Y1DB--Design Build Construction for animal research facility to replace bldgs. 47 and 103, Sepulveda VA Medical Center
ID: 36C10F24R0075Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFOFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F)WASHINGTON, DC, 20001, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF LABORATORIES AND CLINICS (Y1DB)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the Design Build Construction of an animal research facility to replace seismically deficient buildings 47 and 103 at the Sepulveda VA Medical Center in North Hills, California. The project, identified as Project 691-903, involves the design and construction of a new facility, including the demolition of existing structures and site improvements, with an estimated contract value between $20 million and $50 million. This initiative is crucial for enhancing the research capabilities at the VA, ensuring compliance with safety standards and modernizing facilities for animal research. Interested firms must submit their proposals by November 17, 2025, at 4 PM PST, and can direct inquiries to Contracting Specialist Ferdinand Gawaran at ferdinand.gawaran@va.gov.

    Point(s) of Contact
    Ferdinand GawaranContracting Officer
    (707) 227-8342
    ferdinand.gawaran@va.gov
    Files
    Title
    Posted
    This document is an amendment to a solicitation (No. 36C10F24R0075) issued by the Department of Veterans Affairs, Office of Construction and Facilities Management. The amendment, dated October 31, 2025, extends the proposal due date due to a government shutdown that delayed the award action. Offerors are requested to extend their acceptance period for an additional 90 calendar days from the amendment date. This extension specifically applies to the three firms selected in Phase I, the Request for Qualification phase. All other terms and provisions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment and include it with their offer extension submission.
    This document is an amendment to Solicitation Number 36C10F24R0075 for Design-Build Construction of an animal research facility to replace buildings 47 and 103 at the VA Greater Los Angeles Healthcare System. The amendment extends the response date for offers to February 17, 2025, at 4 PM Pacific Time. It also provides responses to ten Request for Information (RFI) questions, clarifying requirements for past performance questionnaires (PPQ) and CPARS evaluations, project experience for technical approach and qualifications, key personnel degrees (moving to Phase II), safety record information, project cost ranges, subcontractor involvement, page limitations for tables of contents and SF1442 forms, and file naming conventions for electronic submissions. All other terms and conditions of the original solicitation remain unchanged.
    This document is an amendment to a previous combined solicitation, 36C10F24R0075, issued by the Department of Veterans Affairs. The amendment, identified as A0002 with an effective date of February 13, 2025, extends the Request for Quotation (RFQ) due date to February 24, 2025, at 4:00 PM Pacific Time, Los Angeles, USA. The solicitation pertains to Project 691-903, which involves Design Build Services to replace seismically deficient Animal Research Buildings 47 and 103 at the Sepulveda Ambulatory Care Center in North Hills, California. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.
    The Department of Veterans Affairs has issued an amendment (36C10F24R0075 A0003) to a previous combined solicitation for Design Build Services for Project 691-903. This project involves replacing seismically deficient Animal Research Buildings 47 and 103 at the Sepulveda Ambulatory Care Center in North Hills, CA (91343). The amendment specifically removes all Project Labor Agreement (PLA) language and clauses from the procurement process, deviating from the VA's previous intent to utilize PLAs on construction projects. The solicitation's response date is February 24, 2025, at 4 PM Pacific Time. The contracting office is located in Vallejo, CA, and the point of contact is Ferdinand Gawaran.
    This document is an amendment to Solicitation Number 36C10F24R0075, issued by the Department of Veterans Affairs, Office of Construction and Facilities Management. The amendment, A0003, dated 02-19-2025, specifically removes all Project Labor Agreement (PLA) language and clauses from the solicitation. This change is implemented per a class deviation, indicating a departure from the previous intent to utilize PLAs on construction projects. The amendment explicitly states that the Request for Quotation (RFQ) due date will not be extended and all other provisions of the solicitation remain unchanged. This modification aims to streamline the procurement process by eliminating the PLA requirement.
    The Department of Veterans Affairs (VA) has issued Amendment A0004 to Solicitation 36C10F24R0075 for Design-Build Services to replace seismically deficient animal research buildings at the Sepulveda Ambulatory Care Center. This amendment reinstates the Project Labor Agreement (PLA) requirements, which were previously removed, due to the rescission of a Class Deviation that waived these requirements. Additionally, the Request for Qualifications (RFQ) submission deadline has been extended to March 3, 2025, at 4:00 PM Pacific Time. All other terms and conditions of the original solicitation remain unchanged.
    This document is an amendment to Solicitation 36C10F24R0075 for the Design Build Construction of an Animal Research Facility at the Sepulveda VA Medical Center. Key updates include responses to Requests for Information and an extension of the proposal due date to June 16, 2025, by 12:00 PM PST. The project has a total performance period of 761 calendar days, divided into a 241-day design phase and a 520-day construction phase. Selected firms are required to prepare a 30-minute virtual PowerPoint presentation of their proposal, followed by a 30-minute Q&A session on June 17, 2025. This solicitation is limited to the three firms previously identified, with any subcontracting opportunities to be managed by these selected firms. The amendment also lists several attached documents related to building plans and reports.
    This document, Amendment A0006 to Solicitation No. 36C10F24R0075, extends the Request for Quotation (RFQ) due date to June 16, 2025, for the Design-Build Construction for Animal Research Facility in North Hills, CA. The amendment provides responses to 100 Requests for Information (RFIs) from potential offerors, clarifying various aspects of the project. Key clarifications include an extension of the Period of Performance to 761 calendar days (241 for design, 520 for construction), the provision of a stipend for non-awarded offerors who submit complete Phase 2 technical proposals, and details regarding a required PowerPoint presentation. The RFIs address critical project elements such as facility certifications (ABSL2, AAALAC, BMBL), personnel resume submission, applicable codes and standards (VA TIL, NIH Design Requirements Manual), hazardous material reports, as-built drawings, specific design elements (finishes, shielding, biosafety barriers), and various technical requirements for mechanical, electrical, plumbing, and telecommunications systems. The document also confirms that LEED Silver Certification is a contractual obligation and that the VA will directly contract the Commissioning Agent (CxA).
    This document is an amendment (A0007) to Solicitation 36C10F24R0075, pertaining to Design Build Construction for an animal research facility at the Sepulveda VA Medical Center, replacing buildings 47 and 103. The amendment extends the offer submission deadline to November 7, 2025, at 4 PM Pacific Time, specifically for the three firms selected in Phase I (Request for Qualification). Offers are requested for a minimum of 90 calendar days for Government acceptance. The amendment also includes a current wage determination issued on October 3, 2025. Notices regarding contract award will be released contingent on the end of the Government shutdown and availability of funding. The project aims to replace seismically deficient animal research buildings at the Sepulveda Ambulatory Care Center in North Hills, California.
    This document is an amendment to a previous combined solicitation, number 36C10F24R0075, for Design Build Construction services. The project, 691-903, involves replacing seismically deficient animal research buildings 47 and 103 at the Sepulveda VA Medical Center in North Hills, California. The key change in this amendment is the extension of the offer due date to November 17, 2025, at 4:00 PM Pacific Time, Los Angeles, USA. This extension is specifically limited to the three firms selected in Phase I, the Request for Qualification phase, to allow for price adjustments. Offerors are also requested to extend the acceptance period for 90 calendar days from the amendment's effective date of November 6, 2025. All other terms and conditions of the original solicitation remain unchanged.
    This amendment to Solicitation 36C10F24R0075 announces the three offerors selected for Phase II of the Two-Phase Design-Build procurement for an animal research facility at the Sepulveda VA Medical Center. The project, with a cost range of $20,000,000.00 to $50,000,000.00, involves replacing seismically deficient buildings 47 and 103. The selected firms—Korte Construction Company, S. J. Amoroso Construction Company, LLC, and Richard Group, LLC—are the only ones invited to submit technical and cost proposals. The deadline for offers has been extended to June 2, 2025, at 4:00 PM Pacific Time. Information for subcontracting opportunities is provided for the selected offerors. The amendment also details changes in required clauses, including the removal of several related to equal employment opportunity and the addition of clauses concerning representations, certifications, and labor standards. A bid guarantee of 20% of the bid price, not exceeding $3,000,000, is required, along with performance and payment bonds for contracts over $100,000. Attachments include wage determinations and a subcontracting plan template.
    The Department of Veterans Affairs (VA) is issuing a two-phase Design-Build Request for Qualifications (RFQ) for Project No. 691-903 to replace seismically deficient Animal Research Buildings 47 and 103 at the Sepulveda Ambulatory Care Center in Los Angeles, CA. This project involves the design and construction of a new 7,500 GSF Animal Research Facility (Building 7 Annex), including demolition of existing structures, site improvements, and associated utilities. The estimated magnitude of the project is between $20,000,000 and $50,000,000, with an unrestricted acquisition utilizing NAICS Code 236220. Phase I focuses on evaluating offeror qualifications based on technical approach, technical qualifications, quality control procedures, and safety record, with a maximum of three highly qualified offerors invited to Phase II. Phase II will involve the submission of design approaches, management approaches, and pricing proposals, with a firm fixed-price contract awarded through competitive negotiation. Key dates include a Request for Information due by January 31, 2025, and RFQ submissions due by February 14, 2025.
    The Department of Veterans Affairs is issuing a Combined Synopsis/Solicitation Notice for a Design-Build project to construct a new animal research facility at the Sepulveda VA Medical Center in North Hills, California. The project aims to replace two seismically deficient buildings (47 and 103) and includes a 7,500 square foot facility connected to existing structure 7. The selected contractor will be responsible for all aspects of design and construction, including the demolition of the existing buildings. The procurement is structured as a Two-Phase Design-Build, with the first phase focused on Requests for Qualification (RFQs) to identify qualified contractors, of which up to three will advance to the second stage for the proposal phase. The project's estimated value is between $20 million and $50 million, with a contract duration of approximately 546 calendar days following the Notice to Proceed. The solicitation includes specific deadlines for inquiries and RFQ submissions, underscoring the VA's commitment to meeting its infrastructural needs efficiently and effectively while ensuring compliance with federal regulations. The project represents a significant investment in enhancing the research capabilities at the VA, highlighting ongoing efforts to provide secure and modern facilities for animal research.
    The Department of Veterans Affairs intends to solicit proposals for a Design-Build project aimed at constructing a new animal research facility at the Sepulveda Ambulatory Care Center in North Hills, California. This new facility will replace the seismically deficient buildings 47 and 103. The project encompasses design, construction of a 7,500 gross square feet facility, and demolition of the existing buildings. The contract will be a single Firm-Fixed-Price, anticipated to be awarded under an unrestricted solicitation, with a project budget ranging between $20 million and $50 million. The anticipated solicitation release is set for the first quarter of FY2025, with a construction completion period of approximately 546 days following the Notice to Proceed. Proposals will be evaluated based on demonstrated competence and qualifications, adhering to Federal Acquisition Regulation guidelines. Interested parties may submit inquiries until September 10, 2024. This presolicitation notice functions as an initial announcement, not a request for competitive offers.
    This amendment to solicitation number 36C10F24R0075 pertains to the Design Build Construction of an animal research facility aimed at replacing buildings 47 and 103 at the VA Greater Los Angeles Healthcare System. The response deadline has been extended to February 17, 2025, at 4 PM PST. Interested parties are encouraged to acknowledge receipt of this amendment to maintain eligibility in the bidding process. Key points include modifications to submission requirements, such as the flexibility to submit previously completed Past Performance Questionnaires (PPQ) and Contractor Performance Assessment Reporting System (CPARS) evaluations. Proposals must showcase 3 to 5 relevant Design-Build projects within the last seven years. Additional inquiries regarding safety record evaluations and subcontractor involvement during Phase I submissions have been addressed, enabling participants to navigate the requirements effectively. The document emphasizes compliance with specified guidelines and addresses common questions that bidders may encounter. As a whole, this solicitation amendment reflects the government’s intention to streamline the bidding process while encouraging high-quality submissions for the project aimed at enhancing VA facilities.
    The document is an amendment to a combined solicitation issued by the Department of Veterans Affairs for the design and construction of replacements for seismically deficient Animal Research Buildings 47 and 103 at the Sepulveda Ambulatory Care Center in North Hills, California. The primary purpose of this amendment is to extend the due date for responses to the Request for Quotes (RFQ) to February 24, 2025, at 4:00 PM Pacific Standard Time. All other conditions and provisions of the original solicitation remain unchanged. The solicitation covers a project identified by the code 691-903 and falls under the NAICS code 236220, specifically related to commercial building construction. The notice includes contact information for the contracting officer, Ferdinand Gawaran, emphasizing the importance of acknowledging the amendment in submissions. This extension allows potential bidders more time to prepare their offers, demonstrating the VA's commitment to ensuring a comprehensive response pool for this critical infrastructure project.
    The Department of Veterans Affairs (VA) has issued an amendment to a previous solicitation regarding the design and construction services for replacing seismically deficient animal research buildings at the Sepulveda Ambulatory Care Center in North Hills, California. The primary focus of this amendment is the removal of Project Labor Agreement (PLA) language from the solicitation in line with a class deviation from standard procurement rules. The solicitation number is 36C10F24R0075, with responses due by February 24, 2025. The contracting office is located in Vallejo, CA, and interested parties can contact Contracting Officer Ferdinand Gawaran for more information. This change indicates a shift in the VA's approach to procurement, specifically for this project, emphasizing flexibility in contractual agreements while proceeding with the construction initiative.
    The document serves as an amendment to a solicitation by the Department of Veterans Affairs, concerning a construction project. Specifically, it addresses modifications associated with solicitation number 36C10F24R0075, dated January 17, 2025. The main purpose of this amendment is to formally remove all Project Labor Agreement (PLA) language and clauses from the procurement process, allowing for more flexible contract terms. Notably, the deadline for receiving offers is retained without extension, indicating urgency in the procurement timeline. The amendment emphasizes that all other terms and conditions of the original solicitation remain intact and in effect. This change reflects a deviation from standard procurement protocols, streamlining the bidding process for prospective contractors. Overall, the document underscores the VA's aim to efficiently manage construction contracts while addressing administrative adjustments pursuant to federal regulations.
    The document is an amendment to a federal solicitation (36C10F24R0075) by the Department of Veterans Affairs for design-build services to replace seismically deficient animal research buildings at the Sepulveda Ambulatory Care Center in North Hills, California. It reinstates the requirement for a Project Labor Agreement (PLA) following the rescindment of a class deviation that previously waived this requirement, in accordance with federal regulations. The deadline for submitting qualifications has been extended to March 3, 2025, at 4:00 PM Pacific Time. All other provisions of the solicitation remain unchanged. The amendment emphasizes the importance of adhering to federal labor agreements during construction projects, reflecting compliance with established policies and guidance for federal contracts. This solicitation amendment underscores the government's commitment to improving infrastructure while ensuring appropriate labor standards are met.
    The document is an amendment to a solicitation for a Design Build Construction project for an Animal Research Facility at the Sepulveda VA Medical Center. The amendment extends the deadline for proposals to June 16, 2025, at 12 PM Pacific Time, and outlines the project’s two-phase period of performance—design lasting 241 calendar days and construction lasting 520 calendar days, totaling 761 calendar days. Selected firms must prepare a 30-minute virtual presentation scheduled for June 17, 2025, accompanied by a Q&A session. Proposals will be accepted only from the three firms previously identified, and any subcontracting opportunities will be coordinated by these firms. The document lists various attached reports and drawings related to building specifications that provide further details relevant to the project. The amendment reflects the Federal Government's commitment to enhancing facilities for veterans through structured and regulated processes.
    The Department of Veterans Affairs (VA) Solicitation No. 36C10F24R0075 outlines an amendment regarding the Design-Build Construction of an Animal Research Facility in North Hills, CA. Key amendments include an extended proposal submission deadline to June 16, 2025, and the provision of stipends for unsuccessful bidders to facilitate Phase 2 proposals. The document responds to multiple Requests for Information (RFIs) which clarify requirements related to certifications, project management personnel qualifications, compliance with federal codes, and specific construction details. Areas of focus include addressing responses to various construction standards and guidelines, including the American Association for Accreditation of Laboratory Animal Care certifications and National Research Council guidelines. Additionally, it emphasizes the criticality of following the VA Technical Information Library standards, particularly regarding environmental impact assessments and LEED Silver certification requirements. The amendment confirms the project’s adherence to regulations while maintaining flexibility for the contractor to propose alternative designs, provided they ensure compliance with VA guidelines. Overall, this document serves to clarify expectations and requirements crucial for establishing a successful construction project, reflecting the VA's aim to enhance research and facility operations through compliant and effective infrastructure development.
    The document is an amendment for a solicitation regarding the Phase II design-build construction of an animal research facility at the Sepulveda VA Medical Center, aimed at replacing buildings 47 and 103. It includes key information such as the contracting office details, project number, and solicitation number. The bid submission deadline has been extended to June 2, 2025, at 4 PM Pacific Time, and participation is limited to three selected contractors who passed the Phase I evaluation: Korte Construction Company, S. J. Amoroso Construction Company, LLC, and Richard Group, LLC. Specific bidding materials will be provided electronically to these contractors for their proposals. The project cost is estimated between $20 million and $50 million, with a requirement for a bid guarantee of at least 20% of the bid price. Several clauses have been removed and added to the solicitation, ensuring compliance with current federal regulations. Additionally, the amendment outlines that subcontracting opportunities are available and should be sought by the listed general contractors. Overall, the amendment reinforces the contracting process's structure and operational guidelines within a government procurement context.
    The Department of Veterans Affairs (VA) has issued a Request for Qualifications (RFQ) for the design and construction of a new Animal Research Building at the Sepulveda Ambulatory Care Center in Los Angeles, CA. This initiative seeks to replace seismically deficient buildings 47 and 103, with a project budget estimated between $20 million and $50 million. The procurement is structured in two phases; Phase I evaluates qualifications, inviting no more than three qualified contractors to proceed to Phase II for proposal submission. The successful Design-Build Team (DBT) will be responsible for providing a comprehensive design and construction solution, adhering to VA standards, and ensuring minimal disruption to the operational medical center. Key project components include compliance with seismic standards, demolition of existing structures, and development of associated site utilities. Contractors must submit qualifications by February 14, 2025, with a project contract anticipated to be awarded by June 2025. The government aims for an effective partnership with the contractor to elevate project quality and efficiency, reflecting broader goals for modernizing VA facilities while ensuring safety and compliance during construction activities.
    This government file outlines a Request for Proposal (RFP) for a comprehensive upgrade of mechanical, electrical, and plumbing (MEP) systems, along with associated architectural and structural modifications. The project involves evaluating existing conditions, designing new systems, and installing them in accordance with specified standards and regulations. Key components include improvements to heating, ventilation, air conditioning (HVAC), plumbing, electrical distribution, and fire suppression systems. The RFP emphasizes the need for detailed plans, adherence to safety protocols, and coordination among various trades. It also details specific requirements for various components, including lighting, power, and data systems. The overarching goal is to modernize facilities, enhance operational efficiency, and ensure compliance with relevant codes and standards for government buildings.
    Millennium Consulting Associates conducted a hazardous materials survey at the VA Sepulveda campus, identifying asbestos-containing materials (ACM) and lead-based paint (LBP) in fifteen buildings. The project, performed for the VA Greater Los Angeles Healthcare System, aimed to quantify these materials and provide abatement cost estimates to aid future renovation or demolition projects. The survey utilized EPA 600/R-93/116 for asbestos analysis and X-Ray Fluorescence (XRF) for lead paint detection, adhering to federal and state regulations including Cal/OSHA and EPA guidelines. For Building 7, specifically, ACM was found in flooring and fire doors, with an estimated asbestos removal cost of $26,520 and lead-based paint removal costs of $49,000, totaling $75,520. The report also details the proposed addition to Building 7 for seismic mitigation, consolidating Buildings 47 and 103, and outlining structural and seismic design criteria for the new construction.
    Millennium Consulting Associates completed a limited asbestos and lead survey for buildings at the VA Sepulveda campus, ordered under Task Order No. VA262-13-J-4558 and Contract No. GS-10F-0229U. The goal was to identify and assess asbestos-containing materials (ACM) and lead-based paint (LBP) to facilitate future repairs and renovations. The survey covered buildings 1, 7, 10, 20, 21, 22, 23, 24, 25, 42, 44, 45, 60, 62, and 63, focusing solely on interior spaces. Empirical findings noted that building 7 contains ACM in flooring and fire doors, with an estimated removal cost of $26,520 and LBP removal estimated at $49,000, totaling $75,520 for this structure. A total of 210 bulk samples identified ACM, while 366 lead readings indicated 38 instances of lead concentration above safe levels. Recommendations for cost-effective abatement strategies are provided along with quantification and documentation of hazardous materials. Overall, the survey underscores the necessity for proper handling of hazardous materials in order to ensure compliance with health and safety regulations, supporting the VA's commitment to the well-being of its facilities.
    The Past Performance Questionnaire (PPQ) is a crucial component for contractors bidding on government projects, specifically for the Veterans Administration, Office of Construction and Facilities Management. It requires contractors to provide detailed information about their past projects, including contract details, financial aspects, and a description of the project's scope and relevance. The PPQ facilitates an evaluation of the contractor's ability to perform professional design services, particularly for projects like replacing seismically deficient animal research buildings. Evaluators, typically clients, assess the contractor's performance across various criteria such as quality, schedule adherence, communication, management, cost control, and subcontract management, using a defined adjectival rating system. The completed questionnaire is returned to the offeror for inclusion in their SF 330 submission, underscoring its importance in the selection process for federal government RFPs.
    The provided document is a Past Performance Questionnaire (PPQ) form utilized by the Veterans Administration (VA) for evaluating contractors seeking tasks related to constructing and managing facilities, specifically in the context of a project at the VA Medical Center in Sepulveda, California. The questionnaire aims to capture comprehensive information about the contractor’s previous performance, including contract details, project scope, and evaluator feedback on various performance aspects such as quality, timeliness, communication, management, financial oversight, and subcontractor management. Evaluators are expected to assess the contractor’s ability to meet project requirements, providing ratings from outstanding to unsatisfactory based on their experiences. The document emphasizes the need for detailed and accurate evaluations to inform the decision-making process regarding prospective contractor awards. The completion and careful evaluation of this form are integral to the VA's procurement processes, ensuring compliance with federal contracting standards and promoting effective project execution.
    The document outlines a Request for Qualifications (RFQ) issued by the Department of Veterans Affairs for a Design-Build project to replace seismically deficient Animal Research Buildings 47 and 103 at the Sepulveda Ambulatory Care Center in Los Angeles, California. The RFQ consists of a two-phase procurement process, with Phase I focused on qualifying contractors based on technical and management approaches, while Phase II will require detailed proposals from the top three qualified bidders. The project involves the design and construction of a new 7,500 GSF Animal Research Facility, which must meet the latest seismic and research standards. The contractor is responsible for all aspects, including demolition, site preparation, and compliance with VA and California codes. Key elements include submissions for technical approaches, safety records, quality control measures, and a partnership approach with the government to maximize efficiency and collaboration. The RFQ emphasizes the importance of minimizing disruptions to adjacent properties and managing construction impacts. With a budget between $20M to $50M, the contract will be awarded based on a "best value" determination that may not necessarily favor the lowest price, indicating a comprehensive evaluation of proposals based on technical capabilities, past performance, and cost.
    The document outlines the Small Business Subcontracting Plan template effective from November 27, 2024, designed to assist federal contractors in complying with the requirements of FAR 52.219-9. It requires contractors to develop a plan that covers the entire contract performance period or aligns with the company's fiscal year. The plan must detail subcontracting goals for various business categories, including small businesses, veteran-owned, service-disabled veteran-owned, HUBZone, small disadvantaged, and women-owned businesses. The template emphasizes the need for accurate reporting, good faith efforts in subcontracting, and the inclusion of a program administrator responsible for overseeing compliance. Contractors must also maintain detailed records of outreach efforts, subcontracting opportunities, and solicitations to small business concerns, ensuring equitable access to subcontracting opportunities. Furthermore, the plan mandates a flow-down clause to ensure that subcontractors also adhere to the same responsibilities. Compliance with these guidelines is critical for maintaining contract eligibility. Overall, the document serves as a structured framework to enhance small business participation in federal contracting, thereby promoting economic diversity and support for smaller firms in government projects.
    The Department of Veterans Affairs (VA) has issued a class deviation, effective immediately, to VA Acquisition Regulation (VAAR) Parts 822 and 852. This deviation mandates contractor compliance with Executive Order (E.O.) 13899, "Combatting Anti-Semitism." All VA contracting activities must now include a new clause, 852.222-71, "Compliance with Executive Order 13899," in solicitations and contracts that use appropriated funds and exceed the simplified acquisition threshold. Contracting officers are also required to incorporate this clause into existing contracts that meet these criteria and are not yet physically complete or have more than six months remaining. The deviation ensures adherence to E.O. 13899 by requiring contractors to comply with its provisions and to disclose any violations by their personnel or subcontractors.
    The Department of Veterans Affairs has issued a memorandum dated April 1, 2025, to implement a class deviation in the VA Acquisition Regulation (VAAR). This deviation mandates compliance with Executive Order 13899, aimed at combating anti-Semitism, particularly in contracting activities that exceed the simplified acquisition threshold (SAT). The classification specifically affects VAAR Parts 822 and 852, requiring all contract solicitations and awards involving appropriated funds to include a new clause (852.222-71) addressing this executive order. The memorandum outlines the need for this deviation to promote adherence to anti-discrimination measures and specifies that contracting officers are to implement the new clause in relevant solicitations and existing contracts still active or under performance. There are no exceptions noted, reinforcing the obligation for compliance across all VA contracting activities. For any questions regarding the implementation, inquiries should be directed to the provided procurement policy email. This action underscores the VA's commitment to uphold civil rights in its contracting processes and demonstrates a proactive approach to addressing discrimination through federal contracting requirements.
    General Decision Number: CA20250022, effective March 28, 2025, supersedes CA20240022 and outlines prevailing wage rates for Building, Heavy, and Highway construction projects in Los Angeles County, California. This document, relevant for federal and state/local RFPs, details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts post-January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). It includes detailed wage and fringe benefit rates for various crafts like Asbestos Workers, Carpenters, Electricians, and Power Equipment Operators, with specific classifications and premium pay for hazardous work, military bases, and defined geographic zones. Annual adjustments to minimum wage rates are noted, along with requirements for conformance requests for unlisted classifications. The document emphasizes compliance with worker protections under the Executive Orders.
    The document outlines wage determinations for construction projects in Los Angeles County, California, under the Davis-Bacon Act and related Executive Orders. It specifies the minimum wage rates and fringe benefits required for various classifications of workers in jobs ranging from building construction to heavy and highway projects. Key Legal Notes include that contracts initiated or renewed after January 30, 2022, fall under Executive Order 14026, mandating a minimum wage of $17.75 per hour. Contracts awarded between January 1, 2015, and January 29, 2022, are subject to Executive Order 13658, which requires at least $13.30 per hour. The document lists specific rates for different trades, including electricians, carpenters, plumbers, and laborers, accompanied by additional premiums for work in hazardous conditions or specific geographic regions. Additional classifications for labor types include tunnel work, hazardous material handling, and equipment operation. This guidance aims to ensure fair compensation aligned with federal standards, supporting equitable labor practices in government-funded projects.
    Similar Opportunities
    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.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    Z1DA--DB Construction | Project No. 570-26-611 Install Tieback Roof Anchors, Building 1 - Fresno
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a Design-Build project to install tieback roof anchors on Building 1 at the Fresno VA Medical Center, under Project No. 570-26-611. The objective is to enhance safety and functionality by installing permanent window-washing davit anchor systems, requiring comprehensive design and construction services that adhere to various safety and regulatory standards. This project is critical for ensuring the safety of maintenance operations in an active hospital environment, with an estimated contract value between $250,000 and $500,000. Interested contractors must submit their Phase I proposals by December 16, 2025, at 2:00 PM PST, and can direct inquiries to Contract Specialist Daniel Jhun at Daniel.Jhun@va.gov.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    36C26126R0007 Replace B530 Gymnasium Floor Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for the replacement of the gymnasium floor in Building 530 at the VA Palo Alto Healthcare System. The project requires comprehensive construction services, including the removal of existing flooring, mold remediation, and the installation of a new maple wood gymnasium flooring system, ensuring a safe and durable surface for athletic and community use. This procurement is particularly significant as it supports the VA's commitment to providing quality facilities for veterans and the community. The estimated project cost ranges from $500,000 to $1 million, with a performance period of 60 calendar days. Interested contractors must submit their proposals by December 22, 2025, and can direct inquiries to Contract Specialist Christopher Aguon at christopher.aguon@va.gov or (808) 433-0600.
    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 Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    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.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.