Q702--Lecanto CBOC Initial Outfitting Transition & Activation (IOTA) Services
ID: 36C77624Q0290Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC HEALTH INFORMATION (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

TECHNICAL MEDICAL SUPPORT (Q702)
Timeline
    Description

    The Department of Veterans Affairs is seeking contractors to provide Initial Outfitting, Transition, and Activation (IOT&A) services for the Lecanto Community-Based Outpatient Clinic (CBOC), with project completion expected by November 2027. The procurement aims to ensure the facility is operational by the first day of clinical services, requiring comprehensive project management, interior design, space planning, and acquisition support, all while adhering to federal regulations and standards. This initiative is crucial for enhancing healthcare access for veterans in the area, reflecting the VA's commitment to improving service environments through strategic partnerships with service-disabled veteran-owned small businesses. Interested contractors should contact John F Conschafsky at john.conschafsky@va.gov for further details, with a projected Beneficial Occupancy Date of April 30, 2027, and a First Patient Day of October 30, 2027.

    Point(s) of Contact
    John F ConschafskyContract Specialist
    john.conschafsky@va.gov
    Files
    Title
    Posted
    This document outlines a Request for Quotation (RFQ) for Initial Outfitting Transition and Activation (IOTA) Services at the Lecanto Community-Based Outpatient Clinic (CBOC), issued by the Department of Veterans Affairs (VA). The RFQ seeks contractors to provide various services, including project management support, interior design, transition services, and acquisition planning, to enhance operational readiness in accordance with specified performance work standards (PWS). The solicitation incorporates references to federal regulations regarding small business participation, setting aside opportunities for certified service-disabled veteran-owned small businesses (SDVOSB). The contract is structured to include a base year and optional tasks, with specified periods of performance. Contractors are required to follow the outlined terms, including payment procedures, invoicing, and compliance with applicable laws and regulations. Furthermore, the document emphasizes the importance of maintaining compliance with the limitations on subcontracting rules, ensuring that the prime contractor retains sufficient control over program management activities. Overall, this RFQ reflects the VA's commitment to improving healthcare service environments through strategic partnerships and underscores the agency's dedication to supporting small businesses, particularly those owned and operated by service-disabled veterans.
    The Department of Veterans Affairs seeks Initial Outfitting, Transition, and Activation (IOT&A) services for the James A. Haley Veteran's Hospital Lecanto Community Based Outpatient Clinic (CBOC), with project completion expected by November 2027. The IOT&A process involves planning and executing logistical requirements to ensure the CBOC is operational by the first day of clinical services. A major lease has been approved to construct a new facility to address the inadequacy of the current clinic, enhancing healthcare access for veterans in the area. The contract is a Firm-Fixed-Price (FFP), 100% set-aside for Service-Disabled Veteran Owned Small Businesses, and outlines a non-personal services approach. It details the scope of work including comprehensive project management, interior design, space planning, acquisition support, and necessary training for staff. Contractors must comply with numerous federal regulations and directives, ensuring adherence to security, privacy, and accessibility standards. A core component of the contract is the development of various project management deliverables including the Activation Integrated Master Schedule, monthly project reports, risk, and change management plans, among others. Overall, this initiative demonstrates the VA's commitment to improving veteran healthcare facilities while emphasizing collaboration and regulatory compliance throughout the activation process.
    The Travel Authorization Request document is designed to facilitate the approval process for government travel. It includes sections for the requestor’s name, organization, and position, along with key travel details such as dates, origin and destination, and the trip's purpose. Each request must also align with specific task-related deliverables and indicate the duration of the trip, excluding travel days. The document specifies anticipated costs associated with the trip, detailing expenses for transportation, lodging, per diem, and any other costs, culminating in a total estimate. It concludes with space for the approving authority's name and signature, indicating whether the travel has been approved and providing a section for additional comments. This document reflects a structured approach to managing government travel, ensuring that all necessary information is communicated for appropriate authorization. In the context of RFPs and grants, it highlights accountability and budget considerations essential for federal and state travel oversight.
    This document outlines a contract staff roster, which includes essential information regarding personnel involved in government projects. It details various attributes associated with each employee, including their name, labor category, whether they are key personnel, and whether they are part of the prime contractor or a subcontractor. Additionally, the roster specifies the tasks or Contract Line Item Numbers (CLINs) assigned to each employee, the required security clearance level, and important dates related to clearance requests and receipt. This systematic documentation supports compliance with federal regulations and ensures that all contracted staff meet with necessary security protocols, thereby facilitating the administration and execution of government contracts. The structure focuses on specific attributes related to employee roles and their clearance status, which are critical for security and operational effectiveness in federal and state/local RFP scenarios.
    The document outlines the structured approach for contractors involved in federal RFPs and grants, emphasizing the need for direct data entry into a SharePoint system. It identifies various aspects related to risk management, including risk severity, issue status, categorization, impact assessment, and probability metrics. Key components such as mitigation strategies, responsibility assignments, issue creation dates, and resolution timelines are highlighted, along with space for comments. The necessity for detailed tracking and reporting in a systematic manner is underscored, ensuring that risks are managed effectively throughout project execution. This framework is crucial for maintaining compliance and promoting transparency in government contracting processes. Overall, the document reflects the governmental focus on thorough risk assessment and proactive management in procurement activities.
    The document outlines essential data management protocols for contractors utilizing a SharePoint tool to enter required information related to government projects. It specifies the structure for documenting various aspects of project changes, including the impacted department, change justification, issue status, priority, impact on schedule, anticipated costs, disposition date, and approval by relevant authority. This organized approach aims to standardize information reporting and ensure clarity in communication across departments involved in federal RFPs and grants. By leveraging SharePoint, the document emphasizes the importance of direct data entry to maintain accurate and accessible records, facilitating project tracking and accountability in government contracting processes. The focus on structured data collection is vital for transparency and efficiency within government operations.
    The document outlines the schedule and key tasks for a government project focused on the establishment and activation of a new facility, referred to as "Project WBS." Spanning from January 1, 2019, to September 10, 2021, the project encompasses critical phases such as standing up an Integrated Project Team (IPT), planning acquisitions, and managing logistics for a successful facility launch. Key tasks include developing risk and schedule management plans, coordinating furniture and artwork acquisitions, and preparing for staff moves and operational impacts. Specific milestones, such as the first patient day and final dedications, mark the project's progress, while ongoing updates to SharePoint and acquisition plans ensure transparency and collaboration among stakeholders. The document reflects stringent timelines and compliance with government protocols, emphasizing a structured approach to project management intended to facilitate smooth transitions and operational efficiency in federal settings. Overall, it captures the complexity and commitment required in public sector project execution, aligning with federal grant and RFP processes.
    The document outlines requirements for data entry related to a governmental Request for Proposals (RFP) or grant process, specifically focused on facilities and acquisition planning. Contractors are instructed to enter required information directly into a SharePoint tool, detailing departmental needs, room specifics, and special requirements for mechanical, electrical, and plumbing (MEP) systems. The file highlights several sections that need to be populated by the contractors, including the number of rooms, quantities for each item, cost estimates for items, projected need dates, vendor lead times, and funding details. A key aspect is the “new or re-use” acquisition code for items, which directly affects budget and resource allocation. Additionally, projections for costs and timelines are necessary to maintain organized procurement and expedite construction processes. Overall, the document serves as a guideline for contractors to structure their proposals and ensure they align with governmental financial and operational frameworks for effective management and execution of projects, ensuring compliance with federal and state regulations.
    The document outlines the data requirements for contractors engaged in asset management within federal, state, and local government sectors. It specifies that contractors must use SharePoint to enter pertinent information directly into the system, ensuring efficient data management. Key data fields include functional area, building details, asset types, item specifications such as quantity, model number, serial number, acquisition and replacement dates, and requirements for disposal or reuse. Additional considerations cover power needs, wall backing requirements, and any necessary re-installation. This systematic approach aims to streamline the management and documentation of government assets, emphasizing the importance of accurately capturing and maintaining comprehensive asset information within the designated platform. The focus on digital data entry reflects a broader trend towards modernization and efficiency in public sector operations.
    The government document outlines the data and information requirements for a project involving the relocation of offices and personnel. It specifies the need for contractors to input details directly into a designated SharePoint system. Key components include the identification of the functional area, planned move dates, room functions, furnishings and equipment being moved, total number of boxes, and specifics about employees involved in the relocation. Additional details such as building and office key information, work order numbers, and IT special requirements (like software needs) are also mandated. The structure emphasizes thorough documentation to facilitate a smooth transition and ensure compliance with project specifications, playing a critical role in managing federal RFP or grant processes.
    The government document outlines the requirements for contractors to submit data related to staffing needs and position descriptions for various clinics and programs via a SharePoint tool. Key elements include the department or service involved, projected implementation dates, current and new full-time employee equivalents (FTEEs), and justifications for new hires. Additionally, it specifies the time allocated for activation tasks, planned announcement and onboarding dates, along with salary details for the full fiscal year and pro-rated amounts. The document emphasizes the importance of SharePoint for accurate data entry, ensuring compliance with approved staffing levels and financial appropriations. Lastly, requests for comments and relevant item types are integral to the submission process, highlighting the structured framework necessary for proposals within the context of federal grants and RFPs, ultimately aiming to streamline the implementation of staffing strategies in government operations.
    The "Customer Reference Guide/Procurement Package" outlines standardized procedures for submitting procurement requests for equipment and supplies within the VA system. Effective from December 15, 2022, it emphasizes compliance with federal regulations, particularly regarding budgeting, IT requirements, trade-in policies, sourcing, and market research. Key steps include identifying users, confirming funding status, ensuring IT compliance, and conducting market research to identify potential vendors. The guide mandates documenting justification for sole source requests and considering small business participation, particularly from verified service-disabled and veteran-owned businesses. It also details the evaluation criteria for vendor selection and the necessity of forming an Integrated Product Team for significant acquisitions. Additionally, it emphasizes pre-procurement assessments for medical devices to ensure technical compliance and security requisites. Overall, this comprehensive guide facilitates transparent, regulated, and efficient procurement processes aligned with government standards.
    The VHA Healthcare Furniture IDIQ Procurement Checklist outlines standardized procedures for procuring healthcare furniture for the Veterans Health Administration (VHA). The checklist serves as an essential tool accompanying procurement requests, ensuring all necessary documentation is electronic and compliant with relevant VA directives and policies. Key elements include the provision of a justified sole source or competitive bidding, market research, independent government cost estimates, and a recommended source list. The document emphasizes collaboration between the requiring activity and contracting offices to detail specifications, drawings, and delivery logistics. Requirements for contractors encompass comprehensive installation, project management, safety regulations, and environmental compliance. Additionally, the contractor must maintain a professional appearance, ensure security during site visits, and adhere to local laws and standards. The document emphasizes the importance of quality control and thorough communication with the VA's representatives throughout the entire procurement process. By streamlining these requirements, the VHA aims to enhance the efficiency and effectiveness of its healthcare furniture procurement, ultimately improving services to veterans.
    The Quality Assurance Surveillance Plan (QASP) for the Department of Veterans Affairs' Initial Outfitting, Transition, and Activation (IOT&A) Contract outlines the systematic monitoring of contractor performance to ensure compliance with the Performance Work Statement (PWS). It details the services required, such as project management, interior design, transition planning, and post-occupancy support. The plan emphasizes a performance-based approach, assessing outcomes rather than processes, thereby allowing the contractor flexibility in execution. Key responsibilities are assigned to government personnel, including the Contracting Officer (CO) and Contracting Officer's Representative (COR), who oversee the contractor's adherence to performance standards. Various surveillance methods, such as 100% inspection and random sampling, are employed to gauge performance against Acceptable Quality Levels (AQL). Additionally, the QASP outlines mechanisms for documenting performance, providing feedback on assessments, and addressing any identified deficiencies. Performance ratings are categorized from exceptional to poor, guiding future evaluations. The plan reinforces the government's commitment to quality service delivery in supporting veteran care while fostering accountability and continuous improvement through structured oversight and feedback mechanisms.
    The document outlines a Position/Task Risk Designation Levels Matrix for various project management and related services, primarily centered around sensitive position classifications in federal projects. Each task, such as Comprehensive Project Management, Interior Design, and Acquisition Planning Services, is rated as LOW in sensitivity, indicating a lower risk designation. The matrix further details labor categories associated with these tasks, identifying specific roles, including Project Manager, Quality Assurance Manager, and Project Director, all marked as LOW (NACI) sensitivity levels. This classification serves as a guideline for hiring practices in relation to federal RFPs, ensuring that personnel engaged in these services meet appropriate background check requirements. Overall, this document is crucial for managing contractor engagement and compliance within federal acquisition processes while emphasizing the importance of sensitive position evaluations.
    The document outlines the procedures and requirements for the Department of Veterans Affairs' VHA 106A WMC HROO Personnel Security Contractor Team regarding contractor security services. It emphasizes the process of initiating security verification for contractors, which includes fingerprinting, background checks, and PIV badge adjudication to meet OPM and federal regulations. Communication channels between relevant personnel—such as the contracting officer and contractor points of contact—are established to ensure a streamlined process, respecting personal identifiable information (PII) concerns. Key steps include the submission of a complete Contractor Request Form, verification of existing investigations, and adherence to guidelines for new investigations based on the risk level framework (SAC/Tier 1/Tier 2/Tier 4). The process is critical for maintaining security compliance in federal contracting and minimizes delays through structured procedures and clear documentation. This procedural framework underlines the VA's commitment to ensuring that contractors meet essential security requirements throughout contract execution, thereby sustaining operational integrity and safety within its facilities.
    The VA Handbook 6500.6, Appendix A, provides a comprehensive checklist for ensuring information security during the initiation phase of IT service acquisitions within the Department of Veterans Affairs (VA). It mandates that any contract involving sensitive VA information must undergo a thorough review to establish necessary security and privacy controls. The document outlines a step-by-step process for collaboration among key members of the acquisition team, including the Contracting Officer Representative, Information Security Officer, and Privacy Officer. Each checklist question assesses the presence of sensitive information, the nature of the acquisition (goods or services), the involvement of contractor personnel, and the usage of contractor-owned IT systems. If security-related requirements are identified, they must be correctly incorporated into contracts, along with risk management practices such as annual assessments and compliance with federal information security regulations (FISMA). The checklist reinforces a structured approach to safeguarding VA sensitive information throughout the procurement lifecycle, reflecting the importance of security in federal acquisitions.
    The document outlines wage determination requirements for contracts governed by the Service Contract Act, highlighting minimum pay standards under Executive Orders 14026 and 13658. It details varying minimum wage rates based on contract timelines, stipulating that contracts initiated after January 30, 2022, must pay at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must meet a minimum of $12.90 per hour if not renewed after the 2022 date. The list provides specific wage rates for numerous occupations in Citrus County, Florida, along with mandated fringe benefits. Additional stipulations include provisions for paid sick leave under Executive Order 13706, vacation time, and holiday pay. The document emphasizes compliance with occupational classifications, highlighting the conformance process for unlisted job roles. It serves as a vital guide for contractors to ensure adherence to federal wage laws, enhancing worker protections and promoting fair labor practices within government contracts. The summary captures the essence of the original document while maintaining clarity on key points concerning wage rates and employee benefits.
    The document outlines the inventory requirements for various outpatient facilities affiliated with the Department's health services. It details the types and quantities of equipment and furniture needed for specific functional areas, including audiology, canteen, office spaces, and mental health services. Key items include exam chairs, computers, shelving units, various medical and office equipment, and kitchen appliances, which reflect the essential functions of each area. The structure of the document categorizes items by department and room type, emphasizing outpatient audiology and clinic areas, along with logistical support areas. This extensive inventory illustrates the government's commitment to ensuring that facilities are equipped with necessary tools to enhance healthcare delivery and operational efficiency. The content aligns with government RFPs, highlighting the necessity for streamlined procurement to meet healthcare service needs while adhering to federal and state regulations. The comprehensive nature of the document underlines the significance of providing a well-equipped healthcare environment for both staff and patients, signifying a structured approach to facility management in the healthcare sector.
    The document outlines labor rates, total hours, and pricing for various labor categories related to project management and design services for a federal contract. It specifies roles such as Program Manager, Senior Designer, and Senior Transition Planner, indicating whether personnel are Prime or Subcontractors. Labor rates are provided for four years, with incremental pricing for subsequent years. The base total price for project management services and related tasks is documented, alongside optional tasks that include packaging development, warehouse management, and staff training. Key personnel must have appropriate industry-standard titles, and all labor rates for each category across base and option periods need to be reported. Travel costs are to be added to final contracts separately. The contractor bears responsibility for the accuracy of total costs. Overall, the document serves as a guideline for contractors to submit competitive pricing in alignment with government RFP protocols, ensuring comprehensive labor categorization and cost disclosure for federal projects.
    The Lecanto OPC project encompasses comprehensive phases of procurement, leasing, and construction aimed at establishing a facility compliant with federal regulations. The timeline stretches from project initiation on July 7, 2021, through various stages, including pre-award leasing requirements, procurement packages, and evaluations, with projected completion by June 11, 2027. Key activities include preparing statement of work packages, engaging environmental assessments, and conducting vendor evaluations, ultimately leading to lease award processes and construction phases. Thoroughly critiqued and coordinated efforts in tasks such as market surveys, environmental studies, and stakeholder consultations ensure compliance with regulations, particularly under NEPA and NHPA guidelines. The document highlights a strategic approach to project management where each stage is meticulously documented and tracked to adhere to federal grant standards and local RFPs, ensuring transparency and accountability in government contracting processes while aiming for the successful establishment of the Lecanto OPC facility.
    The document lists various medical and office equipment currently in use at the James A. Haley Veterans' Hospital in Tampa, FL. It details the equipment by entry number, manufacturer, and specific type, including examination tables, vital signs machines, computers, and teleconferencing systems. The majority of entries are associated with the utilization status "IN USE," indicating that the items are actively serving various medical functions. The file reflects an extensive inventory required for patient care and administrative operations, demonstrating the hospital's commitment to health technology advancement and support for healthcare services. This comprehensive inventory aids in managing federal resources, potentially aligning with future federal grants or requests for proposals (RFPs) focused on healthcare equipment procurement and upgrades. Such documentation plays a critical role in justifying funding requests and ensuring compliance with regulations governing medical device utilization.
    The Lecanto CBOC Initial Outfitting Activation and Transitioning Contract addresses essential aspects of facility outfitting and operational readiness within the VA system. Key points include the requirement for temperature-controlled warehouses, detailed drawings, and construction schedules. The VA will oversee a variety of items, from medical equipment to artwork, and provide necessary approvals for outfitting packages. No reused analyzers are included, confirming that specific equipment needs, such as water supply, are limited. The contractor will not handle Biomedical Engineering Technician (BMET) services, as these will fall under VA responsibilities. Additionally, the project has set deadlines, with a projected Beneficial Occupancy Date (B.O.D.) of April 30, 2027, and a First Patient Day of October 30, 2027. Coordination and communication between various stakeholders is emphasized to ensure a smooth activation process. The document serves as a guide for contractors, outlining expectations for compliance and support during the outfitting process, reflecting the VA's dedication to operational efficiency and effective resource management in facility activation.
    Similar Opportunities
    Y1DZ--VHA Minor Construction - Project 650-318 - New Otis CBOC for Providence VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the construction of a Replacement Outpatient Clinic at the US Coast Guard Air Station in Cape Cod, Massachusetts, under solicitation number 36C77624R0087. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance healthcare services for veterans by providing a modern facility equipped with essential medical and support services. The estimated project budget ranges from $10 million to $20 million, with a current funding cap of $16.5 million, and proposals must be submitted electronically by October 3, 2024. Interested contractors should contact Contracting Officer William D. Henkel at william.henkel@va.gov for further details and to ensure compliance with all submission requirements.
    C1DZ--Create Ambulatory Surgery Center Minor Design - Boise 531-327
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the design of a new Ambulatory Surgery Center at the Boise VA Medical Center in Idaho. The project entails a comprehensive architectural and engineering design to expand approximately 12,800 square feet to Building 88, ensuring compliance with VA standards and current building codes, particularly seismic regulations. This initiative is crucial for enhancing healthcare facilities for veterans, with an estimated construction budget ranging from $20 million to $50 million and an anticipated contract award date in February 2025. Interested firms must submit their qualifications via Standard Form (SF) 330 by September 23, 2024, and can direct inquiries to Contract Specialist Kara Evert at kara.evert@va.gov or (216) 447-8300.
    X1DZ--Berk Community Base Outpatient Clinic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for leasing office space to establish a Community-Based Outpatient Clinic (CBOC) in Berks County, Pennsylvania, with occupancy required by March 17, 2025. The procurement aims to secure a facility that meets specific requirements, including a minimum of 29,939 net usable square feet, compliance with accessibility and safety standards, and the capacity for future expansion, all while ensuring high-quality construction and environmental sustainability. This initiative is crucial for enhancing healthcare access for veterans in the region, reflecting the VA's commitment to providing adequate medical facilities. Interested parties must submit their proposals by October 10, 2024, with inquiries directed to Lease Contracting Officer Doretha Jordan at Doretha.Jordan@va.gov or (412) 822-3792.
    Q702--El Paso Health Care Center Design Support
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking design support services for the El Paso Health Care Center, aimed at ensuring the facility is fully operational prior to the commencement of clinical services expected between late 2028 and mid-2029. The procurement includes project management, interior design, and planning for furniture, fixtures, and equipment (FF&E), with a total award amount cap of $20 million and a contract period from December 1, 2024, to November 30, 2025. This initiative is crucial for enhancing healthcare services for veterans and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran enterprises. Interested contractors should contact Michele M Laser at michele.laser@va.gov for further details and to ensure compliance with federal regulations throughout the bidding process.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the construction and renovation of the Community Living Center, Building 60, under solicitation number 36C77624B0019. This project aims to enhance facilities for veterans, reflecting the VA's commitment to improving community living environments for those they serve. The procurement falls under the NAICS code 236220, which pertains to commercial and institutional building construction, and is classified under product service code Y1DA. Interested contractors should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov or 216-447-8300 for further details, with bids due by August 7, 2024, and responses archived 90 days post-deadline.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    Q201--664 - 36C262-24-AP-4043 VASDHS New Escondido CBOC Procurement _ Base plus 9 Option Years VASDHS Primary Care Escondido CBOC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to procure primary care services for a Community-Based Outpatient Clinic (CBOC) dedicated to veterans in Escondido, California, under the VA San Diego Healthcare System. The contractor will be responsible for delivering a comprehensive range of primary care services, including prevention, diagnosis, treatment, and referrals, while adhering to Veterans Health Administration performance and quality standards. This initiative underscores the government's commitment to providing accessible healthcare services to veterans, with the contract expected to be issued as an Indefinite Delivery-Indefinite Quantity contract around October 1, 2024. Interested contractors must be registered in the System for Award Management (SAM) and, if applicable, in the Small Business Administration’s VetCert database, with inquiries directed to Tashodra Rogers at tashodra.rogers@va.gov or (562) 826-5401.
    X1DB--Bowling Green Community-Base Outpatient Clinic (CBOC) 49,235 ANSI/BOMA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a lease of a Community-Based Outpatient Clinic (CBOC) in Bowling Green, Kentucky, under solicitation number 36C10F24R0039. The procurement aims to secure a fully serviced lease for approximately 49,235 ANSI/BOMA square feet, including a requirement for 300 on-site parking spaces, all to support healthcare services for veterans. This initiative is crucial for enhancing access to outpatient care, reflecting the government's commitment to improving healthcare facilities for veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by October 4, 2024, with inquiries directed to Realty Specialist Earnest Jackson at Earnest.Jackson@va.gov.
    Y1DZ--FY25: NRM (PROJ: 548-CSI-144) DB Replace Fisher House - Site Prep
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for a Design-Build project titled "Replace Fisher House – Site Prep" at the West Palm Beach VA Medical Clinic. The project involves site preparation for approximately 0.5 acres, which includes obtaining necessary permits, conducting a topographic survey, and designing utility connections such as power, water, and IT systems. This initiative is crucial for enhancing facilities that support military families, with an estimated construction cost between $1 million and $5 million. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by September 20, 2024, and inquiries directed to Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or (813) 940-2788.
    C1DA--675-107 Create Emergency Management Space Minor Design - Lake Baldwin
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the creation of an Emergency Management Space at the Lake Baldwin VA Clinic in Orlando, Florida. The project involves developing complete construction documents, including working drawings and specifications, for a 25,000 square foot facility dedicated to managing emergency equipment, with a focus on compliance with federal standards and minimal disruption to existing operations. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an anticipated contract award by late January 2025 and a project budget estimated between $10 million and $20 million. Interested firms must submit their qualifications via the SF 330 form by 2:00 PM ET on October 8, 2024, and can direct inquiries to Contract Specialist Devin Russell at Devin.Russell@va.gov.