C1DA--36C24625R0028 Renovate Building 135 (590-25-101)
ID: 36C24625R0028Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES (C1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Feb 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 6:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide comprehensive renovation services for Building 135 at the Hampton VA Health Care System in Virginia. The project involves a complete interior overhaul, including demolition and upgrades to mechanical, electrical, plumbing, and fire protection systems, all aimed at meeting current VA standards and codes. This renovation, valued between $10 million and $20 million, is crucial for enhancing facility safety and efficiency while minimizing disruptions to medical center operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their qualifications via Standard Form 330 (SF330) by April 17, 2025, and can contact Contract Specialist Gina Moriarty at gina.moriarty@va.gov or 757-722-0061 ext. 11458 for further details.

Point(s) of Contact
Gina MoriartyContract Specialist
757-722-0061 ext. 11458
gina.moriarty@va.gov
Files
Title
Posted
Apr 10, 2025, 8:06 PM UTC
The Department of Veterans Affairs is seeking an Architect-Engineering (A/E) firm to provide design services for renovating Building 135 at the Hampton VA Health Care System in Virginia, under a contract valued between $10 million and $20 million. This project is designated as a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires firms to submit a Standard Form 330 (SF330) by April 17, 2025. The scope includes complete interior demolition and modernization of building systems to meet current standards, with a contract performance period extending over 890 calendar days. Selection will primarily be based on professional qualifications, specialized experience in medical facility renovations, and past performance. Firms must provide evidence of relevant projects and adhere to the outlined criteria for evaluation, including capacity to deliver within specified timeframes and record of claims. They must also comply with VA regulations regarding subcontracting to small businesses. The A/E firm selection process includes review and potential interviews with top candidates. This request aims to enhance the facility's administrative capabilities while ensuring compliance with VA's design and operational standards through a rigorous evaluation and submission process.
Apr 10, 2025, 8:06 PM UTC
The Department of Veterans Affairs is initiating a presolicitation notice for an Architect-Engineering (A/E) firm to renovate Building 135 at the Hampton VA Health Care System. This project, valued between $10 million and $20 million, is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. Interested companies must submit a Standard Form 330 (SF330) by March 10, 2025, detailing their qualifications and experience. The selected firm will be responsible for comprehensive renovations, including demolition and upgrades to meet modern code standards for a 26,988 square foot administrative space, including the HVAC and electrical systems. Evaluation criteria for submissions include professional qualifications, specialized experience with similar medical facility renovations, past performance, and the capacity to complete the work within the required timeframe. Firms are also encouraged to commit to using other SDVOSB or small business subcontractors. The project requirements and submission procedures are outlined, emphasizing the importance of timely and complete responses. The contract will be awarded based on a negotiated firm-fixed price, following rigorous evaluation standards as mandated by federal regulations.
Apr 10, 2025, 8:06 PM UTC
The Hampton VA Medical Center's RFP outlines the renovation of Building 135, requiring comprehensive Architect/Engineer (A/E) services. The project entails a complete interior overhaul, including demolition and upgrades to mechanical, electrical, plumbing, and fire protection systems, all to meet current VA standards and codes. Key tasks include site investigations, hazardous material surveys, and the development of construction drawings and specifications. The budget for the renovation is set between $10 million and $20 million, with A/E required to propose deductive alternatives to align project expenses within this limit. The design process involves multiple stages and review periods, with strict adherence to VA guidelines and sustainability goals outlined in the Technical Information Library. A significant emphasis is placed on life safety and infection control throughout construction to minimize disruptions to medical center operations. The overall project timeline spans 890 calendar days, covering design, procurement, and construction phases. This RFP reflects the VA's commitment to enhancing facility safety and efficiency while ensuring rigorous compliance with regulatory standards.
Apr 10, 2025, 8:06 PM UTC
The Hampton VA Medical Center seeks Architect/Engineer (A/E) services for the renovation of Building 135, focusing on comprehensive interior demolition, system upgrades, and code compliance. The project, estimated between $10 million and $20 million, requires site investigations, architectural and engineering design across multiple disciplines, construction drawings, and specifications. A detailed budget management and adherence to VA guidelines are critical, necessitating deductive alternatives to maintain cost-effectiveness. Environmental assessments for hazardous materials like lead and asbestos are essential, as is the incorporation of infection control measures throughout the project phases. The A/E will also facilitate temporary utility setups and ensure coordination during construction to minimize disruption to the medical center operations. The contract outlines specific design submission timelines, performance expectations, and total project duration of 890 calendar days from design to completion. The document emphasizes the VA's commitment to modernizing facilities in a compliant, cost-conscious manner, while prioritizing safety and usability.
Apr 10, 2025, 8:06 PM UTC
The VHA Infection Control Risk Assessment (ICRA) template is designed for assessing infection risks associated with construction, renovation, and maintenance activities in healthcare facilities. This document outlines a standardized procedure to ensure minimum infection prevention precautions are applied based on the activity type and the risk levels of affected patient areas. It provides a systematic approach that includes categorizing activities (from simple inspections to large-scale construction), identifying affected areas, and assessing patient risk levels, which range from low to highest risk. The ICRA template consists of sequential steps: defining the activity category, assessing the affected areas, determining the overall patient risk category, and setting the required level of infection control precautions. Four precaution levels (I-IV) are detailed, each with corresponding control measures to prevent hazards, including dust and contamination during work. The final part of the document includes a permit form for tracking compliance and ensuring the implementation of infection control measures throughout the project. Furthermore, it emphasizes the importance of inspection and monitoring to maintain safety standards post-activity. This comprehensive ICRA template serves a critical role in safeguarding patient health and adheres to regulatory requirements by establishing a clear protocol for managing infection risks during construction activities.
Apr 10, 2025, 8:06 PM UTC
The VHA Infection Control Risk Assessment (ICRA) document provides guidelines for evaluating infection control measures necessary during construction, renovation, and maintenance activities in healthcare facilities. It outlines a structured approach involving four steps: identifying the activity category, affected areas, patient risk categories, and determining required infection prevention precautions. There are four activity categories (A, B, C, D) detailing various maintenance scenarios, from simple inspections to extensive renovations. Each activity is linked to defined patient risk categories (Low, Medium, High, Highest), which dictate the level of precautions (I, II, III, IV) needed. Control measures escalate based on risk levels and include dust control, barrier construction, and HVAC management. Additionally, a fillable permit form is included to document compliance and control measures at project sites. The appendix provides alternative interior exhaust methods, ensuring infection control in cases where external discharge is not feasible. This comprehensive assessment supports the overall goal of minimizing infection risks during facility activities, crucial to maintaining patient safety in healthcare environments.
This document outlines specific security clearance requirements for contractor personnel working within Veteran Affairs (VA) facilities, particularly emphasizing exceptions for low-risk or non-sensitive positions. According to the VA's standard operating procedures, some contract personnel, such as those maintaining medical facility grounds and building equipment, do not require a background investigation or Special Agreement Check (SAC) if they do not access sensitive VA information or networks. Additionally, personnel with limited access to less sensitive equipment must still be escorted by VA IT staff in certain areas. The project referenced under Attachment C has been determined to be exempt from background checks as it does not grant access to sensitive information, necessitating only the issuance of flash badges for designers involved. This guidance ensures compliance with relevant federal regulations while facilitating operational efficiency within the VA system during contractor engagement.
Apr 10, 2025, 8:06 PM UTC
The document outlines contractor personnel security requirements under the VA's policy regarding background investigations. It specifies that certain low-risk contractor positions are exempt from background checks and screenings, including those who do not access VA information resources or have limited, intermittent access to equipment connected to facility networks, such as maintenance contractors for heating, ventilation, and medical equipment. These contractors must be escorted by VA IT staff when in sensitive areas. Additionally, a Special Agreement Check (SAC) may be required for exempt personnel providing healthcare services or accessing sensitive information. The project in question is determined to be exempt from background investigations since it does not require access to VA sensitive information or networks, insisting on only the issuance of flash badges for project designers. This serves to clarify the security protocol for contractors, aligning with federal standards and ensuring patient information protection.
Apr 10, 2025, 8:06 PM UTC
The document serves as a transmittal letter accompanying the Past Performance Questionnaire (PPQ) for a firm responding to a request from the VHA Network Contracting Office 6 and the Hampton VA Medical Center for project 590-25-101, Renovate Bldg. 135. It outlines the requirements for completing the PPQ, which is essential for evaluating the firm's qualifications based on past contracts. The firm must provide essential project details, including the contract number, dollar amount, and performance period, as well as identifying a reference contact. Evaluators will assess performance across various factors such as design services, construction support, and LEED documentation, with a rating scale from exceptional to unsatisfactory. A narrative summary is instructed for ratings of marginal or unsatisfactory to clarify performance issues. The document emphasizes the need for the PPQ to be completed accurately and includes sections for evaluator feedback on the firm’s management and technical performance. Overall, it is a structured request for providing evidence of prior successful projects, aiming to ensure compliance with government contracting standards for architectural and engineering services.
Apr 10, 2025, 8:06 PM UTC
The document outlines the guidelines for completing a Past Performance Questionnaire (PPQ) as part of the response to a Request for SF330 submissions for an architect-engineer contract with the VHA Network Contracting Office 6 for Project 590-25-101, Renovate Bldg. 135. The contractor is required to provide performance data on at least three projects identified in their firm's SF330, including specific information about each project and associated responsibilities. Evaluators will assess the firm's performance in various areas such as design services, construction support, and LEED/BIM documentation, using a rating scale from "Exceptional" to "Unsatisfactory." They must also provide narrative explanations for lower ratings. The completed questionnaires must be returned via email to designated government personnel by a specific deadline. This process emphasizes the importance of demonstrating past performance to secure government contracts and the need for clear communication between contractors and evaluators.
Apr 10, 2025, 8:06 PM UTC
The document outlines annual privacy training requirements for the Department of Veterans Affairs (VA) personnel who do not have access to VA computer systems or sensitive information. It emphasizes the importance of safeguarding VA sensitive information, which includes medical, financial, and educational data, and clarifies what constitutes protected health information (PHI) under HIPAA. The training ensures individuals understand their responsibilities in preventing incidental disclosures of such information, even in secured environments. Key points include specific guidelines on securing sensitive information, reporting losses, and the severe penalties for privacy violations, which can range from monetary fines to job loss. Additionally, it details existing privacy laws, such as the Freedom of Information Act and the Privacy Act of 1974, which govern the collection and maintenance of personal data. The training is mandatory for all relevant personnel to foster a culture of privacy protection within the VA, emphasizing the critical nature of confidentiality in dealing with veteran information. Overall, this training serves to ensure compliance with federal regulations while protecting the rights of veterans.
Apr 10, 2025, 8:06 PM UTC
The document outlines the annual privacy training requirements mandated by the Department of Veterans Affairs (VA) for personnel without access to VA computer systems or sensitive information. It emphasizes the definition of "privacy" and the importance of safeguarding VA sensitive information, which includes medical, financial, or educational data. Personnel who may potentially encounter such information accidentally are guided to follow strict protocols to protect against incidental disclosures. Specific training is required for individuals with direct access to protected health information (PHI) and VA computer systems. The document details the various types of sensitive information under the Privacy Act, HIPAA, and other pertinent laws, reiterating the importance of using and disclosing PHI only for legitimate job-related purposes. Violations of these privacy regulations may lead to civil and criminal penalties, including loss of employment or contract status. It concludes by stressing the accountability of employees in protecting veterans' confidential information and the necessity of reporting any privacy concerns to appropriate VA officials.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Y1DA--590-25-701 | Design EHRM Data Center | Hampton, VA |
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the Electronic Health Record Modernization (EHRM) Data Center project at the Hampton VA Medical Center in Virginia. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring firms to demonstrate prior experience with at least two completed projects as the prime contractor. This initiative is crucial for enhancing the VA's healthcare infrastructure, ensuring compliance with federal standards while improving data management capabilities for veteran services. Interested parties must submit their qualifications by May 5, 2025, and can contact Contract Specialist Andrew Mathews at Andrew.Mathews2@va.gov or 216-707-7715 for further information.
VA CFM Healthcare A-E IDIQ -- C219
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualifications from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for an Architect-Engineering (A-E) services contract through a Multiple Award Task Order Contract (MATOC) valued at $790 million. The procurement aims to support various projects related to the Veterans Health Administration (VHA) across VA medical facilities, encompassing a wide range of tasks such as design development, feasibility studies, and construction management, all while ensuring compliance with industry standards and regulations. This initiative reflects the VA's commitment to enhancing healthcare infrastructure for veterans and engaging veteran-owned businesses in critical service improvements. Interested firms must submit their qualifications using the Standard Form (SF) 330 by June 2, 2025, and can direct inquiries to Contracting Officer Andrew Page at andrew.page@va.gov.
Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of public restrooms at the W.J.B. Dorn VA Medical Center, aimed at improving patient safety and facility functionality. The project involves comprehensive upgrades, including modifications to plumbing fixtures, lighting, and finishes across multiple floors, with a focus on compliance with safety and accessibility standards. This renovation is critical for enhancing the overall patient experience and ensuring adherence to current health regulations. Interested contractors, particularly Service Disabled Veteran-Owned Small Businesses (SDVOSB), must submit sealed bids by May 2, 2025, at 12 PM EDT, and can direct inquiries to Contract Specialist Pamela R. Moffitt at pamela.moffitt@va.gov. The estimated contract value ranges between $1 million and $5 million.
Y1DA--Renovate Radiology Floors |658-25-103
Buyer not available
The Department of Veterans Affairs is soliciting bids for the renovation of radiology floors at the Salem VA Medical Center, with a project budget estimated between $500,000 and $1,000,000. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), which are required to perform at least 25% of the work using their own labor force, and includes critical tasks such as asbestos abatement and significant alterations to flooring and wall surfaces while ensuring the facility remains operational. The project emphasizes compliance with federal regulations, safety protocols, and the necessity for contractors to register with the System for Award Management (SAM), with a pre-bid conference scheduled for May 7, 2025, and bids due by June 6, 2025. Interested parties can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov for further information.
520-23-113 Restore Bldg. 19
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services for the restoration of Building 19's exterior envelope and the upgrade of its utility infrastructure at the Gulf Coast Veterans Health Care System in Biloxi, Mississippi. The project involves creating design documents, specifications, and cost estimates to address deficiencies, enhance operational efficiency, and ensure compliance with VA standards, while preserving the building's historical character. This procurement is significant for maintaining healthcare facilities and improving service delivery, with an estimated construction cost between $5 million and $10 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their qualifications in the Standard Form (SF) 330 format by May 5, 2025, to the Contract Specialist, Tammy Tynes, at Tammy.Tynes@va.gov.
C1DA--534-23-110 A/E: Backfill 2CC Amendment 001
Buyer not available
The Department of Veterans Affairs is seeking an Architectural Engineering (A/E) firm to provide design and healthcare planning services for the renovation of the 2nd floor, CC Wing at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The project aims to enhance Primary and Specialty Care Services, requiring the selected firm to create detailed drawings and specifications for approximately 6,500 square feet of space, with an estimated budget between $250,000 and $500,000 and a completion timeline of 365 days. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the VA's commitment to engaging qualified contractors for critical healthcare facility upgrades. Interested firms must submit their qualifications, including an SF 330 form, by May 14, 2025, and can direct inquiries to Contract Specialist LaToya Glover at LaToya.Glover2@va.gov or by phone at 803-238-3191.
Z1DA--Renovate Audiology 515-23-101
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the renovation of the Audiology department at the Battle Creek VA Medical Center, designated as Project 515-23-101. This project aims to engage a contractor to provide all necessary resources, including labor and materials, for the renovation of approximately 6,045 square feet across two buildings, with a total contract budget estimated between $5 million and $10 million and a completion timeline of 500 calendar days post-award. The renovation is crucial for enhancing audiology services and ensuring compliance with federal standards, particularly for facilities serving veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their proposals by May 6, 2025, and can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov.
Y1ND--Sanitary Sewer CONSTRUCTION
Buyer not available
The Department of Veterans Affairs, through its Network Contracting Office 6, is seeking qualified contractors for a sanitary sewer construction project at the Hampton VA Medical Center in Virginia. The project involves the repair and replacement of sewer lines, along with necessary site preparation, with an estimated budget ranging from $2 million to $5 million. This initiative is crucial for maintaining the infrastructure and sanitation services at the medical center, ensuring a safe environment for veterans. Interested contractors must submit their qualifications, including contact information and relevant experience, by May 2, 2025, at 4:30 PM EDT, via email to the designated contact, Aaron Holmes, at aaron.holmes@va.gov.
Z1DA--578-20-002 Renovations to Building 217 (CON) at Edward Hines Jr. VA Hospital, Hines, IL.
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 217 at the Edward Hines Jr. VA Hospital in Hines, Illinois, under solicitation number 36C25225B0014. The project aims to enhance the Community Living Center to improve the healing environment for patients, visitors, and staff, comprising 11 separate contract line item numbers (CLINs), with CLINs 1 and 2 designated as the base bid. This renovation is crucial for maintaining high standards of care and comfort within the facility. The estimated project cost ranges from $5 million to $10 million, with a performance period of 750 calendar days from the Notice to Proceed, expected approximately 14 days post-award. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must monitor SAM.gov for the solicitation release on April 28, 2025, and submit bids by June 10, 2025. For further inquiries, contact Contracting Officer Juan C. Gaytan at juan.gaytan@va.gov or 224-610-3644.
Y1DA--512-23-108 - Renovate C-Segregated Compounding Area for Hazardous Compounding (CON)
Buyer not available
The Department of Veterans Affairs is soliciting bids for the renovation of the C-Segregated Compounding Area for Hazardous Compounding at the Baltimore VA Medical Center, identified by project number 512-23-108. The project involves comprehensive renovations, including structural, architectural, mechanical, plumbing, and electrical work, aimed at ensuring compliance with healthcare standards while minimizing disruptions to ongoing hospital operations. This initiative is crucial for enhancing the VA's infrastructure, particularly in maintaining safety and operational continuity for vulnerable patient populations during construction. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by May 6, 2025, with a project completion timeline of 180 days following the Notice to Proceed. For further inquiries, contact Lisa Lake at lisa.lake2@va.gov or (304) 263-0811 ext 7617.