandatory site visit on November 26, 2025, with an estimated project cost between $500,000 and $1,000,000. For inquiries, contact Contract Specialist Christopher Aguon at christopher.aguon@va.gov or (808) 433-0600.

    Point(s) of Contact
    Christopher AguonContract Specialist
    (808) 433-0600
    christopher.aguon@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs in Palo Alto, California, is undertaking a comprehensive construction project for its Centers for Ambulatory Care, Polytrauma, and Blind Rehabilitation. This project, VA Project Number 640-424, involves extensive architectural and engineering work, with SmithGroup serving as the primary architect. The project includes detailed plans for civil, landscape, structural, mechanical, plumbing, electrical, elevator, geotechnical, communication, security, audiovisual, signage, fire protection, code, and cost estimation. Key components encompass site plans, demolition, framing, foundation, floor plans, reflected ceiling plans, exterior elevations, interior elevations, schedules for doors, partitions, and casework, and detailed equipment and system layouts. The project also outlines construction sequencing, quality control measures, and a sample CPM network for managing various construction phases, including site work, building shell, and system installations, ensuring compliance with VA standards and local regulations.
    The document contains detailed electrical schematics, symbols, and specifications related to the power and lighting systems for a construction project, including various panels, circuits, devices, and equipment. It also outlines required installations, connections, and standards compliance, emphasizing the need for coordination between electrical and structural elements during the construction process. Key elements include abbreviations used, specific details on electrical installations, and compliance with national electrical codes, encapsulating comprehensive directives for electrical contractors.
    This government file details the Fire Alarm System programming, device schedules, and operational matrix for Building 530, encompassing Aquatic Therapy and Recreational Services. The project establishes a new main fire alarm control panel in Recreational Services, integrating both buildings into a unified system with two distinct fire alarm zones. It outlines specific programming requirements for various devices, including smoke detectors, manual pull stations, and monitoring modules, to trigger alarms, supervisory signals, and control actions such as elevator recall, smoke barrier door closure, and HVAC shutdown. The document also specifies wiring requirements, installation guidelines, and coordination with other trades, emphasizing adherence to NFPA 72 and IBC standards. A new remote annunciator panel will monitor both structures. The overall purpose is to provide a comprehensive and compliant fire alarm system for the facility.
    The provided government file, comprising architectural drawings A01 through A05, details the
    The provided file is empty and contains no information. Therefore, a summary cannot be generated. The document appears to be a blank or unpopulated government file, possibly part of an RFP, federal grant, or state/local RFP, but without content, its specific purpose or topic cannot be identified or analyzed.
    This document specifies the Elkay Model EZWS-EDFP217K, a wall-mount, barrier-free drinking fountain with an EZH2O® Bottle Filling Station, likely intended for federal, state, or local government RFPs. It provides non-chilled water unless connected to a remote chiller and is constructed from stainless steel with an ABS plastic alcove. Key features include sensor-activation with a 20-second shut-off, a Green Ticker™ to display saved plastic bottles, and a 1.5 gpm laminar flow bottle filler (1.1 gpm with a chiller). The unit incorporates integrated silver ion anti-microbial protection, meets ADA guidelines, and is certified lead-free to NSF/ANSI 61 and 372, UL399, and CAN/CSA 22.2 No. 120. The fountain features two-level basins, one for wheelchair accessibility, and vandal-resistant push buttons. Installation requires a wall opening of 37 ½” W x 31 ¾” H and a dedicated electrical outlet. A 12-month warranty covers electrical and water systems from installation.
    The document outlines the construction requirements for the Veterans Affairs Medical Center project in Palo Alto, emphasizing the contractor's responsibilities regarding existing utilities, coordination with engineers, site safety, and compliance with local regulations. The contractor must ensure proper construction methods are employed, maintain a clean work area, and follow specific guidelines related to erosion control, utility relocation, and maintaining accessibility during construction. Additionally, the document provides various technical specifications, including details on stormwater management, utility layout, and environmental considerations throughout the project.
    The Department of Veterans Affairs (VA) Network Contracting Office 21 (NCO 21) is soliciting proposals from pre-selected contractors holding a VISN 21 Multiple-Award Construction Contract (MACC) Group 2 for the replacement of gymnasium flooring at the VA Palo Alto Health Care System. The project, titled "Replace Building 530 Gymnasium Floor," involves comprehensive construction services to remove existing damaged flooring, address potential mold, repair a water bottle refill station, and install a new maple wood gymnasium flooring system. The estimated cost is between $500,000 and $1,000,000, with a 60-calendar day performance period. A mandatory site visit is scheduled for November 26, 2025, and proposals are due by December 22, 2025. This firm-fixed-price contract requires performance and payment bonds, adherence to strict safety and environmental regulations, and specific qualifications for contractors and their employees.
    The Department of Veterans Affairs (VA) Network Contracting Office 21 has issued a presolicitation notice (Solicitation Number: 36C26126R0007) for the replacement of the B530 Gymnasium Floor at the VA Palo Alto Healthcare System in Palo Alto, CA. This project, identified as "Replace B530 Gymnasium Floor 640-26-112 | 640-26-2-5281-0004 | 36C261-27-AP-0047," falls under NAICS code 236220 (Commercial and Institutional Building Construction) and Product Service Code Y1JZ (Construction of Structures and Facilities). The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Responses are due by December 22, 2025, at 3:00 PM Pacific Time. Christopher Aguon is the point of contact for this presolicitation.
    This document outlines the structural design criteria and construction guidelines for the Centers for Ambulatory Care, Polytrauma, and Blind Rehabilitation facility at 3801 Miranda Ave., Palo Alto, CA. It details specifications for materials like concrete, reinforcing steel, and structural steel, including their properties, placement, and testing. The file also covers critical design elements such as seismic and wind loads, foundation and site work, and provisions for a future single-story expansion. Key aspects like blast load resistance for exterior walls are included. The document emphasizes adherence to the 2009 International Building Code and VA H18-8 amendments, with extensive notes on structural tests, inspections, and observations to ensure compliance and safety.
    This government file, part of federal RFPs for the Centers for Ambulatory Care, Polytrauma, and Blind Rehabilitation in Palo Alto, CA, details architectural abbreviations, general notes, and dimensioning conventions. It includes life safety diagrams for Levels B, 1, and 2, outlining exit loads, travel distances, and fire barriers. The document provides a comprehensive list of abbreviations for various architectural, mechanical, electrical, and plumbing terms, along with symbols for materials, fixtures, and drawing references. General notes emphasize the precedence of drawings for spatial information and specifications for material quality, highlighting the contractor's responsibility to coordinate all trades and resolve conflicts. Detailed dimensioning conventions explain how measurements are taken (e.g., to centerlines, face of walls, or finished openings) and provide rules for locating door openings. The life safety diagrams illustrate occupancy loads, exit routes, and the placement of fire extinguisher cabinets, ensuring compliance with safety standards for this fully sprinklered facility. Demolition notes emphasize verifying existing conditions, safe material disposal, and maintaining egress during construction.
    This Department of Veterans Affairs (VA) VHA Master Specifications document outlines general requirements for construction projects, focusing on safety, security, site management, alterations, and utility services. It mandates a Critical Path Method (CPM) project schedule, requiring contractors to submit detailed plans for work activities, costs, and timelines, with specific requirements for consultant qualifications and computer-produced reports. Key aspects include comprehensive safety protocols, strict security measures for personnel and sensitive information, and careful management of operations and storage areas to minimize disruption to Medical Center functions. The document also details procedures for alterations, disposal of materials, protection of existing infrastructure and vegetation, restoration of disturbed areas, and adherence to specific standards for tests, instructions, and warranty management. Contractors are responsible for layout of work, as-built drawings, and coordinating with other trades, ensuring compliance with VA directives and federal regulations.
    This government file comprises equipment plans for various levels (B, 1, and 2) of the Centers for Ambulatory Care, Polytrauma, and Blind Rehabilitation at 3801 Miranda Ave., Palo Alto, CA. The plans detail the layout of rooms such as Recreation Rooms, Elevator Lobbies, Interview rooms, Offices, Kitchens, and Exercise areas. Key information includes equipment responsibility legends (VA Provided Contractor Installed (VC), VA Provided VA Installed (VV), Contractor Provided Contractor Installed (CC)), rated construction legends (smoke barrier, 1 HR rated partition), and graphic scales. The document also provides sheet notes with crucial instructions regarding equipment reports, furniture (NIC, U.O.N.), ceiling and wall-mounted equipment coordination, lateral bracing requirements, ventilation, and special electrical/data services. The plans also indicate locations for restrooms, MEP equipment, and gait tracks, emphasizing the need for coordination with various reports and drawings for successful implementation.
    The document provides comprehensive mechanical drawings and specifications for the Centers for Ambulatory Care, Polytrauma, and Blind Rehabilitation project. It includes legends for HVAC systems, piping, and symbols, alongside detailed general notes for mechanical installations. The plans illustrate HVAC Air Handling Unit (AHU) zoning, exhaust fan zoning, and terminal unit (TU) zoning across the basement, ground, first, and second levels. Key aspects cover concealment of piping and ducts, counter-flow connections for water and air coils, seismic restraint, coordination with architectural and structural elements, and specific installation requirements for various HVAC components. The document also includes an enlarged mechanical overall site plan, trench details, and keynotes for specific installations, emphasizing adherence to codes, field verification, and coordination among contractors.
    This government file outlines plumbing pipe symbols, legends, abbreviations, and general notes for construction documents at the Centers for Ambulatory Care, Polytrauma, and Blind Rehabilitation in Palo Alto, CA. It provides detailed plumbing plans for the basement, level 1, and level 2, specifying the routing, sizing, and connections of cold domestic water (CW), hot domestic water (HW), hot domestic water return (HWR), and irrigation water (IW) piping. Key notes emphasize coordination with other trades, adherence to codes, installation of specific valves (e.g., circuit setter, ball, check, gate, balancing, trap primer, shut-off), backflow prevention, fire stopping, condensate drain connections, and water hammer arrestors. The document also includes graphic scales, project information, and consultant details, highlighting the importance of field verification, approved shop drawings, and seismic restraint for all mechanical elements. Specific instructions for irrigation piping, including labeling as 'non-potable' and stub-up details for roof connections, are also provided.
    The Request for Information (RFI) Form, identified as SOLICITATION: 36C26126R0007, is a formal document for submitting inquiries regarding a government solicitation. This form is to be used for all pre-proposal inquiries and must be submitted via email to christopher.aguon@va.gov and charee.harris@va.gov. Telephone requests will not be accepted. RFI responses will be issued as amendments and distributed via email to the MACC email group or posted on sam.gov. Inquiries can pertain to the solicitation, evaluation factors, statement of work, or technical data. The form requires the submitter's company name, offeror, date, phone number, and a numerical sequence for each set of questions. This structured approach ensures all inquiries are formally documented and addressed, maintaining transparency and consistency in the federal procurement process.
    This document, Solicitation 36C26126R0007 (Project 640-26-112), is an Request for Proposal (RFP) for the "Replace Gymnasium Flooring in Building 530" project. It serves as a price analysis tool, requiring prospective contractors to provide a complete divisional cost breakdown for the entire project. The document lists various construction divisions, from "SPECIAL SECTIONS" to "TRANSPORTATION," along with sections for "OTHER," "BONDS AND INSURANCE," "OVERHEAD," and "PROFIT," culminating in a total project cost. This RFP is designed to solicit detailed financial proposals for the specified gymnasium flooring replacement, emphasizing a clear and comprehensive cost structure.
    Similar Opportunities
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Buyer not available
    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.
    463-21-101 CON Repair Bldg 100 Moisture Envelope
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking qualified contractors for a construction project aimed at repairing the moisture barrier of Building 100 at the Anchorage VA Medical Center in Alaska. The project, designated as 463-21-101, involves addressing moisture intrusion and repairing surface damage, with the contractor responsible for all materials, labor, and adherence to strict safety and infection control protocols. This initiative is crucial for maintaining the integrity of the facility and ensuring the continued delivery of healthcare services. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their responses, including a capabilities statement and past performance details, by December 12, 2025, with an estimated project value between $5 million and $10 million. For further inquiries, contact Susan Howe at Susan.Howe2@va.gov or call 360-816-2754.
    Z1DA-- Renovate OR for Hybrid Installation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating room (OR) facilities at the VA Northern California Healthcare System in Mather, California. This project involves a comprehensive renovation and expansion of approximately 12,500 square feet, including the upgrade of four existing ORs and the addition of a fifth Hybrid OR, with construction to be phased and temporary OR trailers utilized during the process. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10 million and $20 million, and proposals are due by January 15, 2026. Interested contractors must attend a mandatory site visit on December 11, 2025, and can direct inquiries to Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    436-26-102 | Room 210 Epoxy Cover Wall and Floor
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 19, is seeking qualified contractors for interior renovation services at the Fort Harrison Campus of the Montana VA Health Care System, focusing on Room 210. The project involves the application of epoxy covers for walls and floors, ceiling repairs, and the replacement of damaged wall tiles, with an estimated construction value between $25,000 and $100,000. This renovation is crucial for maintaining a safe and functional healthcare environment, adhering to strict infection control and safety standards throughout the process. Interested contractors must submit their proposals by December 9, 2025, at 3:30 PM MST, and should direct inquiries to Blake Rowland at blake.rowland@va.gov.
    Y1DA--528A6-25-614 Replace Sidewalks Station Wide
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Sidewalks Station Wide" project at the Bath VA Medical Center in Bath, NY, under Project Number 528A6-25-614. This procurement involves the demolition of existing sidewalks and the installation of approximately 22,000 square feet of new concrete sidewalks, including ADA-compliant tactile warning surfaces, along with the installation of new metal handrails and restoration of disturbed lawn areas. The project is critical for ensuring safe access for veterans and visitors, with a total estimated cost between $250,000 and $500,000, and a completion timeline not exceeding 120 days from the Notice to Proceed. Interested contractors must submit their bids by December 10, 2025, at 12:30 PM EST, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further inquiries.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Buyer not available
    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.