This amendment to Solicitation Number 36C25726R0013, issued by the Department of Veterans Affairs, Central Texas Veterans HCS, clarifies the site visit date for all offerors/bidders. The original solicitation is modified to correct a typo regarding the site visit. The correct date for the site visit is November 13, 2025, at 11:00 AM CT. All other terms and conditions of the original solicitation remain unchanged. This document serves as a formal notification to ensure all prospective contractors are aware of the corrected site visit information, which is crucial for those interested in submitting offers.
Amendment 0002 to Solicitation 36C25726R0013, issued by the Department of Veterans Affairs, Central Texas Veterans HCS, extends the offer receipt date and provides a list of attendees from the site visit. This amendment, dated November 16, 2025, modifies the original solicitation for project number VA-VHA-RPOW-2026-0001. Offerors must acknowledge receipt of this amendment to ensure their bids are considered. The amendment's purpose is to facilitate transparency and update prospective contractors on the solicitation process for the Cart Elevator project.
This amendment addresses questions and answers related to Solicitation 36C25726R0013 for the "Central Texas – Replace Cart Elevators" project at the Department of Veterans Affairs. Key clarifications include that the VA will only pay for materials after installation, and one Superintendent and one Site Safety and Health Officer (SSHO) are required. The Prime Contractor does not need a Quality Control Manager (QCM). A lay-down yard will be identified for material staging and an office conex. Microsoft Project is an acceptable scheduling tool, and all submittal transfers will be via email. The amendment clarifies fire alarm system responsibilities, material storage, and the acceptability of alternate temporary wall systems. Negative air systems and ICRA barriers extending to the deck are required. The VA will not provide existing product information for matching materials but requires samples for approval. Disruptive work must be scheduled for weekends or after hours. The existing elevators operate on emergency power, and third-party inspections are not part of the SOW. New mech-room-less elevators are required, and the GC must verify the existing 600v service. Specifications take precedence over drawings in case of conflict, and the manufacturer determines rope size, not a fixed .50 inches. Lead-time delays for Matot Inc. equipment will result in a no-cost time extension. The amendment also details procedures for power feeder verification and demolition scheduling, emphasizing night and weekend work for areas adjacent to occupied spaces.
This document is a Request for Proposal (RFP) for the "Replace Cart Elevators - Surgery" project (Solicitation Number 36C25726R0013) at the Department of Veterans Affairs Central Texas Veterans Health Care System in Temple, TX. The project, valued between $1,000,000.00 and $2,000,000.00, is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside under NAICS code 238290. The contractor will provide all labor, materials, equipment, and supervision to replace cart elevators in Building 163, involving reconfigurations of electrical, mechanical, and other systems. Key dates include a mandatory pre-bid site visit on November 6, 2025, RFI/question cut-off on November 26, 2025, and offer submission deadline on January 5, 2026. Proposals must be submitted via email in four volumes: Technical Acceptability, Past Performance, Price, and Solicitation/Offer/Award Documents. Past performance is significantly more important than price in the evaluation. The performance period is 270 calendar days after the Notice to Proceed, with performance and payment bonds due within 10 calendar days of award.
The Department of Veterans Affairs, Network Contracting Office 17, is issuing a pre-solicitation notice for a Request for Proposals (RFP) for construction services. The project involves replacing cart elevators from the basement to the second floor of the main clinical building (163) at the Temple VAMC in Temple, TX. This aims to improve workflow between the SPS and Surgery departments. The solicitation, numbered 36C25726R0013, is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and has a NAICS code of 238290. The estimated magnitude of construction is between $1,000,000 and $2,000,000. The period of performance is 270 days after the Notice to Proceed. Due to the 24-hour healthcare facility operation, some work may be required after hours and on weekends, with work phased one floor at a time. The RFP is expected to be issued on SAM.gov around November 6, 2025, and will include a pre-bid site visit. Offerors must be registered in SAM, have a current VETS 4212 report, and be verified as an SDVOSB in SBA's MySBA Certifications at the time of proposal submission.
The Department of Veterans Affairs Central Texas Veterans Health Care System is undertaking Project No. 674-22-107, focused on replacing cart elevators in Building 163, specifically in the surgical suite. The project aims to upgrade existing hydraulic elevators to new traction elevators, traveling between the basement (SPS Department) and the second floor (Surgical Suite). The work is divided into two phases: Phase 1 involves replacing the dirty cart elevator, and Phase 2, further divided into two steps, includes creating a new doorway and replacing the clean cart elevator. The project emphasizes strict adherence to safety, security, and infection control protocols, including daily site cleaning, HEPA-filtered ventilation, and negative air pressure in construction areas. Contractors must coordinate extensively with VA staff, field verify existing conditions, and manage construction logistics, including material movement and utility shutdowns, with prior approval. This document outlines architectural demolition, new construction plans, and electrical system upgrades, ensuring minimal disruption to ongoing hospital operations.
The document outlines the Price Schedule Breakdown Instructions for a federal government construction project, likely an RFP or grant, focusing on fixed-price contracts. It details how awardees are responsible for verifying calculation accuracy for subtotals and the contract total, and for transposing these figures to the Price Summary. The