Z2DA--CON Project #667-25-188 Abate Floor Mastic, Bldg 1 & Bldg 33
ID: 36C25625R0079Type: Presolicitation
AwardedJul 24, 2025
$469.4K$469,394
AwardeeGOODWIN FACILITIES SOLUTIONS, LLC SPRINGDALE 72764
Award #:36C25625C0041
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Flooring Contractors (238330)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the abatement of floor mastic in Buildings 1 and 33 at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The project, identified as Project #667-25-188, requires contractors to provide all necessary labor, materials, and supervision to safely remove asbestos-containing materials while adhering to strict safety and regulatory standards. This initiative is crucial for maintaining a safe healthcare environment and minimizing disruption to patient care, with an estimated construction cost ranging from $250,000 to $500,000. Interested contractors must submit their proposals electronically by May 19, 2025, and are encouraged to review the Request for Proposals and associated documents thoroughly before the scheduled site visit on April 25, 2025. For further inquiries, contact Keith Mainous at keith.mainous@va.gov or Jennings Herbst at Jennings.Herbst@va.gov.

    Point(s) of Contact
    Keith MainousContracts Specialist
    (601) 618-0761
    keith.mainous@va.gov
    Files
    Title
    Posted
    The document outlines a request for proposals (RFP) for a construction project by the Department of Veterans Affairs (VA) aimed at abating floor mastic in Buildings 1 and 33 at the Overton Brooks VA Medical Center in Shreveport, LA. This procurement is specifically set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and emphasizes the necessity of certification through the SBA Veteran Small Business Certification site. Proposals must be submitted electronically by May 19, 2025, with an organized site visit scheduled for April 25, 2025. An emphasis is placed on contractor qualifications, including past performance history, safety records, and project management experience, with a financial range for the project's magnitude set between $250,000 and $500,000. The evaluation of proposals will consider schedule management, quality control measures, and the qualifications of the project staff. Submission requirements include extensive documentation on safety records and a detailed project schedule. Overall, the RFP exemplifies the VA's commitment to engaging veteran-owned businesses while ensuring compliance with established safety and efficiency standards.
    This document is a modification to a federal solicitation (36C25625R0079) issued by the Alexandria VA Health Care System's Network Contracting Office. The main purpose of this amendment is to provide the sign-in sheet from a site visit for bidders and offerors. The amendment reflects administrative changes in accordance with federal regulations (FAR 43.103(b)), ensuring that all original terms and conditions remain in effect except for the modifications specified. The document outlines the requirements for acknowledgment of the amendment by bidders, specifying acceptable methods for submission and the importance of adhering to submission deadlines. The adjusted content primarily deals with procedural amendments rather than changes to the substantive elements of the solicitation. Overall, this modification aims to clarify expectations and facilitate compliance amongst participants regarding the bidding process for federal contracts under the Department of Veterans Affairs.
    The document is an amendment to a solicitation (36C25625R0079) by the Department of Veterans Affairs, specifically concerning the Alexandria VA Health Care System, issued on April 18, 2025. The primary purpose of this amendment is to provide an updated Request for Information (RFI) Register associated with the solicitation. The amendment outlines the required actions for bidders to acknowledge the amendment and explains how to submit offers or changes to existing offers before the specified deadline. Additionally, it includes a reference to a specific attachment, the RFI Register, which details inquiries related to the solicitation. All other sections of the solicitation remain unchanged, ensuring that the terms and conditions continue to apply without modification. This document underscores the importance of communication and compliance in the government procurement process, particularly within veteran services.
    The document is an amendment to a Request for Proposals (RFP) issued by the Department of Veterans Affairs, specifically the Alexandria VA Health Care System. The primary purpose of this amendment is to extend the deadline for the submission of proposals from the original date to May 28, 2025, at 2:00 PM CDT. This change allows potential bidders more time to prepare and submit their offers. All other terms and conditions of the initial solicitation remain unchanged. The amendment includes essential details such as the contracting office's information, the solicitation number, and the authority under which the amendment is made. The document is structured with clear identification codes and sections related to amendments and notices to contractors. The tone is formal and adheres to government protocol, ensuring clarity in communication regarding the proposal process. The amendment serves to maintain transparency and facilitate participant engagement in the federal contracting process.
    The Overton Brooks VA Medical Center outlines Class II Infection Prevention and Control Precautions for the upcoming Building 33 Floor Abatement project, scheduled for February 27, 2025. The document emphasizes the importance of minimizing disruption to patient care and maintaining a clean work environment. Noninvasive activities must be conducted in non-patient occupied areas, with strict measures to limit dust creation. Key measures include containing work areas with partitions, effective waste management, and the use of sticky mats to control dust. Cleaning protocols involve thorough maintenance of work surfaces and HVAC systems, ensuring proper airflow and air quality. Additionally, negative air requirements are specified to ensure effective contamination control during and after work activities. These precautions highlight the commitment to safety and infection control within the medical center's construction efforts.
    The document outlines the Class V Infection Prevention and Control Precautions for construction activities at the Overton Brooks VA Medical Center, specifically during the Abate Floor Mastic project on 4 East scheduled for February 27, 2025. It mandates strict infection control measures before, during, and after work, including the construction of compliant barriers, maintenance of negative pressure airflow, and the use of HEPA filtration systems to prevent contamination. Workers are required to wear coveralls and shoe covers, ensuring cleanliness before exiting work areas. Detailed protocols for waste management, dust containment, and air monitoring are specified, along with guidelines for clean-up and inspections to ensure safety. Compliance with these stringent regulations is critical to protect patients and staff from infection during construction. The emphasis on maintaining environmental integrity and monitoring particulate levels reflects a comprehensive approach to infection control in healthcare settings, aligning with government standards for patient safety during renovation activities.
    The document outlines a Performance Relevancy Survey required for contractors responding to a federal government solicitation (Project No. 667-25-188) related to the abatement of floor mastic in two buildings. Offerors must provide detailed information about up to five relevant past projects completed within the last five years, including project descriptions, contract values, compliance with deadlines, and relevancy assessments. The relevancy is categorized as “Very Relevant,” “Relevant,” or “Semi-Relevant,” depending on the scope and complexity related to the current solicitation. Additionally, the document requests supplementary information about past performance, including instances of liquidated damages, challenges faced in projects, and any awards or unique skills. Offerors are also encouraged to provide insights into the specific elements the firm performed and the role of major subcontractors. This information is crucial for the evaluation of the proposals in accordance with federal contract regulations. The overarching aim is to ensure that prospective contractors demonstrate their capability and experience relevant to the project’s requirements, thereby facilitating an informed selection process.
    The document outlines the requirements for contractors responding to Project No. 667-25-188, focused on abating floor mastic in Buildings 1 and 33. It includes a Past and Present Performance Questionnaire designed for contractors to provide performance information regarding their previous contracts, particularly with the Department of Veterans Affairs. Contractors must supply details of their company, ability to meet contract specifications, and references to assess their prior performance, including successes and failures. Key sections of the questionnaire require detailed narratives about the contractor's ability to resolve issues, manage quality, and handle discrepancies. Performance is graded on a scale ranging from unsatisfactory to exceptional, with a requirement for specific examples of performance assessment and problem resolution. Also highlighted are communication expectations with government personnel during the contract period. Overall, the document emphasizes the importance of demonstrating past performance, reliability, and adherence to contractual obligations, which are critical criteria in the selection process. This aligns with federal government practices for assessing contractor qualifications in the context of RFPs and grants.
    The document outlines a consent form required for subcontractors or teaming partners participating in the federal project No. 667-25-188, related to the abatement of floor mastic in specified buildings. It requests the subcontractors' approval to disclose their past performance information to the prime contractor during the source selection process, emphasizing the importance of this information for evaluating proposals. The form requires details about the subcontracting entity, including contact information, roles, and references of past performance. It reflects the government's increased focus on past performance in ensuring the quality and value of contracted work. This process ensures transparency and allows for an informed assessment of subcontractor capabilities in government projects.
    The document outlines the contractor evaluation process for a construction project involving the abatement of floor mastic in specific buildings, referencing Project No. 667-25-188 and RFP 36C25625R0079. It requests prospective contractors to provide essential safety and health information as part of their submission. Required details include the number of man-hours worked, OSHA incident statistics (such as days away from work), the Days Away, Restricted, or Transferred (DART) rate, and a record of serious OSHA violations over the past three years, along with relevant documentation. Contractors must also disclose their Safety and Health Program administrator and current Insurance Experience Modification Rate (EMR), including further explanation if the EMR exceeds 1.0. The form emphasizes compliance with safety standards and the necessity of thorough documentation to assess the contractors' safety track records. This evaluation is crucial in ensuring that contractors adhere to safety regulations and promote a safe working environment in line with government request for proposals (RFPs) and federal grants.
    The document presents a Surety Form required as part of the technical proposal package for the project "Abate Floor Mastic" for Buildings 1 and 33 (Project No. 667-25-188). It primarily collects information from the surety regarding the contractor seeking bonding. Key information requested includes the contractor's name and contact details, bonding history, financial capabilities such as bonding limits for projects, possible past project completion by the surety, and any issues related to liability insurance or complaints from subcontractors/suppliers. The submission deadline for this form is indicated as necessary to ensure compliance within the federal procurement process. This requirement aids in assessing the financial reliability and project execution capability of the contractor, aligning with standards for federal RFPs and grants, thereby supporting sound decision-making in government contracting. The form serves to mitigate risk and promote accountability among contractors involved in government-funded projects.
    The document pertains to a Request for Information (RFI) form related to Project No. 667-25-188, which concerns the abatement of floor mastic in Buildings 1 and 33. Interested parties must submit all pre-proposal inquiries using a standardized form via email to the designated VA representative. The RFI form includes fields for the company name, individual submitting the question, contact information, and a date line, along with sections to outline multiple inquiries in a numbered series. This structured format is designed to streamline communication and ensure all questions are formally recorded and addressed, facilitating clarity in the proposal process. The RFI is a critical step in the procurement process, allowing potential contractors to seek clarity and provide comprehensive proposals aligned with the project requirements.
    The Overton Brooks VA Medical Center's Infection Prevention & Control project focuses on abating floor mastic in specific areas while implementing tiered construction protocols based on risk levels. The project is categorized into four types of activities: Type A (non-invasive inspections), Type B (small-scale work with minimal dust), Type C (moderate-scale work producing moderate dust), and Type D (major construction and demolition activities). Each type corresponds to varying levels of dust and debris management, informing the required infection control precautions for various risk groups ranging from low to the highest risk patient areas. The protocol emphasizes careful assessment and adherence to infection control standards, especially in different patient care areas, ensuring safety and compliance during the renovation. Precautions increase in severity based on risk group classification, aligning with environmental health considerations (e.g., contaminants like mold or asbestos). This structured approach ensures that renovation efforts maintain a safe environment for patients and staff while enabling critical facility updates.
    The Overton Brooks VA Medical Center is initiating an Infection Prevention & Control project focused on abating floor mastic in Building 33. The project is classified into four types based on the scale and nature of activities, each with varying levels of dust and debris generation. Type A activities involve minimal inspections and maintenance, Type B includes small-scale repairs, Type C encompasses moderate activities like drywall removal, and Type D involves major demolition and construction. Risk levels are categorized as Low, Medium, High, and Highest, affecting specific areas such as public spaces, patient care units, and procedural suites. An Infection Control (IC) Matrix indicates corresponding precautionary measures based on the construction type and patient risk group. These precautions aim to mitigate health risks associated with environmental conditions like sewage, mold, and asbestos. The document underscores the necessity of adhering to strict infection control measures during construction activities in healthcare settings, ensuring safety for patients and staff alike. This approach reflects the VA's commitment to maintaining a safe environment while undertaking essential renovations and improvements.
    The presolicitation notice outlines a forthcoming procurement requirement by the Overton Brooks VA Medical Center for the abatement of floor mastic in Buildings 1 and 33. This project (Project #667-25-188) is targeted towards Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and involves comprehensive tasks, including labor, materials, and supervision, with an estimated cost between $250,000 and $500,000. The NAICS code for this project is 238330, classifying it under Flooring Contractors. The solicitation number is 36C25625R0079, with a response deadline set for May 12, 2025, at 14:00 Central Time. The official solicitation is expected to be published around April 11, 2025, on SAM.gov. A single site visit will occur, and interested parties are advised to review the request for proposals (RFP) thoroughly before submitting inquiries. Eligibility criteria require the offerors to be certified as SDVOSB in the SBA database and registered in the System for Award Management (SAM). The notice emphasizes compliance with relevant regulations and necessitates a Bid Bond for participation. This presolicitation serves only as a notification and does not invite proposals at this stage.
    The Overton Brooks VA Medical Center requires asbestos abatement of floor mastic in Main Hospital (Building 1) and Research Building (Building 33), totaling 13,000 square feet. The contractor is responsible for removing, storing, and potentially discarding furnishings during this process. Abatement will address approximately 3,800 square feet in Building 33 and 9,200 square feet in Building 1, requiring adherence to safety and regulatory codes. Work must occur outside regular hours to minimize disruption, with significant phases focused on containment, air monitoring, and compliance with Infection Control Risk Assessments (ICRAs). The project involves two key periods: a 30-day pre-construction phase and a construction phase completing all work within 150 days. Essential documentation, including an Asbestos Abatement Plan, must be submitted for approval before work can commence. This initiative underscores the VA's commitment to maintaining a safe environment while upgrading their facilities in accordance with established regulations and procedures.
    The document outlines the scope and requirements for the Abate Floor Mastic project at the Overton Brooks VA Medical Center in Shreveport, Louisiana. It details general conditions and requirements for contractors, covering safety, operations, and logistics during the construction process while minimizing disruptions to medical services. Key components include specifications for asbestos abatement, construction waste management, and the proper installation of thermal and moisture protection and finishes. Emphasis is placed on maintaining a safe environment, adhering to strict security protocols, and ensuring compliance with infection control measures. The document mandates thorough training for personnel, regular inspections, and the submission of detailed plans and documentation, including as-built drawings. The comprehensive approach reflects the VA's commitment to upholding patient safety, operational integrity, and regulatory compliance during construction, ensuring minimal impact on ongoing medical operations.
    The document outlines responses to inquiries regarding Project No. 667-25-188, which involves the abatement of floor mastic in Buildings 1 and 33. Key topics address the use of alternative disinfection methods, the qualifications for air monitoring professionals, and fire safety materials for enclosures. The Veterans Affairs (VA) confirms that a Hepacart U-V Force Airborne disinfection module may be used, provided it meets safety protocols regarding UV exposure and asbestos containment. The VA also clarifies that an air monitor professional can fulfill the requirement for an independent hygienist, as long as they meet professional standards. Furthermore, the specific requirements for fire-retardant Edge Guard panels are deemed acceptable if the enclosure is properly sealed. Lastly, the VA offers clarification on finishes, indicating that specifications for repairs to any damaged areas beyond the demolition zone are included to ensure comprehensive restoration. This document serves to guide contractors in aligning with VA standards during the abatement project, emphasizing safety, compliance, and project specifications.
    The document appears to be a fragmentary and potentially corrupted collection of content related to federal and local government proposals, specifically an RFP (Request for Proposals) or grant application. It includes encoded and unreadable text, suggesting that it may require further clarification or recovery. However, within the chaos, there are hints regarding federal oversight and various contractual responsibilities. The emphasis seems to be on compliance with federal standards, which often includes a focus on safety, environmental concerns, and regulatory framework. The essential aim of such documents is to invite organizations to submit proposals that demonstrate their capability to fulfill specified requirements for funding or projects, ensuring all submissions meet the established government protocols. Overall, while the specific details are indecipherable, this content likely outlines the structure and expectations for responding to government RFPs or grants.
    The document outlines a comprehensive proposal for the abatement of floor mastic in various buildings, specifically focusing on the detailed square footage and room descriptions of affected areas. It identifies multiple locations within facilities, including offices, storage rooms, laboratories, and examination rooms across three separate sheets for Building 1 and Building 33. Each entry includes exact measurements of space needing abatement, highlighting the necessity for careful planning and execution due to health and safety considerations associated with hazardous materials. Overall, the purpose of this document is to support a government RFP aimed at ensuring environmental safety and compliance during the renovation or maintenance of medical facilities. The proposed abatement not only addresses direct health risks from hazardous materials but also complies with federal and state guidelines, showcasing a commitment to safe, rehabilitated spaces in service of public health. The structured layout of the file aids in the clear identification of areas requiring intervention, facilitating efficient and organized project management.
    This document outlines the space allocations and specifications for various facilities within a healthcare context, detailing the square footage for multiple rooms and areas categorized under transportation, storage, examination, and utility spaces. Key facilities include nurse stations, patient rooms, dialysis units, and numerous exam rooms spread throughout two main buildings, totaling over 9,000 square feet. The data enumerates specific areas such as offices, storage rooms, and sanitary facilities designed to meet clinical and administrative needs. The structured layout indicates a focus on functionality and accessibility in supporting healthcare operations, likely in response to a Request for Proposals (RFP) or grant aimed at enhancing healthcare infrastructure. It emphasizes efficiency in room design, with considerable space devoted to patient care and operational functions, illustrating the commitment to improving healthcare delivery systems. Overall, this document serves as a foundational resource for assessing facility requirements and planning enhancements in a healthcare environment.
    The document outlines the results of environmental inspections and asbestos abatement activities at the Overton Brooks VA Medical Center in Shreveport, Louisiana. It details the flooring materials, including various types of tiles, carpets, and linoleum, with extensive references to the locations and dates of abatement conducted by various service providers, such as Abatement Services, Inc. Critical notes emphasize that certain flooring mastic and tiles have been abated, while others were found not to contain asbestos. Moreover, areas with flooring damage or specific abatement dates are highlighted, along with maps detailing homogeneous areas within different buildings. This report is significant in ensuring safety and compliance with regulations regarding hazardous materials, reflecting the government’s initiative to manage and mitigate health risks in federal facilities. The detailed documentation serves as a resource for ongoing maintenance and further renovations while protecting public health.
    The document outlines detailed space allocations for various functional areas within a healthcare facility, segmented by phases of development. Each space is designated with unique identifiers and specified square footage, indicating a comprehensive plan for facility layout. Key areas include transportation, storage, nursing stations, patient rooms, examination rooms, and administrative offices, with additional provisions for utilities and various types of restrooms. Phased development is highlighted, referencing distinct stages in the construction or renovation process. The purpose of this document appears to align with a federal Request for Proposals (RFP) or grant structure, focusing on the organization and planning of healthcare facilities to improve medical services. By detailing square footage and area functions, the document provides a framework for understanding space utilization, ensuring that the facility meets operational needs and complies with regulatory guidelines. This plan emphasizes the significance of planning in healthcare infrastructure, ensuring efficiency, safety, and quality of care in a structured manner. Overall, it exemplifies government efforts to allocate resources and manage health service requirements effectively.
    The Overton Brooks VA Medical Center requires asbestos abatement of floor mastic in Building 1 (9,200 sqft) and Building 33 (3,800 sqft). The contractor is responsible for removing, storing, and later replacing furniture, coordinating with the VA’s COR to manage older furniture disposal when necessary. The abatement work must adhere to applicable VA codes and regulations, including correct demolition practices and thorough disposal of asbestos materials. All work must occur after hours to minimize disruption to patient care, primarily between 4:30 PM and 5:00 AM. The project is expected to take approximately 180 days and requires several key submittals, including an Asbestos Abatement Plan, Construction Schedule, and Infection Control Plan. Proper containment, air monitoring, and compliance with Infection Control Risk Assessments (ICRA) are mandatory throughout the process. The contractor must conduct weekly meetings with VA staff to ensure coordination and address any issues. This project exemplifies the VA's commitment to upgrading facilities while ensuring the safety of patients and staff during the abatement process.
    Similar Opportunities
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    36C25726R0010 | Project # 674-21-252 Renovation of Bldg. 62 AC Shop
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans’ Medical Center in Temple, Texas, under Solicitation Number 36C25726R0010. This project, designated as Project 674-21-252, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires the contractor to provide all necessary labor, supervision, materials, and equipment for comprehensive electrical, mechanical, and plumbing reconfigurations. The estimated contract value ranges from $2 million to $5 million, with a mandatory performance period of 360 calendar days, and proposals are due by January 29, 2026, at 10:00 AM CST. Interested parties can contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov for further details.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    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.
    S222--FY26 Medical Waste Removal Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for the FY26 Medical Waste Removal Services at the Southeast Louisiana Veterans Healthcare System in New Orleans, LA. This procurement, which is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), requires contractors to provide comprehensive medical waste disposal services, including regulated medical waste, chemotherapy waste, and pharmaceutical waste, along with necessary maintenance and repair of housekeeping equipment. The contract will span from January 1, 2026, to December 31, 2030, with proposals due electronically by December 19, 2025, at 1:00 p.m. CST. Interested parties should contact Christopher Rossi at christopher.rossi2@va.gov for further details and are encouraged to attend a mandatory site visit on December 12, 2025, at 10:00 a.m. CST.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    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)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Z2DA--Project 521-22-119 NRM Replace windows (VA-26-00016046)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the construction project titled "Replace Windows Phase III" at the Birmingham VA Medical Center in Alabama. This project involves the demolition and replacement of existing windows, including the installation of non-operable windows, interior wall painting, and the replacement of select windowsills, all while ensuring compliance with safety regulations regarding asbestos and lead removal. The estimated construction cost is between $5 million and $10 million, with the solicitation expected to be released on January 8, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), are encouraged to contact Contracting Officer Zaire Naylor at Zaire.Naylor@va.gov or (803) 776-4000 ext. 4359 for further details.