C1DA--590-25-101 Renovate Building 135
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    C1DZ--NRM-AE 632-26-102 Repair Facade Building 13
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Architect-Engineering (A-E) firms to provide design and construction services for the Repair Façade Building 13 project at the Northport VA Medical Center in New York. The project aims to repair, restore, and enhance the building's exterior components while maintaining its operational laundry services, with a construction cost estimated between $1 million and $5 million. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications electronically by January 16, 2026, to the Contract Specialist, Torell Camp, at Torell.Camp@va.gov. The evaluation will consider professional qualifications, specialized experience, capacity, past performance, and commitment to utilizing small business subcontractors.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA-- Renovate OR for Hybrid Installation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating rooms for a hybrid installation at the VA Northern California Healthcare System in Mather, California. This project involves the comprehensive renovation of approximately 12,500 square feet of existing operating room space, including the upgrade of four operating rooms and the addition of a fifth hybrid operating room, with a focus on adhering to current VHA Design Guides. The renovation is crucial for enhancing surgical capabilities and ensuring compliance with modern healthcare standards. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by January 29, 2026, following a mandatory site visit on December 11, 2025. For further inquiries, contractors can contact Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511. The estimated project value ranges between $10 million and $20 million.
    C1DA--596-26-2-5744-0001 - Replace & Repair Facade on Buildings
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the replacement and repair of building facades at the Lexington VA Healthcare System, Sousley Campus. The project involves extensive work, including repairing or replacing deteriorated brick, terra cotta, wood, and metal facades, as well as improving drainage systems and sealing masonry. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), has an estimated construction value between $5,000,000 and $10,000,000, with qualifications due by January 9, 2026, at 2:00 PM EST. Interested firms must submit their SF-330 packages electronically to Contracting Officer Matthew Whisman at matthew.whisman@va.gov, ensuring compliance with all submission guidelines and SBA verification requirements.
    657-25-106 Correct Various HVAC, Vertical Transportation & Refrigeration Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to address various HVAC, vertical transportation, and refrigeration deficiencies at the Jefferson Barracks Division in St. Louis, Missouri. The project, identified as 657-25-106, aims to repair or upgrade existing systems and equipment to comply with current codes and VA specifications, with a construction budget estimated between $250,000 and $500,000. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and interested firms must submit their qualifications using Standard Form 330 by December 23, 2025, at 2:00 PM Central Standard Time. For further inquiries, contact Gislaine Dorvil at gislaine.dorvil@va.gov or Tim Parison at timothy.parison@va.gov.
    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.
    Z1DA--Remodel Building 1, Marion 610-21-101
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Building 1" project at the VA Northern Indiana Healthcare System in Marion, Indiana. This comprehensive renovation project, estimated to cost between $10 million and $20 million, involves the remodeling of approximately 20,000 square feet, including hazardous material abatement, structural modifications, and upgrades to HVAC, electrical, and IT/security systems. The project is critical for consolidating various services within the facility while ensuring compliance with safety and environmental regulations, particularly concerning the removal of hazardous materials such as asbestos and lead-based paints. Bids are due by January 30, 2026, at 9:00 AM EST, with a mandatory pre-bid site visit scheduled for January 6, 2026. Interested contractors should contact Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.
    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.
    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.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.