The Department of Veterans Affairs (VA) is seeking bids for the "Remodel Building 1" project (Solicitation Number 36C25026B0007, Project Number 610-21-101) at the VA Northern Indiana Healthcare System, Marion Campus. This invitation for bids (IFB) is 100% set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and is estimated to be between $10,000,000 and $20,000,000. The project involves remodeling 20,000 square feet to consolidate various services, including hazardous material abatement, interior modifications (new structural frame, elevator, fire suppression, geothermal HVAC, electrical, IT/security systems), and exterior modifications (door/window replacement, masonry repair, ADA ramp). Bids are due by January 30, 2026, at 9:00 AM EST and must be submitted via email. A mandatory pre-bid site visit is scheduled for January 6, 2026. The contract will be a Firm-Fixed-Price type, with a performance period of 610 calendar days. Key requirements include bid guarantees, performance and payment bonds, SAM registration, and compliance with various FAR and VAAR clauses, including those related to Buy American, wage rates, and information security.
The Department of Veterans Affairs, Network Contracting Office 10, has issued a presolicitation notice for the remodel of Building 1 at the Northern Indiana Health Care System, Marion Campus. This project, solicited under number 36C25026B0007 with a response date of November 6, 2025, involves remodeling 20,000 square feet. Key aspects include extensive hazardous material abatement (e.g., asbestos, lead-based paint), complete interior demolition and new construction with a new elevator and a new structural frame due to existing instability. Exterior modifications will replace all doors and windows, perform masonry repair, replace porches/entries, waterproof the foundation, construct an ADA concrete ramp, and replace landscaping. The project also includes new fire alarm and suppression systems, lightning protection, a geothermal heating and cooling system, and updated electrical, IT, and security systems. This is a Service-Disabled Veteran-Owned Small Business Concern (SDVOSBC) set-aside under NAICS code 236220.
VHA Directive 1192.01 establishes a mandatory seasonal influenza vaccination program for all Veterans Health Administration (VHA) healthcare personnel (HCP) to prevent influenza transmission in VHA facilities. This policy requires annual vaccination or an exemption for medical or religious reasons. Compliance is a condition of employment, with potential disciplinary action for non-compliance. Exempted HCP must wear a face mask during influenza season. The directive outlines responsibilities for various VHA officials, from the Under Secretary for Health to individual HCP, ensuring program implementation, oversight, and documentation. It emphasizes the importance of HCP vaccination in protecting vulnerable patient populations and maintaining a healthy workforce, aligning with national health goals.
The "VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction" outlines subcontracting limitations for contractors working with the Department of Veterans Affairs (VA). Contractors must certify that they will comply with specific percentages of work that can be subcontracted to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For services, no more than 50% of the government-paid amount can go to non-certified firms, excluding certain direct costs. General construction contracts have an 85% limit, while special trade construction contractors have a 75% limit, with material costs excluded for both construction types. The certification is legally binding, and false certifications can lead to criminal, civil, or administrative penalties. Non-compliant SDVOSBs/VOSBs may face referral to the VA Suspension and Debarment Committee, fines, or prosecution. Contractors must provide documentation to VA upon request to demonstrate compliance, with failure to do so potentially resulting in remedial action. The certification must be completed, signed, and submitted with the offeror's bid to be considered for award.
The "Pre-Award Contractor Safety and Environmental Record Evaluation Form" (Solicitation # 36C25026B0007) is a government document used to assess a contractor's safety and environmental performance before awarding a contract. It requires prospective contractors to provide detailed information from their OSHA 300 Forms for the past three years, including man-hours, cases involving days away from work or restricted activity, DART rates, and any serious, willful, or repeat OSHA violations. Contractors must also submit copies of their OSHA 300 and 300a Forms. Additionally, the form requests the company's NAICS code, details about their Safety and Health Program administrator, and their Insurance Experience Modification Rate (EMR). This evaluation ensures that contractors meet specific safety and environmental standards, mitigating risks associated with federal, state, or local government projects.
This Request for Information (RFI) 36C25026B0007, Project Number 610-21-101, concerns the "Remodel Building 1" project at the VA Northern Indiana Health Care System, Marion Campus. The RFI requests contractors to thoroughly read all solicitation documents, specifications, and drawings before submitting questions or clarification requests. All inquiries must specifically identify the relevant section(s) or drawing number(s) to receive a timely response from the Government. Questions are to be submitted to Elizabeth Finley, Contract Specialist at the Department of Veterans Affairs, Network 10 Contracting Office. RFI responses will be posted on SAM.GOV.
The "Remodel Building 1" project for the VA Northern Indiana Health Care System at Marion VAMC details a comprehensive renovation, including extensive plans for plumbing, mechanical, electrical, and fire protection systems across the lower level, first, second, and attic floors. The architectural scope covers everything from partition types and floor plans to elevations, signage, and finishes. Crucially, the project identifies significant hazardous materials, including approximately 12,300 sq ft of asbestos-containing floor tiles and mastic, 250 sq ft of thermal system insulation debris, and various lead-based paints totaling over 25,000 sq ft on plaster walls, doors, and other surfaces. Other hazardous materials include light ballasts, fluorescent bulbs, and mercury-containing switches. The document also flags areas with high counts of airborne fungal spores. Detailed notes emphasize the need for adherence to federal, state, county, and local codes for proper removal and disposal of these materials, referencing a pre-renovation inspection report for full details. This project underscores a significant undertaking to modernize the facility while meticulously addressing environmental and safety concerns.
This government file outlines the "REMODEL BUILDING 1" project for the VA Northern Indiana Health Care System in Marion, Indiana. The project, with an estimated duration of 360 days, involves a full renovation of Building 1, including demolition, hazardous material abatement, window replacements, and general construction. The document details extensive specifications across various divisions, from civil, structural, architectural, and mechanical to electrical, plumbing, and fire protection. Key requirements include strict safety protocols, infection control, security procedures for personnel and sensitive documents, site management, and utility service coordination to ensure continuous medical center operations. The contractor is responsible for a comprehensive warranty management plan, as-built drawings, and rigorous testing of all installed systems to meet VA standards and regulatory compliance.