Z2DA--657A4-21-800, TF - FCA - Remove and Replace End-of-Life HVAC Infrastructure Building 1
ID: 36C25525R0106Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for the removal and replacement of end-of-life heating, ventilation, and air conditioning (HVAC) infrastructure at Building 1 of the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This project, designated as VA Project No. 657A4-21-800, aims to modernize the facility's HVAC systems to enhance operational efficiency and comply with current safety standards, with a total estimated construction cost between $10 million and $20 million. The initiative is critical for maintaining a safe and comfortable environment for veterans, ensuring that healthcare services continue uninterrupted during the renovation process. Proposals are due by July 31, 2025, and interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Arnold J. Payne at Arnold.Payne@va.gov or 913-946-1124 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting proposals for a project titled “Remove and Replace End-of-Life Heating, Ventilation and Air Conditioning Infrastructure Building 1” at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This project involves a single award contract for the removal and replacement of the HVAC system in specific areas of the facility, including the laboratory and dental suites. The scope includes general construction, alterations, site utilities, and hazardous material removal, all to be conducted in compliance with applicable standards. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is estimated to cost between $10 million and $20 million, with a project duration of 900 calendar days. Award selection will follow a Best Value Lowest Price Technically Acceptable process without discussions, although the government may hold discussions if necessary. Registration in the System for Award Management (SAM) is required, and the solicitation package will be available around June 25, 2025, with a single site visit encouraged before submission of proposals. Interested vendors must follow guidelines closely to ensure eligibility and compliance with contracting requirements.
    The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 15 is issuing a Request for Proposal (RFP) for a Firm Fixed Price contract for the removal and replacement of end-of-life heating, ventilation, and air conditioning (HVAC) infrastructure at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This project is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside and follows a Best Value Lowest Price Technically Acceptable (LPTA) selection process. Contractors must provide complete services, including supervision, labor, material, and equipment, while adhering to safety and operational requirements to maintain continuous medical facility operations. The estimated construction magnitude is between $10 million and $20 million with a performance timeline of 900 days post-award, or 540 days if a deductive alternate is accepted. Proposals will be evaluated based on several technical factors, including past performance and qualifications of key personnel, following the competitive bidding guidelines of Federal Acquisition Regulation (FAR). A mandatory site visit is scheduled, and all offers must adhere to specified standards for technical acceptability, pricing transparency, and compliance with regulations governing federal contracts. This project reflects the VA's ongoing commitment to improving healthcare facilities for veterans by upgrading critical infrastructure.
    The project specifies the removal and replacement of outdated heating, ventilation, and air conditioning (HVAC) systems at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. The initiative aims to modernize the facility's HVAC systems, ensuring compliance with relevant codes and standards while enhancing operational efficiency and patient comfort. The project's scope encompasses comprehensive electrical requirements, including detailed protocols for electrical installations, conductors, grounding, and bonding systems, reflecting adherence to safety and quality standards set by agencies like the NFPA and NEC. The document lays out barriers to minimize disruption during installation, outline communication protocols among contractors and the medical center, and emphasize the necessity of safe practices during electrical work. Notably, it mandates rigorous testing and approval of materials and techniques to mitigate risks associated with outdated infrastructure. This undertaking illustrates the government's commitment to maintaining healthcare facilities through systematic modernization while ensuring high safety standards and operational reliability.
    The John J. Pershing VA Medical Center is initiating a project to remove and replace aging heating, ventilation, and air conditioning (HVAC) systems under VA Project No. 657A4-21-800. The project, slated for completion in 900 calendar days, involves multiple phases to ensure continuous operation of the Medical Center while executing renovations. Key tasks include the installation of temporary modular buildings for displaced services, along with systematic HVAC replacements and necessary structural modifications across several building floors. Construction will be conducted in phases to minimize disruption. Phase planning involves relocating health services, extensive demolition and renovation of existing spaces, and ensuring compliance with safety and environmental guidelines. The project mandates strict adherence to security protocols, utility management, and waste disposal procedures, particularly regarding hazardous materials like asbestos and PCBs. The document outlines required project management and operational procedures, specifies contractor responsibilities, and emphasizes the importance of preserving existing facilities during the transition. The initiative underscores the VA’s commitment to upgrading infrastructure to enhance healthcare delivery while prioritizing safety and compliance with federal regulations and guidelines.
    The project at the John J. Pershing VA Medical Center involves the removal and replacement of outdated Heating, Ventilation, and Air Conditioning (HVAC) systems as detailed in the project specifications. The initiative addresses the facility's aging infrastructure to enhance operational efficiency and comply with safety standards. The project will involve various phases, including demolition of existing systems, installation of new HVAC components, and integration with the building's architecture to ensure proper functionality. The specifications cover different divisions such as general requirements, material standards, and HVAC performance criteria. Key professionals involved include the project architect, structural engineer, and various consultants ensuring adherence to local and federal codes. Additionally, the document outlines design requirements, installation processes, and compliance with environmental regulations. This undertaking emphasizes a commitment to improving the medical facility's infrastructure, ensuring a comfortable and safe environment for veterans. Moreover, it adheres to federal guidelines for construction and environmental protections, reflecting broader government objectives for facility modernization.
    The document details the specifications for the "Remove and Replace End of Life Heating, Ventilation and Air Conditioning" project at the John J. Pershing VA Medical Center in Poplar Bluff, MO. The project, identified as VA Project No. 657A4-21-800, encompasses the replacement of outdated HVAC systems to improve operational efficiency and meet current standards. Key personnel include the project architect and civil engineer, along with various contractors responsible for different aspects of the installation. The specifications outline general requirements, existing conditions, material standards, and compliance with safety codes like NFPA. They detail the responsibilities of contractors and necessary submittals including qualifications, drawings, and maintenance manuals. Emphasis is placed on adherence to health and safety regulations, quality control, and sustainability practices throughout the project. The document serves as a comprehensive guide to ensure that the construction meets the standards required by the VA and local regulations, highlighting the need for coordination among various professionals involved. This effort reflects the government’s initiative to enhance healthcare facilities’ infrastructure, promoting better service and compliance with updated safety standards.
    The 2018 Asbestos and Lead-Based Paint Inspection Report for the John J. Pershing VA Medical Center in Poplar Bluff, MO, details the reinspection of multiple buildings for asbestos-containing materials (ACM) and lead-based paint (LBP). Conducted by Riverfront Environmental consultants, the inspection complied with the Asbestos Hazard Emergency Response Act (AHERA) regulations. Inspectors assessed buildings for friable and non-friable ACM, collected samples, and evaluated newly added materials. Key findings indicated several areas with ACM requiring attention and maintenance, as well as potential lead hazards identified through X-Ray Fluorescence (XRF) testing. Recommendations for future management include prioritizing removal actions based on the condition and disturbance potential of identified ACM, conducting periodic surveillance inspections, and ensuring staff training regarding asbestos awareness. The report emphasizes compliance with safety regulations, health risks associated with ACM and LBP, and the need for informed planning regarding renovation or abatement actions across the facility. This report plays a crucial role in maintaining safety and compliance while planning renovation projects within the medical center.
    The document outlines a Past Performance Questionnaire necessary for assessing contractor performance in relation to proposals submitted to the Network Contracting Office 15 (NCO 15) by the Department of Veterans Affairs. Companies providing references are encouraged to complete an attached questionnaire, which will inform the evaluation of the contractor's past performance in line with Federal Acquisition Regulations (FAR). The questionnaire requests detailed feedback on various aspects of contractor performance, such as quality control, problem-solving abilities, punctuality, and safety adherence. Participants are assured of confidentiality regarding their responses, which will only be shared in a summarized form. The emphasis is on providing detailed, honest evaluations that help the evaluation team assess the contractor's qualifications for federal work. Contact details for assistance and submission guidelines for the completed surveys are provided, reinforcing the document's procedural focus in the context of federal contracting and proposal assessments.
    The document pertains to a Request for Proposal (RFP) by the Department of Veterans Affairs for the removal and replacement of outdated Heating, Ventilation, and Air Conditioning (HVAC) infrastructure in Building 1. It includes an attachment for a surety form to be completed by the offeror and their surety. The offeror is required to provide their name, address, and contact information, while the surety must document their relationship with the contractor, including bonding history and any past issues regarding project completion, liability insurance, or payment complaints. The surety's details, such as name, address, and bonding capabilities, also need to be submitted by July 31, 2025. This information is crucial for assessing the contractor's reliability and financial standing in relation to the proposed HVAC project. The document highlights the importance of bonding and insurance in federal contracts, ensuring that projects are completed satisfactorily and minimizing risks to government investment.
    The U.S. Department of Veterans Affairs is initiating a phased project involving the renovation and modernization of the John J. Pershing Veterans' Administration Medical Center in Poplar Bluff, Missouri. The project includes relocating departments to a Temporary Modular Building Complex (MBC) to facilitate ongoing operations while essential renovations are carried out. It outlines four phases of construction: Phase 0 focuses on planning and establishing the MBC; Phase 1 involves relocating laboratory operations and performing asbestos remediation; Phase 2 will see the replacement of HVAC systems and ground-floor renovations; and Phase 3 will focus on further renovations to accommodate relocated departments. Finally, Phase 4 consists of equipping facilities for the dental department and dismantling the MBC after renovations are complete. The project emphasizes coordination, safety, and adherence to VA standards, ensuring continuous hospital operations throughout the process while addressing critical infrastructure needs.
    This government document outlines the specifications for a renovation project at the John J. Pershing Veterans' Administration Medical Center, focusing on the removal and replacement of outdated heating, ventilation, and air conditioning systems. The project involves detailed guidelines for the demolition of existing structures, ensuring compliance with safety regulations and accommodating the needs of ongoing VA operations. Key points include the requirement for contractors to coordinate with various trades, maintain continuous operation of utilities, and adhere to fire safety codes. Special mention is given to managing infection control measures and minimizing disruptions in occupied areas. The proposal also entails deductive alternates to streamline project costs by eliminating specific HVAC components and architectural work if necessary. Overall, this project emphasizes modernization, safety, and compliance within the VA's operational framework while improving patient and staff environments.
    The document outlines renovation plans for the John J. Pershing Veterans' Administration Medical Center in Poplar Bluff, Missouri, focusing on the removal and replacement of end-of-life heating, ventilation, and air conditioning (HVAC) systems. The facility consists of eight stories with a total gross area of 177,500 square feet, fully equipped with sprinkler protections and a manual fire alarm system. Detailed architectural plans include various rooms and suites, ranging from office spaces to specialized medical facilities and utility areas. It emphasizes coordination with a modular building complex for the seamless phasing of operations to minimize disruptions during construction. The project underscores a commitment to maintaining safety, compliance with building codes, and ensuring an efficient healthcare environment for veterans. The document serves as a comprehensive reference for contractors, architects, and engineers involved in the project, clearly detailing specifications and requirements necessary for effective execution.
    The document outlines the modular building project at the John J. Pershing Veterans Administration Medical Center in Poplar Bluff, MO. It includes a delegated design delivery system where the general contractor is responsible for the layout of modular units and necessary phasing documents, requiring coordination and approval from the VA. The project consists of four phases, focusing on relocating laboratory functions, renovating existing spaces, and installing heating and ventilation systems. It specifies that all construction must follow safety regulations, particularly concerning fire barriers and emergency egress. Key tasks include relocating labs to temporary modular buildings, demolishing and renovating existing facilities, and providing HVAC and utility connections. In particular, phases will involve careful management of logistics and timing to seamlessly transfer operations back to the renovated spaces. Overall, the document aims to ensure that the medical center maintains functional integrity during enhancements while meeting VA and safety standards.
    This document outlines the structural design criteria and general notes for a project involving the construction of a new modular building complex (MBC) and a connector link to an existing hospital. It adheres to the 2018 International Building Code (IBC) with specific Virginia amendments, referencing multiple American Concrete Institute (ACI), American Institute of Steel Construction (AISC), and American Society of Civil Engineers (ASCE) standards. The structural systems are mandated to resist design loads including dead loads, live loads, snow loads, wind loads, and seismic loads, each defined with specific parameters such as live load capacities and snow exposure factors. Key sections specify responsibilities for the contractor regarding structural design, inspection, and safety, emphasizing the necessity for seismic bracing and temporary structural adaptations during construction. Additionally, the document outlines requirements for concrete, steel, masonry, and cold-formed metal framing, ensuring all materials and methods conform to industry standards. The importance of verified conditions and proper communication with project engineers is stressed. This summary serves as a comprehensive guide for professionals engaged in the project, providing vital design specifications and responsibilities to maintain safety, compliance, and structural integrity throughout the construction process.
    The Frequently Asked Questions document for Solicitation # 36C25525R0106 outlines clarifications and responses regarding a construction project involving the VA. Key themes include compliance with Buy American standards, permissible manufacturers for equipment, payment conditions for contractors, and specific requirements for modular building setups. Additionally, it addresses the applicability of updated safety codes, progress payment stipulations, and responses to contractor inquiries about equipment relocation and storage. The VA emphasizes that all contractors must adhere to specified regulations, equipment standards, and the importance of submitting accurate proposals as the work proceeds. Significant adjustments in equipment specifications and structural requirements were communicated, affirming the project's structured approach to safety, logistics, and regulatory compliance. The responses reflect the VA’s intent to ensure a well-coordinated and compliant project execution throughout all phases while maintaining clarity on responsibilities and expectations.
    The document outlines a standardized template for government requests for proposals (RFPs) and grants, focusing on budgeting components necessary for project bidding. It emphasizes the inclusion of overhead, profit, and bonding percentages, which are set at a maximum of 25%, 10%, and 5% respectively. The template is structured into various divisions, including General Requirements, Existing Conditions, Concrete, Masonry, and numerous others, with sections dedicated to labor, materials, and equipment costs. Each division features itemized spaces for details such as specification numbers, descriptions, quantities, unit costs, and total costs, facilitating comprehensive cost estimation. The aim is to ensure accurate financial planning and accountability in government contracting, where precise budgeting is critical for project approval. The multiple divisions ensure all aspects of construction or service delivery are considered, helping stakeholders to adhere to compliance and regulatory standards. Overall, this document supports systematic and transparent practices within federal and local government contracting processes, promoting an organized approach to project management.
    The document outlines a solicitation amendment for Project 657A4-21-800 from the Department of Veterans Affairs, focused on the removal and replacement of outdated heating, ventilation, and air conditioning infrastructure at Building 1. Key elements include the project’s cost range of $10 million to $20 million, a completion timeframe between 540 to 900 days, and its set-aside status for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The solicitation emphasizes the mandatory submission of a bid bond, adherence to the Buy American Act, and compliance with the Davis-Bacon Act regarding labor wages. The pre-bid conference took place on July 1, 2025, where contractual and technical details were addressed, including the importance of providing a detailed cost breakdown and acknowledging all amendments issued to the solicitation. The process follows a Best Value, Lowest Price Technically Acceptable (LPTA) selection method, with a focus on technical compliance. Proposals are due by July 31, 2025, and must be submitted electronically, adhering to strict submission guidelines to avoid disqualification. This comprehensive approach reflects the government's commitment to ensuring fair competition while prioritizing service-disabled veteran contractors.
    This document serves as an amendment to solicitation 36C25525R0106, related to the removal and replacement of end-of-life heating, ventilation, and air conditioning (HVAC) infrastructure at Building 1 of the Poplar Bluff VA Health Care System in Missouri. The amendment provides clarifications to frequently asked questions, particularly addressing concerns about loading requirements and the need for a recent geotechnical report. Specifically, it confirms that a concentrated load requirement of 2,000 lbs as specified by the VA PG18-10 is mandatory and includes a geotechnical engineering report dated January 2025 from Michael Baker International. The document emphasizes that all terms and conditions from the original solicitation remain unchanged. This amendment ensures that potential contractors have all necessary information to submit compliant proposals for the project.
    The Geotechnical Engineering Report outlines the subsurface conditions and recommendations for the removal and replacement of Building 8 at the John J. Pershing VA Medical Center in Poplar Bluff Township, Missouri. The report details site reconnaissance and a geotechnical drilling investigation, which included three test borings conducted to assess soil and rock characteristics. Key findings indicate that the site consists of asphalt, concrete, and fill materials over residual soils, primarily sandy lean clay and fat clay, with high plasticity. The report emphasizes the need for foundation recommendations, suggesting spread footings on residual soil or existing fill soils, with an allowable bearing pressure of 1.0 tsf. Specifications for inspection during construction are also included to manage soft clay beneath the foundation footprint. The document highlights considerations for settlement, minimum footing dimensions, and potential expansive soils. Furthermore, the evaluation found low liquefaction potential and classified the seismic site as 'D.' Overall, the report aims to facilitate safe and effective building design while addressing geotechnical challenges associated with construction.
    Similar Opportunities
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@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.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    Z2NZ--Replace Air Handling Units 1 & 2 at the Montgomery RO
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to replace Air Handling Units 1 & 2 at the Montgomery Regional Office. This project, estimated to cost between $2,000,000 and $5,000,000, involves comprehensive construction, electrical, and mechanical work, including demolition and installation, with a performance period of 270 days. The initiative is crucial for maintaining the operational efficiency and safety of the facility, adhering to various federal and VA-specific codes and standards. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Contract Specialist Jacalyn T. Hainey at Jacalyn.Hainey@va.gov for further information.
    Z2DA--Replace Auxiliary Chiller
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a 120-ton auxiliary chiller and two 250 gpm pumps at Building 3 of the Fayetteville VAMC, under project number 565-24-113. The contractor will be responsible for removing the existing chiller, installing a new one of the same capacity, and ensuring integration with the existing Building Automation System, while adhering to all applicable safety and regulatory standards. This project is crucial for maintaining chilled water redundancy for the facility, ensuring continuous operation and safety for its medical services. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by January 26, 2026, and can direct inquiries to Contract Specialist Michael R Proctor at Michael.Proctor2@va.gov. The estimated construction magnitude is between $250,000 and $500,000.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    4120--Repair HVAC Dampers - Project 671-22-133 (VA-26-00010045)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the repair and replacement of HVAC dampers at the Audie L. Murphy VA Hospital in San Antonio, Texas, under Project 671-22-133. The project aims to enhance air quality by providing all necessary labor, materials, tools, and supervision for the installation and repair of dampers, ensuring compliance with VA specifications and applicable regulations. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses, with a project magnitude estimated between $1,000,000 and $2,000,000. Interested parties should prepare for a Request for Proposal expected to be posted on or about December 5, 2025, and may contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or 210-240-6838 for further information.
    Z2DA--Remediate Temperature Controls 539-21-108
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    C1DA--657A4-26-104, Conduct Life Safety Review 0004
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to conduct a Life Safety Review at the John J. Pershing VA Medical Center in Poplar Bluff, Missouri, along with its associated Community Based Outpatient Centers (CBOCs). The primary deliverables include a life safety survey and new life safety drawings that identify deficiencies and update floor plans for all listed buildings, while a full multi-discipline design is not required. This project is crucial for ensuring compliance with current VA standards and the 2024 NFPA 101 Life Safety Code, thereby enhancing the safety and operational integrity of healthcare facilities. Interested firms must submit their qualifications via SF 330 forms by December 15, 2025, with the contract set aside for Service-Disabled Veteran-Owned Small Business concerns. For further inquiries, contact Contract Specialist Lucia Cowsert at Lucia.Cowsert@va.gov or (913) 758-9912.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.