Z1DA--Install Campus Fall Protection VAMC Las Vegas, NV Project 593-23-308
ID: 36C26125R0040Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB) for the installation of campus fall protection systems at the VA Southern Nevada Healthcare System in Las Vegas, NV. The project aims to enhance safety by addressing deficiencies in fall protection measures on rooftops, basements, and loading docks to comply with OSHA standards, with an estimated budget between $1 million and $2 million. This initiative underscores the VA's commitment to ensuring workplace safety and regulatory compliance within its facilities, emphasizing the importance of minimizing disruption to hospital operations during construction. Proposals must be submitted electronically by June 20, 2025, and interested parties can direct inquiries to Contract Specialist Christopher Whipple at christopher.whipple@va.gov.

    Point(s) of Contact
    Christopher WhippleContract Specialist
    christopher.whipple@va.gov
    Files
    Title
    Posted
    The solicitation under number 36C26125R0040 by the Department of Veterans Affairs seeks proposals from qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB) for constructing campus fall protection at the VA Southern Nevada Healthcare System in Las Vegas. The project, valued between $1 million and $2 million, requires the installation of safety features on rooftops, in basements, and around loading docks to meet OSHA standards. Proposals must be submitted electronically by June 16, 2025, and include a bid guarantee. Interested offerors must have a verified SDVOSB status and be registered on the SAM and SBA Veteran Small Business Certification (VetCert) websites. The government aims to award a single firm-fixed-price contract based solely on the lowest cost. Offerors are encouraged to conduct a pre-bid site visit to assess project specifics. All construction efforts must align with safety and quality assurance regulations, ensuring minimal disruption to hospital operations during the execution of the project. The submission process emphasizes clear communication and adherence to detailed project guidelines provided in the scope of work.
    The Department of Veterans Affairs has issued a presolicitation notice for the Install Campus Fall Protection Project at the VA Medical Center in Las Vegas, NV. This construction project, designated as 593-23-308, aims to enhance fall protection measures on campus rooftops and other areas lacking adequate safety features. The project is set aside for Service Disabled Veteran Owned Businesses (SDVOSB) and falls under NAICS Code 236220, associated with Commercial and Institutional Building Construction. The construction is expected to cost between $1,000,000 and $2,000,000, with an estimated project duration of approximately 210 days post-Notice to Proceed. The need for this project arises from insufficient installation of fall protection during initial construction, violating OSHA standards and posing safety risks to employees and contractors. The work will involve providing compliant fall protection devices in areas identified as hazardous, improving workplace safety and accessibility for maintenance activities. Interested parties are encouraged to direct inquiries to the provided contracting officer contact, with formal solicitation documents anticipated to be released on or around May 14, 2025.
    The Sources Sought Notice pertains to the installation of fall protection systems at the VA Medical Center in Las Vegas, Nevada, under Project No. 593-23-308. The purpose of this initiative is to rectify deficiencies in fall protection on the hospital's roof, which were identified during construction. The absence of compliant fall protection contributes to safety hazards for both employees and contractors, violating OSHA standards. This project aims to enhance current fall protection measures by installing additional devices where fall risks exist, ensuring safe access for maintenance of building features such as HVAC equipment, roof drains, sunlight access, and various roof access points. The contracting office is part of the Department of Veterans Affairs, with set-aside provisions for Service-Disabled Veteran-Owned Small Business concerns (SDVOSBC). Responses to the notice are due by April 11, 2025. The document underscores the importance of compliance with safety standards and protecting workers in high-risk environments at the VA Southern Nevada Healthcare System.
    This document serves as Amendment 0001 to solicitation 36C26125R0040 regarding the project to install campus fall protection at the VA Medical Center in Las Vegas, NV. The amendment includes the attendees list from a pre-solicitation site visit held on May 21, 2025. It emphasizes that all other terms and conditions of the original solicitation remain unchanged and in effect. Interested parties must acknowledge receipt of this amendment through specified methods. For inquiries regarding the notice, stakeholders are directed to email designated contact persons at the Department of Veterans Affairs. This revision reinforces the government's commitment to transparent communication with potential contractors and ensures preparatory efforts for the project are properly documented.
    The document is an amendment to a solicitation for a project managed by the Department of Veterans Affairs, specifically the Network Contracting Office 21. Its primary purpose is to extend the proposal submission deadline to June 19, 2025, at 14:00 PDT, while providing answers to questions received through Requests for Information (RFI). Additional documents attached include RFI Question and Answer responses, Pre-construction Risk Assessments (PCRAs), and project As-Built Drawings for several buildings involved in the project. The amendment reinforces that all other terms and conditions of the solicitation remain unchanged and continue to be in effect. This document is significant in the context of government RFPs as it showcases procedural updates for contractors bidding on federal projects, ensuring that they have the necessary information to submit compliant proposals and underscoring the importance of communication and transparency in government contracting processes.
    This government document is an amendment to a solicitation issued by the Department of Veterans Affairs (VA) for proposals related to a specific project, identified as solicitation number 36C26125R0040. The primary purpose of this amendment is to extend the deadline for proposal submissions to June 20, 2025, at 9:00 PDT. The document outlines instructions for offerors on how to acknowledge receipt of the amendment and make necessary changes to their proposals if desired. Importantly, it specifies that all other terms and conditions of the original solicitation remain unchanged and enforceable. The structure includes sections for contract identification, administrative details, and a summary of changes made by this amendment. Overall, this amendment ensures that interested parties have additional time to prepare their proposals while maintaining the integrity of the solicitation process.
    The document consists predominantly of repeated entries labeled "Record Drawings" dated February 20, 2013. There appears to be no accompanying context or significant variation in the information presented, indicating a focus on the documentation of record drawings on the specified date. The purpose of these record drawings typically involves maintaining a formal record of the conditions, changes, or final construction details relevant to a project. In the context of government annals dealing with Requests for Proposals (RFPs) and grants, such record drawings are essential for transparency, accountability, and compliance with federal or state requirements. They serve as critical supportive documentation for ongoing projects, facilitating the oversight of public funds and ensuring proper project execution. However, the repetition and lack of additional information in the file limit its effectiveness as a standalone document. Overall, while pertinent in the realm of construction and project management, the entries fail to provide substantive insights or details beyond their repetitive nature.
    The document outlines the upper-level plan layout for the New VA Medical Center in North Las Vegas, NV, specifically the Central Plant and Off-Site Package for Phase I of the project. It lists the project’s consultants, including civil (G.C. Wallace, Inc.), mechanical/electrical/plumbing (Syska Hennessy Group), life safety (Fire Safety Engineers), and geotechnical engineering (Ninyo and Moore), among others. The drawing includes technical specifications for fire sprinkling and utilizes various scales for precision. The plan emphasizes coordination between different engineering disciplines and aligns with federal grant standards for the construction and operational phases of the facility. The detailed construction elements reflect compliance with VA regulations, indicating a commitment to providing modern medical infrastructure while maintaining life safety and operational effectiveness. This document is essential for stakeholders involved in the project's ongoing development and adherence to procurement and funding protocols.
    The document outlines the construction plans for the VA Medical Center's Phase V addition, specifically the Administration Building and Education Center. It includes detailed roofing specifications with a minimum slope requirement of 1/4" per foot to ensure proper drainage. Various architectural, structural, mechanical, and geotechnical contributors are outlined, indicating a multidisciplinary approach to design and construction. The project emphasizes compliance with safety codes, including fire ratings and acoustical performance of wall assemblies. It mandates full coordination among contractors for mechanical, plumbing, and electrical systems to avoid conflicts during installation. Specific requirements for materials, such as insulation and flashing, as well as installation techniques are detailed, emphasizing the importance of building integrity and safety. The summary reflects the project’s objective of enhancing healthcare facilities while ensuring adherence to technical standards and regulations, showcasing the Department of Veterans Affairs' commitment to providing high-quality services to veterans through improved infrastructure.
    The document outlines a project for the installation of fall protection safeguards across the VA Southern Nevada Healthcare System campus, located at 6900 N Pecos Road, North Las Vegas, NV. The primary goal is to elevate safety standards in compliance with OSHA regulations by implementing fall protection devices where deficiencies currently exist. This involves assessing rooftop areas, installing new fall protection systems, and eliminating any safety hazards for personnel working in these environments. The project is detailed in various plans, covering different buildings within the campus, specifying demolition areas, existing conditions, and installation requirements for fall protection systems such as anchor stanchions and lifeline cables. Key personnel, including engineers and safety managers, are named, along with their respective roles and contact information, indicating a collaborative effort on this initiative. The document serves as a comprehensive guide for contractors responding to the project RFP, detailing technical specifications and safety standards necessary for compliance. Overall, this initiative reflects the VA's commitment to ensuring worker safety within its healthcare facilities.
    The project, identified as No. 593-23-308, aims to install campus fall protection systems at the VA Southern Nevada Healthcare System in Las Vegas, NV. The initiative is necessary due to the absence of compliant fall protection devices, which violates OSHA standards and poses safety risks for employees and contractors. The scope includes augmenting existing safety measures across the rooftops of Buildings 1-7, the Basement Mezzanine of Building 1, and the Loading Dock Retaining Walls. This construction project is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) with a budget between $1 million and $2 million. Key details include that proposals must be submitted by a specified due date, and the intention is to award a single task order based solely on price without discussions, although the option for discussion remains at the discretion of the contracting officer. An expected contract award date is around July 16, 2025, and the period of performance is 210 calendar days from the notice to proceed. A formal pre-proposal site visit is required, with all questions to be submitted in writing via Requests for Information (RFI). This project underscores the VHA's commitment to enhancing workplace safety and regulatory compliance within its facilities.
    The document outlines the price breakdown for the installation of campus fall protection systems at the VA Southern Nevada Health Care System, referenced by RFP 36C26125R0040. It categorizes costs into divisions, such as General Requirements, Existing Conditions, Metals, Thermal and Moisture Protection, and Finishes, with each division requiring detailed financial inputs for materials and labor—although specific amounts are left blank. Overall, the breakdown includes overhead, profit, and insurance costs, culminating in a total offer for all sections. Additionally, there are provisions for repairing interior finishes impacted by roof structure installations. The purpose of this file is to provide potential contractors with a structured pricing framework that maintains clarity and transparency in the bidding process, vital for compliance with government contracting standards.
    This document is a Request for Information (RFI) form intended for use in federal solicitation processes, specifically for inquiries related to proposals and evaluations. It outlines a structured method for potential offerors to submit their questions about the solicitation, including its evaluation factors and statement of work through an editable format to be sent via email to a designated contact at the VA. The document emphasizes that all inquiries should be numerically sequenced and includes fields for company details, inquiry submission date, and specific questions. Responses to these inquiries will be compiled and communicated via amendments sent through email or posted on SAM.gov, while telephone inquiries will not be entertained. This RFI form exemplifies the government's methodical approach to gathering information and clarifying requirements in the procurement process, ensuring transparency and efficient communication with prospective contractors. It serves as an integral part of the overall federal grants and RFP processes, facilitating an organized dialogue between offerors and the contracting authority.
    The Sources Sought Notice for Project No. 593-23-308 by the VA Southern Nevada Healthcare System seeks qualified contractors for installing additional fall protection systems on the hospital campus. The project is necessary due to previously omitted fall protection, which violates OSHA standards and poses safety risks for personnel. The Government aims to gather market information to identify capable vendors and determine potential procurement strategies, encouraging responses from various business classifications, including small and disadvantage groups. Interested offerors must demonstrate their abilities through a detailed Statement of Capability, outlining past relevant experience. Additionally, vendors must indicate their business size, socio-economic status, bonding capability, and answer specific feasibility questions regarding the project. The expected construction cost ranges between $1,000,000 and $2,000,000, necessitating eligible businesses to be registered in the System for Award Management (SAM) and comply with various verification standards. Responses are due by April 11, 2024, and will inform acquisition decisions but do not constitute an obligation to procure services.
    The "Install Campus Fall Protection" project at the VA Southern Nevada Healthcare System aims to enhance safety by addressing deficiencies in fall protection measures on hospital rooftops and other critical areas. This initiative arises from OSHA violations due to missing compliant devices that pose risks to staff and contractors. The project involves installing additional fall protection systems on rooftops of buildings, the basement mezzanine, and loading dock retaining walls, ensuring accessible maintenance for HVAC units and other features as stipulated by Valhalla Engineering Group's design documents. Contractors must submit a comprehensive quality assurance/quality control plan, conduct site visits, and coordinate with VA personnel throughout the project. Key safety protocols, including ensuring contractor personnel wear identifiable clothing and obtain necessary security clearances, are imperative. The work must adhere to all federal regulations, including providing bid proposals and meeting documentation requirements. The project timeline allows for 210 days following the notice to proceed, with substantial emphasis on minimizing disruption to hospital operations. Rigorous planning for utility impacts and project costs is required, culminating in a final inspection and acceptance process that ensures compliance with the contract specifications. This initiative underlines the government's commitment to workplace safety and operational integrity within its healthcare facilities.
    The VA Southern Nevada Healthcare System is initiating the "Install Campus Fall Protection" project, which aims to address safety deficiencies by adding fall protection devices in areas where they were previously omitted, thereby complying with OSHA standards. The contractor will be responsible for providing labor, materials, and supervision to complete the installation as specified in the project documents dated March 28, 2024. The project site includes rooftops of Buildings 1-7, Building 1's Basement Mezzanine, and Loading Dock Retaining Walls. A pre-bid site visit is recommended for bidders to assess the work requirements. The contract emphasizes innovation, quality assurance, and risk control, particularly regarding the hospital's operational environment. Contractors must follow specific security protocols, obtain prior equipment certifications, and coordinate with government personnel, including the Contracting Officer Representative. The project is scheduled for completion within 210 calendar days post-notice to proceed, with regular meetings and detailed plans required for safety, material delivery, and utility shutdowns, ensuring minimal disruption to medical services. This initiative illustrates the government's commitment to enhancing workplace safety within healthcare settings while maintaining compliance with relevant regulations.
    The project at the Southern Nevada VA Medical Center involves the installation of campus fall protection, focusing on safety measures during construction. The document outlines 100% construction documents, technical specifications, and general requirements for contractors. Key responsibilities include adherence to safety guidelines, coordination for minimal disruption of medical center operations, and strict regulatory compliance, particularly concerning OSHA and VHA directives. The project emphasizes safety protocols in the construction environment to protect both workers and patients, particularly highlighting fire safety measures and infection control strategies. Contractors must maintain clear communication with VA representatives, comply with security protocols, and ensure that all construction operations minimize risks to utility services and patient care areas. The document also specifies requirements for proper waste disposal, maintenance of existing structures, and maintaining clear access routes within the medical facility during operations. This initiative reflects the VA's commitment to enhancing the safety and functionality of its facilities in a manner that prioritizes the well-being of veterans and operational efficiency.
    The document pertains to various aspects of federal and state/local Requests for Proposals (RFPs) and grants, providing a framework for potential contractors and organizations to follow when submitting proposals or applications. It outlines the importance of adhering to specific regulations and standards expected within the contracting process. Key sections likely include guidelines on eligibility, submission requirements, evaluation criteria, and timelines for proposal acceptance. Additionally, the document emphasizes the significance of community engagement and collaboration when pursuing grants and contracts, highlighting the necessity for applicants to demonstrate how their proposals can benefit target populations and align with government priorities. It advocates for transparency throughout the proposal process, ensuring all stakeholders are informed during evaluation and selection phases. Overall, the document serves as a comprehensive resource for entities looking to navigate the complex landscape of government contracting and funding opportunities, thereby encouraging strategic alignment with government objectives and best practices in proposal development.
    The document presents a series of federal and local Requests for Proposals (RFPs) and grants aimed at funding various initiatives. It outlines key opportunities for funding in areas such as public health, infrastructure, community development, and environmental protection. Each RFP includes specific guidelines for applicants, detailing eligibility requirements, application processes, and evaluation criteria. Local governments, non-profit organizations, and other eligible entities are encouraged to submit proposals that align with predefined objectives and goals. The document emphasizes the importance of community involvement and sustainable practices in project design. It also highlights deadlines for proposal submissions and the need for applicant organizations to demonstrate capacity and experience in executing similar projects. Overall, the file serves as a comprehensive resource for potential grant seekers, helping them navigate funding opportunities to address pressing issues within their communities while adhering to federal and state regulations.
    The document appears to comprise various federal and state-level Requests for Proposals (RFPs) and federal grants, although the content is largely obscured by encoding issues. The overarching aim of the RFPs and grants is to solicit applications from organizations capable of fulfilling specific governmental needs or projects. Each RFP outlines a set of requirements and criteria that must be met by potential contractors or grantees, along with guidelines for submission and evaluation. Key themes within this type of government documentation typically include project objectives, timelines, funding details, eligible applicant categories, and submission procedures. Furthermore, the documents emphasize compliance with regulatory standards and transparency to ensure fair and equitable processes for interested parties. Overall, the summary presents an understanding of the common structure and purposes of government RFPs and grants – which are to facilitate partnerships between public entities and private organizations while ensuring adherence to legal and operational standards.
    The document outlines a series of questions and answers related to a solicitation for the installation of fall protection systems at the VA Medical Center in Las Vegas, Nevada. It addresses various technical specifications, including anchor design, safety officer requirements, and materials approved for use. Key points include the need for a separate Safety and Health Officer (SSHO) and Quality Control (QC) manager, reaffirmed as distinct roles for the project's compliance and enforcement of safety standards. The document clarifies that the Engineer of Record (EOR) holds final responsibility for structural integrity evaluations, while contractors are tasked with verifying existing conditions before proceeding. The importance of adhering to specific materials, engineering standards, and compliance with OSHA regulations is emphasized throughout, alongside the need for proper project planning and logistics. Additionally, the document mentions that the project must be executed according to set phasing guidelines and includes stipulations regarding the contractor's responsibility for permits and inspections. This comprehensive Q&A addresses critical aspects of the project, showcasing the VA’s commitment to safety and precise project execution while ensuring contractor accountability.
    The VHA Infection Control Risk Assessment (ICRA) provides a comprehensive framework for managing infection risks during construction, renovation, and maintenance activities in healthcare facilities. It outlines a structured approach through a series of tables that categorize activity types, assess risk levels, and determine necessary infection prevention measures. The document specifies four activity categories (A, B, C, D) based on the scope and complexity of the work, ranging from minor inspections to large-scale renovations. Each category dictates specific infection control precautions aligned with patient risk levels, classified into low to highest risk. The ICRA emphasizes the importance of multidisciplinary coordination, requiring documentation of affected areas and patient care zones. Control measures escalate in intensity based on the identified risk levels, ensuring strict protocols to mitigate dust and other contaminants. Levels of precautions from I to IV involve proactive measures from basic cleaning to the establishment of critical barriers and continuous negative pressure monitoring. This ICRA is essential for compliance with federal health standards and local regulations, promoting patient safety by minimizing infection risks during facility improvements. It underscores the government's commitment to sustaining healthcare environments through robust risk management practices.
    Similar Opportunities
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    Z1DA--DB Construction | Project No. 570-26-611 Install Tieback Roof Anchors, Building 1 - Fresno
    Buyer not available
    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.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Buyer not available
    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.
    Z2DA--Install Building Lightning Protection Project# 695-22-106
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Install Lightning Protection" project (Project 695-22-106) at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project involves the installation of lightning protection systems across multiple buildings, including Buildings 70, 91, 102, 111, 112, 113, and 123, with an estimated cost between $2,000,000 and $5,000,000 and a completion timeframe of 365 days from the Notice to Proceed. The procurement is set aside for CVE verified Service-Disabled Veteran-Owned Small Business Firms (SDVOSB), emphasizing the importance of compliance with subcontracting limitations and safety protocols. Bids are due by December 4, 2025, at 10:00 AM CST, with a virtual bid opening scheduled for the same day at 11:00 AM CST. Interested bidders should contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov for further details.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. Contractors are required to provide all labor, materials, equipment, and supervision necessary to remove and replace an old trench cap, as outlined in the Statement of Work, while adhering to safety regulations and environmental disposal guidelines. This project is crucial for maintaining the infrastructure of the facility, ensuring a safe and functional environment for veterans. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. Interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    J059--Elevator Modernization (VA-26-00015294)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the modernization of a hydraulic elevator system at the VA National Acquisition Center in Hines, IL, under solicitation number 36S79726Q0004. The project aims to replace outdated components with new, code-compliant equipment to enhance safety, reliability, and operational performance, extending the elevator's service life by at least 20 years. This initiative is critical for ensuring that the facility meets current safety and operational standards, with a focus on compliance with ASME A17.1/CSA B44, ADA, and local codes. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) must submit proposals by December 22, 2025, at 4:00 PM CST, following a mandatory site visit on December 2, 2025, at 9:00 AM. For inquiries, contact Contract Specialist Michelle B. Williams at michelle.williams4@va.gov or 708-786-4927.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Y1DZ--PN: 636-26-305 Correct Parking Garage Safety Deficiencies (OM) AP: 36C263-26-AP-1060
    Buyer not available
    The Department of Veterans Affairs is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for a design-build project aimed at correcting safety deficiencies in the parking garage at the VA Health Care System Central Plains/Omaha in Nebraska. The project involves the installation of a dry-pipe fire suppression system and jump prevention barriers, with a total estimated value between $1,000,000 and $2,000,000. This initiative is critical for enhancing safety measures within the facility, ensuring compliance with applicable codes and VA design guidelines. Interested firms must submit their responses by December 9, 2025, including company details, eligibility for small business programs, and a capability statement demonstrating relevant experience. For further inquiries, contact Derek Fore at derek.fore@va.gov or call 651-293-3032.