Y1DZ--Replace Storage Building | Design Build | Iowa City 636-810
ID: 36C77624R0140Type: Presolicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER HOSPITAL BUILDINGS (Y1DZ)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for the design-build project to replace a storage building at the Iowa City VA Medical Center, identified as project number 636-810. The objective is to construct a new facility that will enhance storage capabilities for personal protective equipment (PPE) and IT equipment, with a budget of approximately $2.4 million. This project is crucial for maintaining operational efficiency and safety within the healthcare environment, ensuring compliance with VA standards and regulations. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by December 10, 2024, at 12:00 PM EST, and can direct inquiries to Contract Specialist Skye S Budney at skye.budney@va.gov.

    Point(s) of Contact
    Skye BudneyContract Specialist
    (216) 447-8300
    Skye.Budney@va.gov
    Files
    Title
    Posted
    The document is a Request for Proposals (RFP) from the Department of Veterans Affairs (VA) for a construction project to replace a storage building at the Iowa City VA Medical Center. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will utilize two-phase design-build procedures. The budget is approximately $2.6 million, with a requirement for contractors to complete the work within a specified timeline following award notice. Key elements include providing design and general construction services, with an emphasis on qualifications, past performance, and adherence to specifications and legal requirements. The evaluation will occur in two phases: Phase 1 involves technical submissions, while Phase 2 requires detailed pricing. Background checks and compliance with veteran workforce reporting are mandatory for contractors. Overall, this solicitation underscores the VA's commitment to veteran-owned businesses and efficient project delivery, while ensuring compliance with federal contracting regulations.
    The Department of Veterans Affairs aims to award a firm-fixed-price contract for the design and construction of a new storage building for the Iowa City VA Health Care System. The approximately 2,000 square foot facility will replace an existing building, expanding its footprint and adding an upper level. The space will be climate-controlled to accommodate the storage of PPE, medical supplies, pandemic essentials, and IT equipment. The project also involves integrating part of Building 1 into the new construction. This presolicitation notice, ahead of the formal RFP issuance in fall 2024, is a step in the VA's effort to procure the construction services under FAR Part 36.3 guidelines, with a designated SDVOSB set-aside. The estimated contract value falls between $2 million and $5 million, and the chosen contractor will have 270 days to complete the project after receiving the Notice to Proceed.
    The document serves as an amendment to a solicitation issued by the Department of Veterans Affairs, specifically under contract number 36C77624R0140. The main purpose of this amendment is to extend the deadline for receipt of offers from December 2, 2024, to December 18, 2024, at 12:00 PM EST. This adjustment allows potential contractors additional time to prepare and submit their proposals for the project involving the replacement of a building for storage in Iowa City, Iowa. Essential instructions regarding acknowledgment of the amendment are provided, stating the need for bidders to acknowledge receipt before the new deadline either by returning specified copies or referencing the amendment in their offers. All other terms and conditions of the original solicitation remain unchanged and in effect. The document emphasizes the importance of compliance with the new submission timeframe to avoid rejection of offers.
    The document outlines an amendment (0002) to a solicitation for the replacement of a storage building in Iowa City, Iowa, administered by the Department of Veterans Affairs. The main purpose of the amendment is to expedite the deadlines for technical questions and proposal submissions. Specifically, the due date for technical questions has been advanced to November 20, 2024, at 12 PM EST, while the deadline for solicitation proposals has been moved up to December 10, 2024, at 12 PM EST. Other terms and conditions of the original solicitation remain unchanged. This amendment is significant as it emphasizes efficiency in the procurement process, ensuring that all potential offerors are adequately informed of the updated timelines. The document is formatted to include various codes and administrative details required in government contracting processes, reflecting typical Federal Acquisition Regulation (FAR) compliance.
    This document serves as Amendment 0003 to the solicitation number 36C77624R0140, issued by the Department of Veterans Affairs for a design-build construction project in Iowa City, Iowa, focused on replacing a building for storage purposes. The amendment's primary purpose is to incorporate additional documentation, specifically a site visit agenda and a sign-in sheet related to the project. Key points include that the proposal's due date and time remain unchanged, following the previous Amendment 0002. Technical questions regarding the project must be submitted by November 20, 2024, with Phase 1 proposals due by December 10, 2024, both at 12:00 PM EST. Details regarding the contracting officer, Jennifer Braaten, are included, reaffirming the ongoing commitment to transparency and communication throughout the procurement process. Overall, the amendment updates key aspects of the solicitation while ensuring that original terms and conditions remain intact, reinforcing the procedural integrity of government contracting processes.
    The document is an amendment (0004) to a solicitation related to the Department of Veterans Affairs (VA) project 636-810, which involves the design-build and minor construction to replace a storage building in Iowa City, Iowa. The amendment serves to incorporate new attachments into the solicitation, specifically: 1) Government Responses to RFIs, 2) Installation of a New Underground Storage Tank Plan, and 3) Utility Site Plan. Despite these additions, all existing terms and conditions remain unchanged. The due date for proposals, initially set for 12/10/2024 at 12:00 PM EST, remains in effect as per previous amendments. The contracting officer, Jason Schultz, has signed the document, reinforcing the commitment to this construction initiative while ensuring compliance with federal regulations. This amendment is essential for keeping potential contractors informed and aiding them in submitting accurate proposals.
    This document is an amendment (0005) to solicitation number 36C77624R0140 concerning a design-build project for minor construction to replace a storage building in Iowa City, Iowa, under the Department of Veterans Affairs. The amendment serves to incorporate two attachments: the Project Experience Questionnaire and the Past Performance Questionnaire, which have been provided in a Word document format for convenience, but remain unchanged from their original PDF versions. All other terms and conditions of the initial solicitation remain unchanged, and the proposal due date continues unchanged as well, with submissions now due by 12:00 PM EST on December 10, 2024. This amendment underscores the ongoing process and structure of government contracting, ensuring that potential bidders are well-informed and can effectively prepare their proposals in accordance with the requirements laid out by the Department of Veterans Affairs.
    The Iowa City VA Health Care System has issued a Statement of Work (SOW) for Project 636-810, which entails replacing an existing storage building and removing the outdated Building 19. This project is allocated a budget of $2.4 million and aims to construct a new facility with enhanced features suitable for the storage of personal protective equipment (PPE) and IT equipment. The new building will incorporate temperature and humidity controls and expand the available storage space by removing a vestibule from Building 1 and repairing its facade. The Design Build contractor is responsible for all aspects of the design and construction process, including compliance with VA standards, relevant codes, and OSH regulations. The project requires careful planning to maintain accessibility and minimize disruptions to hospital operations, emphasizing safety and coordination with existing services. Demolition activities must be fast-tracked, comprehensive inspection and quality control must be ensured, and the site must adhere strictly to security protocols owing to its location within an active healthcare environment. The document lays out clear expectations regarding utility connections, phasing, environmental compliance, and the timeline for deliverables, all aimed at providing a functional storage solution that meets the operational needs of the VA Medical Center while ensuring safety and regulatory compliance during construction.
    The Department of Veterans Affairs (VA) is initiating a firm-fixed price procurement to replace a storage building at the Iowa City VA Medical Center (VAMC), necessitating specific brand name items for standardization and compatibility with existing systems. This Justification and Approval (J&A) document outlines the need for other than full and open competition due to the unique requirements of the project, which include specialized systems such as Johnson Controls for control systems and Von Duprin for emergency exit hardware. The total estimated value for brand name components is approximately $85,500, part of an overall project magnitude between $2 million and $5 million. The justification is based on the critical need for brand name items, as using different products would lead to significant compatibility issues and increased costs. The procurement is set as a Service-Disabled Veteran-Owned Small-Business (SDVOSB) set-aside to encourage competition among potential suppliers. Market research confirms the necessity of these specific products, as the integration of new components with existing equipment is vital for functionality and safety. The approval process emphasizes the VA's commitment to maintaining operational efficiency and security at the facility, requiring the use of standardized tools to ensure reliable performance across the medical center.
    The VA Program Contracting Activity Central is soliciting detailed project experience information from offerors as part of a request for proposals (RFP). The document outlines a Project Experience Questionnaire that requires respondents to submit details of their relevant past projects, including project titles, locations, descriptions, and contact information for project owners. Offerors must list contractors involved in these projects, detailing their roles, price, and performance periods. Key sections of the questionnaire focus on describing the project work, identifying connections between the referenced projects and the current solicitation, and providing any additional pertinent project information. Offerors are encouraged to expand responses as necessary, potentially including supporting materials such as photos or charts. This document establishes requirements for submissions, facilitating the evaluation of past experience relative to the solicitation’s goals, particularly concerning design-build, demolition, renovation, pre-fabricated buildings, and operations in healthcare environments. The overall intent is to assess contractor qualifications for upcoming federal projects, ensuring efficient operation and compliance within governmental standards.
    The Past Performance Questionnaire (PPQ) is a critical component for the Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) during the evaluation of contractor proposals. It assesses an offeror's previous contract performance across several key areas including quality, timeliness, communication, management, cost management, and subcontractor oversight. Offerors are required to complete specific contract information, including project scope and relevant details, while evaluators provide insights on the contractor's performance through adjectival ratings such as Outstanding, Above Average, Satisfactory, Unsatisfactory, and Not Applicable. This structured approach ensures comprehensive evaluation of the contractor's capability to fulfill the requirements of a new solicitation, ultimately assisting in informed decision-making for contract awards. Completed questionnaires must be submitted to the requesting firm before the stated deadline to be incorporated into their proposal.
    This government document outlines wage determinations for construction contracts in Johnson County, Iowa, in accordance with the Davis-Bacon Act and related Executive Orders. It specifies minimum wage rates, which vary based on contract dates, with a minimum of $17.20 per hour for contracts entered post-January 30, 2022, and $12.90 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The document provides detailed wage rates and fringe benefits for various labor classifications, including boilermakers, carpenters, and electricians. Additionally, it includes information about worker protections under Executive Order 13706 regarding paid sick leave and outlines the appeals process for wage determinations. The intended purpose is to ensure fair compensation for workers on federally funded construction projects while ensuring compliance with wage regulations and providing guidelines for contractor responsibilities and workplace protections. This aligns with federal objectives in administering construction contracts effectively, maintaining labor standards, and facilitating state and local RFP processes.
    The document outlines a comprehensive guide for entities seeking government funding and grants, specifically focusing on federal and state/local RFPs (Requests for Proposals). It emphasizes the importance of compliance with various regulatory standards required for these funding opportunities, including the preparation of detailed proposals that effectively outline project objectives, methodologies, and budgetary frameworks. Key sections address the eligibility criteria for applicants, the application process, and evaluation metrics used by government agencies to assess proposals. The document further details the submission deadlines, required documentation, and best practices for maximizing grant opportunities. It encourages applicants to align their proposals with governmental priorities to enhance their chances of approval and underscores the significance of project sustainability, accountability, and reporting mechanisms. Overall, this guide serves as a critical roadmap for organizations aiming to navigate the complexities of federal and state funding mechanisms, promoting transparency and efficiency in the grant application process while fostering collaborative initiatives that benefit community needs and governmental objectives.
    The document pertains to a Request for Information (RFI) related to the replacement of a storage building in Iowa City, IA, under project number 636-810. It clarifies various aspects of the procurement process, specifying that the evaluation method used is the Lowest Price Technically Acceptable (LPTA) under FAR Part 15. The RFI addresses multiple submitted queries regarding project requirements, including acceptable documentation for engineering qualifications, submission processes for Joint Ventures and teaming agreements, and project specifications related to size, structure, and utilities. It establishes that contractors may inquire further during Phase 2 of the process and provides information about existing conditions such as dimensions of the current building, potential underground tanks, and the handling of hazardous materials like asbestos. The main aim of this project is to ensure compliance with VA guidelines while optimizing the design and functionality of the new facility to accommodate climate-controlled logistics storage. This document is crucial for guiding contractors in their proposals and ensuring the successful execution of the project.
    The provided document appears to be unreadable and lacks coherent content relevant to federal government RFPs, grants, or state and local offers. There are no identifiable key topics or supporting details, making it impossible to summarize its intended purpose or central ideas. The document seems to contain corrupted or garbled text, which prevents any analysis or comprehensive understanding of its contents. For effective summarization and analysis, a legible and properly structured version of the document would be necessary to extract meaningful information pertinent to government requests for proposals or grants.
    The document pertains to site plans and infrastructure details for the Veterans Hospital located in Iowa City, Iowa. It outlines the hospital layout, indicating various buildings, structures, parking lots, and roads, particularly emphasizing areas under construction. The plans include critical utility installations such as electrical, storm sewer, sanitary sewer, water main, and underground components, facilitating the hospital's operational needs. Main buildings like the administration office, chiller plant, boiler plant, and specialty clinics are highlighted, showing coordinated efforts for facility upgrades. This document aligns with government initiatives for federal grants and RFPs (Requests for Proposals), demonstrating regulatory compliance and a structured approach to hospital infrastructure development. Such comprehensive planning ensures that the hospital meets both contemporary healthcare demands and safety standards, signifying ongoing government investment in veteran healthcare facilities. The summary captures the essence of development activities, providing essential information for stakeholders involved in compliance and operational planning.
    The Past Performance Questionnaire (PPQ) is a critical document utilized by the Veterans Health Administration (VHA) Program Contracting Activity Central to assess a contractor's performance during a project. The questionnaire requires contractors to detail their information, such as project scope, contract details, and performance metrics. Evaluators are then tasked with providing feedback on various aspects of the contractor's execution, including quality, adherence to schedule, communication, management, cost control, and subcontractor management. The document emphasizes that evaluations are essential for determining the contractor's ability to meet future contractual obligations. It outlines an adjectival rating system ranging from "Outstanding" to "Unsatisfactory," reflecting the overall efficacy and quality of the contractor’s past performance. Furthermore, it instructs evaluators to return the completed questionnaires in a timely manner for incorporation into the contractor's proposal submission. The PPQ serves not only as a tool for performance assessment but also as part of the broader federal procurement process, ensuring that only qualified contractors are selected for federal projects. This systematic evaluation aims to enhance the quality and reliability of government contracting by utilizing past performance as a predictive measure for future success.
    The project experience questionnaire from the VA Program Contracting Activity Central seeks detailed responses from offerors regarding their relevant project experience for a current solicitation. Offerors must provide specific information on prior projects, including the project title and location, a brief description, the owner's details, and a point of contact. They are also required to list contractors involved, specifying their roles and the financial details tied to their work. Key project experience questions focus on describing the project, identifying relevant elements such as greenfield civil work, multi-discipline coordination, and challenges related to medical imaging equipment. Furthermore, offerors must explain any changes to the project's initial price and schedule, as well as provide additional pertinent project information. This structured approach ensures that evaluators can assess the bidder's qualifications and suitability for government contracts, highlighting experience in complex medical facility environments. The document reflects the federal government's emphasis on thorough vetting of contractor capabilities in completing specialized projects.
    The document outlines the details of a pre-proposal conference and site visit for Project # 636-810, which involves replacing a building for storage in Iowa City, IA, under Solicitation Number 36C77624R0140. Scheduled for November 13, 2024, the agenda includes introductions, project goals, essential solicitation information, evaluation criteria, and timelines. The procurement is exclusively available to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring certification by the Small Business Administration. The project budget ranges between $2 and $5 million, with a performance period of 339 calendar days post-award. The RFP follows a two-phase design-build selection procedure, with Phase 1 focused on identifying qualified firms and Phase 2 being an invitation-only stage for a maximum of five firms. The document emphasizes the need for written questions and clarifications, as verbal communications are unofficial. It also outlines the importance of site investigation and directs proposers to submit inquiries to the contracting team, ensuring all updates are formally communicated through amendments. Deadline for questions is November 20, 2024, with proposals due by December 10, 2024, highlighting the organized procurement process serving as a framework for government contracting.
    The document serves as a sign-in sheet for a site visit related to Project #636-810, which involves the replacement of a storage building at the Iowa City Veterans Affairs Medical Center (VAMC). The solicitation number for this project is 36C77624R0140, with the deadline for bids set for November 13, 2024, at 2:00 PM EST. The sign-in sheet lists various companies and individuals, including representatives from F+E Construction, Covenant Construction, and Merit Construction, as well as VA engineering staff. Each entry includes the individual's name, title, company, email address, and phone number, which are integral for clear communication among interested parties. The document emphasizes the collaborative nature of public-sector construction projects, where multiple stakeholders engage in site assessments prior to bidding, ensuring all contractors have a comprehensive understanding of the project requirements. Overall, it highlights the procedural steps in government contracting within federal projects, fostering transparency and a competitive bidding process.
    Similar Opportunities
    Amended Iowa City 2024 Open and Continuous Nursing Home Solicitation 36C6324R0010 0002
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for nursing home services under the Iowa City VA Health Care System, with the solicitation titled "Amended Iowa City 2024 Open and Continuous Nursing Home Solicitation 36C6324R0010 0002." The procurement aims to establish Indefinite Delivery Indefinite Quantity Contracts (IDIQs) for community nursing home services, specifically targeting nursing homes located within newly defined eligible counties in Iowa and Illinois. This initiative is crucial for providing quality care to veterans, ensuring that facilities meet Medicare and Medicaid standards while maintaining high service levels. Proposals will be accepted until 11:59 PM CDT on July 31, 2025, and interested offerors must register in the System for Award Management (SAM) and the VetCert database if claiming veteran-owned status. For further inquiries, contact Jennifer Meldahl at jennifer.meldahl@va.gov.
    F108--Asbestos Abatement (Tile Flooring & Mastic) Des Moines, Iowa VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for an asbestos abatement project at the Des Moines VA Medical Center in Iowa, specifically targeting the removal of approximately 9,000 square feet of asbestos-containing vinyl flooring and mastic. The project aims to ensure a safe environment for veterans and staff by adhering to strict safety and compliance standards throughout the abatement process, which includes pre-abatement activities, actual removal, and post-abatement cleaning. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a performance period scheduled from March 14, 2025, to July 14, 2025, and quotes due by March 10, 2025, at 3:00 PM Central Time. Interested contractors should contact Contract Specialist John Breyer at john.breyer@va.gov or by phone at 605-336-3230 x7847 for further details.
    Z2DA--Tuck Point and Seal Ambulatory Care Addition of Bldg 1 PN:589A4-23-103,
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a construction contract focused on tuckpointing and sealing the Ambulatory Care Addition at the Harry S. Truman Memorial Veterans' Hospital in Columbia, Missouri, under Project Number 589A4-23-103. This project aims to enhance the structural integrity and safety of the facility, ensuring compliance with federal regulations and minimizing disruption to hospital operations during construction. The contract is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with a budget ranging from $1,000,000 to $2,000,000 and a performance period of 300 days post-award. Interested contractors must attend a pre-proposal meeting on March 10, 2025, with proposals due by April 4, 2025; for further inquiries, contact Contracting Specialist James J Petrik at james.petrik@va.gov.
    V231--HCS Veteran Lodging (VA-25-00046473)
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for lodging services for veterans through solicitation number 36C26325Q0459, specifically targeting the Iowa City VA Health Care System. The procurement aims to provide overnight and extended stay accommodations for eligible veterans, ensuring compliance with safety and accessibility standards, including the Americans with Disabilities Act (ADA). This contract, which is a total small business set-aside, has a ceiling amount of $3 million and will run from March 1, 2025, to February 28, 2030, with quotes due by March 7, 2025. Interested contractors should direct inquiries to Contract Specialist Erica Miller at erica.miller5@va.gov or 319-688-3703.
    Y1DA-- Improve Patient Privacy 4B Project# 652-14-106
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "Improve Patient Privacy 4B" project at the Richmond VA Medical Center, designated as Project No. 652-14-106. This procurement involves extensive renovations to enhance patient privacy, including the construction of 21 patient rooms and supporting spaces, with a completion timeline of 540 calendar days from the Notice to Proceed. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the requirement for such businesses to perform a minimum of 25% of the construction work. Interested bidders must submit their electronic proposals by February 25, 2025, with a bid opening scheduled for February 26, 2025. For further inquiries, potential offerors can contact Contract Specialist Denise Morman at Denise.Morman@va.gov.
    Z2DA--542-25-105 | Replace Pitched Roof Building 1 | NCO 4 Construction East (VA-25-00008811)
    Buyer not available
    The Department of Veterans Affairs is seeking bids for the replacement of the pitched roof on Building 1 at the Coatesville Veterans Affairs Medical Center, designated as Project Number 542-25-105. This project involves comprehensive demolition, site preparation, and construction activities, including the installation of a fluid-applied roofing system and compliance with stringent safety and environmental standards. The initiative is crucial for enhancing the building's structural integrity and ensuring minimal disruption to ongoing medical operations. Interested contractors, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit their bids by April 22, 2025, and direct inquiries to Contract Specialist Lamar D. Thomas at lamar.thomas2@va.gov. The anticipated cost for the project ranges between $500,000 and $1 million, with a performance period of 160 days post-award.
    Z1DA--595-25-108 Relocate Emergency Cache D/B SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a design-build project titled "Relocate Emergency Cache" at the Lebanon VA Medical Center, specifically aimed at converting a section of the former Bowling Alley in Building 22 into a secure Pharmacy Emergency Cache. The project entails comprehensive design and construction services, including demolition, environmental abatement, and installation of security systems, with a focus on meeting VA Physical Security requirements. This initiative is critical for enhancing emergency preparedness capabilities at the facility, with an estimated construction budget between $1 million and $2 million and a completion timeline of 330 calendar days. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by March 20, 2025, and can direct inquiries to Contracting Officer Jeffrey G Pruett at jeffrey.pruett@va.gov.
    Z1DA--Project: 619-23-101 - Replace Roof Systems for Main Hospital, Building 1
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of roof systems for Building 1 at the Central Alabama Veterans Health Care System in Montgomery, Alabama. This project, designated as 619-23-101, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to address significant water damage that poses health risks and structural concerns. The contractor will be responsible for comprehensive project management, including the renovation of roofing systems, installation of fall and lightning protection, and necessary repairs to interior walls, with a performance period of 365 days and an estimated cost between $5 million and $10 million. Proposals must be submitted electronically by March 14, 2025, at 1:00 PM EST, to the Contracting Officer, Joseph A. Osborn, at JOSEPH.OSBORN@VA.GOV.
    Z2DA--675-22-706A EHRM Infrastructure Upgrades Construction Viera VA Clinic
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the EHRM Infrastructure Upgrades Construction project at the Viera VA Clinic in Florida. This project, valued between $2 million and $5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves comprehensive construction work to modernize the clinic's electronic health record management infrastructure. Key requirements include providing all necessary tools, labor, and materials, with a completion timeline of 455 calendar days post-award, while adhering to strict safety and operational protocols to minimize disruption to ongoing medical services. Interested bidders must submit their offers by the extended deadline of March 18, 2025, and can direct inquiries to Contract Specialist Sharese H McKinney at sharese.mckinney@va.gov.
    Z1DA--658-24-108 Replace Overhead Paging System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the overhead paging system at the Salem Veterans Affairs Medical Center. This design-build project requires contractors to provide all necessary labor, materials, and services to install a modern paging system across multiple buildings on the campus, with a budget estimated between $500,000 and $1,000,000. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes compliance with safety standards, quality assurance, and federal regulations throughout the construction process. Interested bidders must submit their proposals electronically by April 9, 2025, and can direct inquiries to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.