Z1DA--NRM-CONST 528A7-18-740 REPLACE 7C PATIENT DOORS AND SINKS
ID: 36C24225B0019Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the replacement of patient room doors and sinks at the Syracuse VA Medical Center under Project No. 528A7-18-740. This project involves extensive renovations, including the demolition of existing fixtures and the installation of new anti-ligature doors and sinks, with a focus on enhancing patient safety and compliance with healthcare standards. The initiative underscores the VA's commitment to improving healthcare environments for veterans, ensuring that all work adheres to strict safety and infection control protocols. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals electronically by April 30, 2025, and can direct inquiries to Contract Specialist Sandra L. Fisher at sandra.fisher3@va.gov.

    Point(s) of Contact
    Sandra L FisherContract specialist
    sandra.fisher3@va.gov
    Files
    Title
    Posted
    The document outlines requirements for contractors and design firms awarded contracts for construction work at VISN 2 VA facilities, mandating the use of the Autodesk Build Construction management platform (ACC). Contractors must request access to the platform and complete training within specified deadlines, with all requests and training tracked by the project Contracting Officer Representative (COR). The use of ACC is mandatory for all official project communications, including RFIs, submittals, and reports, without exceptions or allowances for non-compliance that may impact contract timelines or budgets. Additionally, contractors are required to manage staff access to the platform proactively, informing the COR of any personnel changes within specified timeframes. This initiative underscores the importance of standardized communication and collaboration in construction projects funded or managed by federal and state entities, enhancing oversight and efficiency in project management. The requirement for ACC training demonstrates an emphasis on ensuring all personnel involved are adequately prepared to utilize the management tools provided.
    The document pertains to a project involving the fabrication and supply of solid surface materials, specifically Corian® and Meganite™, for the Syracuse VA Mental Health Facility. It outlines a submittal package related to these materials, detailing information such as due dates for product data, color samples, and contact details for project participants. The technical specifications focus on the performance properties of Corian® solid surfaces, including tensile strength, surface hardness, thermal expansion, and stain resistance, highlighting its suitability for commercial applications. Additionally, it includes a Material Safety Data Sheet (MSDS) for Corian®, informing on potential health effects during processing and detailing first aid responses, flammability, and handling safety instructions. The document emphasizes the importance of maintenance, repair options, and the warranty terms provided by DuPont for Corian® products. Overall, this material serves as a technical reference for adhering to federal standards in the construction and renovation of healthcare facilities, ensuring compliance and quality in the materials used.
    The Department of Veterans Affairs (VA) is soliciting bids for a construction project involving the replacement of patient room doors and sinks at the Syracuse VA Medical Center. This project, designated as Project No. 528A7-18-740, has a budget range between $250,000 and $500,000 and is exclusively set aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Bidders must provide all necessary labor, materials, and equipment to comply with New York State standards for patient safety, particularly in terms of anti-ligature designs. The contractor is required to begin work within a specific timeframe and complete it within 210 days. A site visit is scheduled for March 25, 2025, to familiarize potential bidders with the project location. All offers must be submitted electronically. Key requirements include registration in the System for Award Management (SAM) and compliance with various federal regulations, including the Buy American Act. The successful bidder will also ensure self-performance of at least 25% of the work. The solicitation emphasizes the importance of adherence to safety and infection control protocols throughout the construction process.
    The Syracuse VA Medical Center intends to issue an invitation for bid (IFB) numbered 36C242-25-B-0019 for the project designated as 528A7-18-740, which involves replacing patient room doors and sinks. This presolicitation is specifically set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The project scope includes demolishing existing doors and sinks, installing new NYS-OMH compliant anti-ligature doors and custom sinks, and ensuring necessary plumbing installations. The construction work has an estimated cost between $250,000 and $500,000 and is to be completed within 220 calendar days from the Notice to Proceed. Contractors must self-perform at least 25% of the work and comply with SAM registration requirements during the bidding process. Payment and performance bonds, alongside a 20% bid bond, are mandatory. The full IFB will be posted on the Government's contract opportunities portal unless further notice is given. This presolicitation fulfills requirements outlined in FAR 5.201 and 5.203, aiming to ensure compliance and transparency in federal contracting.
    This document is an amendment to a solicitation regarding federal contracting under the Department of Veterans Affairs (VA). Specifically, it outlines changes to the request for proposals (RFP) for a service set-aside for service-disabled veteran-owned businesses. Key modifications include a new site visit date, now scheduled for March 25 at 1:30 PM EST instead of the previously specified time. The deadline for receiving requests for information (RFIs) has been extended to April 2, 2025, at 4:00 PM EST. Additionally, a call-in number for the bid opening is provided, emphasizing the logistical details necessary for bidders. Overall, this amendment reflects ongoing adjustments to facilitate participation by service-disabled veteran-owned businesses, ensuring an equitable and accessible bidding process.
    The document refers to Amendment 0003 of a federal solicitation related to a contract issued by the Department of Veterans Affairs' Network Contracting Office 02 in Syracuse, NY. The amendment officially incorporates Clause VAAR 852.222-71, following Executive Order 13899, while confirming that all other terms and conditions of the contract remain unchanged. It outlines that the acknowledgment of this amendment must be received by the designated office prior to the specified date, allowing bidders to adjust their offers if necessary. The amendment addresses procedural requirements for bidders to ensure compliance with the updated solicitation terms. This document highlights the federal government's ongoing efforts to maintain transparency and adhere to regulatory guidelines in the contracting process, ensuring that all changes are formally documented and communicated to potential contractors.
    The document outlines amendments and modifications related to a contract with the Department of Veterans Affairs for the project titled "Replace 7C Patient Room Doors & Sinks." Key updates are provided through responses to Requests for Information (RFIs) submitted by contractors before the bidding process. Specific inquiries address the specifications for materials, such as dimensions and types of glass, as well as requirements for plumbing diagrams and fire barriers. Updated drawings and additional information, including details on installation and material types, are referenced to assist bidders in preparation. These modifications ensure clarity in project requirements and coordination for the successful execution of renovations within healthcare facilities, reflecting the government's commitment to operational safety and regulatory compliance during construction activities. The document serves as a guide for contractors to understand changes in project specifications and respond effectively to the solicitation.
    This document is an amendment (0005) to a federal solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 02. The primary purpose of this amendment is to extend the bid opening date for offers related to the specified solicitation (36C24225B0019) to April 30, 2025, at 2:30 PM EDT. The amendment outlines the acknowledgment process for offerors, which includes mechanisms for submitting acknowledgement of the amendment and changing submitted offers if needed. It states that all other terms and conditions of the original solicitation remain unchanged despite the amendment. This procedural update is essential for maintaining continuity and compliance in the solicitation process. The document adheres to standard formatting, ensuring clarity for potential contractors and stakeholders involved in the bidding process.
    The document outlines a federal project by the Department of Veterans Affairs (VA) for the replacement of patient room doors and sinks at the Syracuse VA Medical Center, project number 528A7-18-740. The project, located on the 7th floor C-Wing, entails significant renovations following strict compliance with applicable codes, including NFPA standards for fire safety and health care facilities. It specifies a fully sprinklered environment with rigorous demolition and construction practices to ensure patient safety. Key elements include installation of new doors, sinks, and plumbing systems, necessitating careful coordination to avoid disruption of medical services. The project necessitates implementation of infection control measures and environmental protections throughout its duration, emphasizing the VA's commitment to enhancing healthcare infrastructure while prioritizing safety and operational integrity. This endeavor exemplifies the VA's proactive approach to maintaining modern healthcare facilities for veterans.
    The Department of Veterans Affairs is issuing a project proposal (Project No. 528A7-18-740) to replace patient room doors and sinks in the 7C area of the Syracuse VA Medical Center. The project will encompass demolition and installation work on the seventh floor's C-wing, maintaining strict adherence to infection control and safety protocols throughout the process. Key elements include the implementation of a dust and noise control plan, regular coordination with the Veterans Affairs Contracting Officer Representative (COR), and ensuring fire safety with temporary barriers. The renovation aims to uphold the highest standards required for healthcare environments, including compliance with various NFPA codes regarding fire safety and building construction. The project also mandates that all contractor work is managed with minimal disruption to ongoing medical operations, emphasizing a commitment to patient safety and comfort. The detailed plans outline the expected procedures for demolition, installation of new fixtures, and maintenance of existing utilities, with particular attention to clean work areas and the management of hazardous materials if encountered. This initiative underscores the VA’s commitment to upgrading medical facilities while ensuring operational compliance and protecting patients and staff.
    The Department of Veterans Affairs (VA) has released a Request for Proposal (RFP) for the replacement of patient room doors and sinks in the 7C unit of the Syracuse VA Medical Center. The project, identified as Project No. 528A7-18-740, encompasses extensive renovations, including the demolition of existing doors and sinks and the installation of new, NYS-OMH compliant anti-ligature doors and sinks. Contractors must coordinate with VA security protocols, maintain safe work conditions, and adhere to strict environmental guidelines. The RFP outlines detailed specifications across various divisions, requiring meticulous planning, such as a Comprehensive Critical Path Method (CPM) project schedule and the use of the Autodesk Construction Cloud for documentation and communication. Bidders must be prepared to demonstrate their compliance with these regulations and engage in safety and infection control measures during construction, maintaining uninterrupted medical services. This project underscores the VA’s commitment to enhancing patient care environments through compliance with safety standards and innovation in facility management.
    The Department of Veterans Affairs has initiated Project #528A-18-740, which focuses on replacing patient room doors and sinks within its facilities. The bid documents outline the scope of work and include a comprehensive list of specifications across various divisions, detailing the requirements from general to specific construction practices. The document covers topics like demolition, metal fabrications, wood carpentry, thermal protection, and door hardware, ensuring that the project complies with established safety and quality standards. The emphasis is on sustainable construction practices and effective waste management. This project illustrates the VA's commitment to enhancing patient care environments by upgrading essential infrastructure while maintaining adherence to regulations and standards specific to healthcare settings. The structured organization of the document aids potential contractors in understanding the project requirements and expectations clearly for successful bidding.
    The VAAR 852.219-75 outlines the limitations on subcontracting for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) as mandated by 38 U.S.C. 8127. Offerors must certify compliance with these limitations upon contract award: for service contracts, no more than 50% can go to non-certified firms; for general construction, this cap is 85%; and for special trade contractors, it is 75%. Subcontracting by certified firms counts toward these limits, while materials costs are excluded. The document highlights the legal consequences of fraudulent certification, including criminal and civil penalties. Offerors are required to maintain documentation for compliance verification and must fully cooperate with the VA's requests for records. Failure to provide necessary documents could lead to remedial actions. The formal certification must be signed and included with the bid submission, as offers without it will not be considered for award. This ensures that veteran-owned businesses have a principal role in fulfilling government contracts, thereby fostering support for these enterprises within federal procurement processes.
    The amendment outlines important updates regarding the bid submission process for a federal procurement project. It specifies that bidders must email their proposals to Sandra Fisher at least 15 minutes before the opening. Additionally, it clarifies a query about the specifications by stating that while "Spec 00 01 10" is not included in the documentation, relevant information can be found in "Spec 12-36-00 Countertops" and encourages review of the final revisions. The bid opening has been rescheduled from April 23 to April 29 at 11:00 AM EST, and provides a dial-in number for participation in the bid opening conference call. These changes aim to ensure clarity and streamline the bid process for potential contractors involved in the project, reflecting the federal government’s emphasis on transparency and effective communication during procurement activities.
    The document outlines the "Buy American Certificate" provision, which is part of the federal acquisition regulations and is used for government proposals. The main purpose is for Offerors to certify that each end product is a domestic end product, with exceptions noted in a specified section. Offerors must list any foreign end products, which are defined in the accompanying clause regarding "Buy American-Supplies." The section also requires Offerors to indicate the country of origin for any foreign end product. Offers will be evaluated following the policies of part 25 of the Federal Acquisition Regulation, ensuring compliance with domestic sourcing laws. This provision is crucial for promoting the purchase of domestically produced goods by the federal government and supporting the U.S. economy through its procurement processes.
    The PEMKO Anti-Barricade Rescue Hardware by ASSA ABLOY focuses on enhancing safety in medical, behavioral health, and assisted living environments. This hardware allows staff to effectively respond to incidents where a door may be barricaded, enabling it to swing open in the opposite direction with minimal risk to patients. Key products include the Pemko Double Swing Pin & Barrel Hinge (DSH1000), Multi-Point Emergency Release Stop (ERSMP), and Emergency Release Stop (ERS). These products comply with ANSI/BHMA and ADA standards, ensuring they meet strict safety regulations. The design prevents ligature points and includes features like security fasteners and an electrified serviceable module for efficient operation, supporting door weights up to 600 lbs. Specific ordering guidelines for the hardware components are provided, emphasizing the need for accurate dimensions and specifications. The document underlines the relevance of these products in healthcare settings and their integration into emergency protocols, offering solutions to enhance patient safety and facilitate quick access in emergencies. This aligns with government-funded initiatives aimed at improving facility infrastructure and patient care in accordance with compliance standards.
    The document outlines plumbing plans for the renovation of an inpatient behavior health ward, detailing the connections and installations of existing cold and hot water systems, alongside necessary extensions, valves, and fittings. It emphasizes the need for coordination among divisions, maintenance of existing systems during construction, and the use of professional freezing kits for securing connections without service interruptions. Additionally, it specifies requirements for safety measures such as access doors and fire sealing during plumbing installations.
    The Department of Veterans Affairs (VA) is soliciting bids for a project to replace patient room doors and sinks at the Syracuse Medical Center under Project No. 528A7-18-740. The project involves demolishing existing doors and sinks in specific rooms, installing new doors with anti-ligature hardware and monitoring sensors, and constructing custom anti-ligature sinks. The bid documents outline several sections detailing safety requirements, contractor obligations, construction processes, and the use of the Autodesk Construction Cloud for project management. Contractors are expected to prepare for thorough site inspections, adhere to strict security protocols, and coordinate with VA staff to ensure minimal disruption to medical center operations. The project requires maintaining utility services and addressing any necessary alterations based on existing conditions. Comprehensive planning, including a Critical Path Method (CPM) schedule and adherence to VA standards, is crucial. The primary aim of this document is to solicit qualified contractors for a significant refurbishment within the VA system, reflecting the government's commitment to ensuring safe and functional environments for veterans. Detailed specifications serve to maintain high construction and safety standards throughout the project.
    The Door Switch™ system is an innovative over-the-door alarm designed for behavioral healthcare facilities, ensuring enhanced patient safety and monitoring. This patented system is suitable for both new constructions and retrofits, featuring an electronic log for tracking alarms, response times, and maintenance notifications. Key components include various sizes of Door Switch Header Assemblies, electric and continuous hinges, control panels, keypads, and alarm modules. The system is engineered for easy maintenance, employing tamper-resistant hardware and allowing isolation of monitored doors during servicing. Notably, it responds to just one pound of pressure to activate, ensuring it detects critical safety concerns effectively. Additional elements, such as a strobe light and audible alarms, aid in alerting personnel to patient room conditions. The modular design supports scalability, accommodating an expanding number of patient rooms with supervised notification modules and polling loop extenders. Overall, this document outlines a sophisticated solution aimed at enhancing the safety and operational efficiency of behavioral healthcare environments while aligning with federal and local safety standards relevant to healthcare facilities.
    The document outlines wage determinations for building construction projects in Onondaga County, New York, under the Davis-Bacon Act. It specifies minimum wage rates based on Executive Orders 14026 and 13658, effective for contracts awarded on or after January 30, 2022, or renewed thereafter. For 2025, the minimum wage is set at $17.75 per hour unless higher rates are applicable based on union negotiations or state-adopted rates. Various construction classifications are detailed, including rates for skilled trades such as electricians, carpenters, and laborers, alongside required fringe benefits. It also discusses the process for appealing wage determinations, the classification of rates as union or survey rates, and emphasizes compliance with federal regulations, including paid sick leave mandates. This summary illustrates the federal effort to ensure fair wages and worker protection on publicly funded construction projects.
    The document details the specifications for the WH3378-HC model, a ligature resistant, dual temperature pushbutton faucet designed for patient bathrooms in healthcare facilities with ligature risk concerns. This fixture can retrofit existing lavatories and features pneumatic operation, a chrome-plated bronze body, a 0.5 GPM multi-stream laminar nozzle, and ADA compliance. The faucet's air-controlled valve allows for easy operation, requiring minimal force, and can operate at a timing range of 0-60 seconds. Optional accessories include a mixing valve (WHST70-12) for temperature stabilization and a laminar flow restrictor kit to modify flow rates. The document emphasizes the product's compliance with relevant regulations, including federal public law on lead safety. It provides guidance on installation, selection, and manufacturer details while adhering to water conservation standards, underscoring its suitability for government RFPs in healthcare settings aiming for safety and accessibility.
    Similar Opportunities
    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.
    Z1DA--632-17-107 RENOVATE DIALYSIS (VA-26-00002956)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of the Dialysis Unit at the Northport VA Medical Center, identified as Project Number 632-17-107. This comprehensive project involves the renovation of approximately 5,330 square feet, including abatement, demolition, and extensive construction work across various disciplines such as electrical, mechanical, plumbing, and fire protection, with a completion timeline of 548 calendar days from the Notice to Proceed. The renovation is critical for modernizing healthcare facilities to ensure compliance with stringent safety and accessibility standards while maintaining uninterrupted hospital operations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids via email by January 14, 2026, at 10:00 AM EST, with a public bid opening scheduled for the same day at 11:00 AM EST. For further inquiries, contact Contract Specialist Lester S. Griffith at Lester.Griffith@va.gov.
    Y1DA--Replace Kitchen Exhaust Fans Building 200 at Northport VA Medical Center 79 Middleville RD, Northport, NY 11768
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of kitchen exhaust fans in Building 200 at the Northport VA Medical Center in New York. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), involves the removal of two existing kitchen exhaust fans and the installation of new units that will integrate with the building's control system, adhering to various safety and construction standards. The estimated contract value ranges from $250,000 to $500,000, with a mandatory completion period of 250 calendar days from the notice to proceed. Interested bidders must attend a mandatory site visit on December 19, 2025, and submit their electronic bids by January 20, 2026, while ensuring compliance with subcontracting limitations and the Buy American Act. For further inquiries, contact Contract Specialist Yingjie Yeung at Yingjie.Yeung@va.gov.
    Z1DA--630A4-26-102 GI RENOVATION PHASE III
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the GI Renovation Phase III project at the VA New York Harbor Healthcare System, Brooklyn Campus. This project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires turnkey services for design and construction, including all labor, materials, tools, supervision, and equipment, with a performance period of 365 calendar days. The scope encompasses finalizing construction in Area B (4th Floor) with minor remaining work and extensive interior construction in Area A (4th Floor), which is currently in a rough-in condition, as well as replacing the AC-5 unit in the 5th-floor Mechanical Room and installing new high-pressure steam lines. Interested contractors must coordinate with Premier Engineering Group, Inc. for the Design-Build Package, adhere to strict safety regulations, and utilize the VISN 2 Autodesk Build Construction management platform for all project correspondence. For further inquiries, contact Contracting Officer Vladimir Stoyanov at Vladimir.Stoyanov@va.gov or by phone at 718-836-6600 ext 8889.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    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.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.