Z2DZ--Network (VISN) 17 Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Site Prep
ID: 36C25724R0046Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, USA

NAICS

Other Building Finishing Contractors (238390)

PSC

REPAIR OR ALTERATION OF OTHER HOSPITAL BUILDINGS (Z2DZ)

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 a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract focused on site preparation for the renovation of the MRI room at the Olin E. Teague Veterans’ Medical Center in Temple, Texas. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses comprehensive construction services, including the relocation of utilities and adherence to strict safety and infection control protocols, with a project magnitude estimated between $20 million and $50 million. This initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with federal regulations while maintaining operational integrity during construction. Interested contractors must submit their proposals by February 26, 2025, at 10:00 AM CST, and can direct inquiries to Contracting Officer Rhonda Richardson at rhonda.richardson5@va.gov or by phone at 254-421-5722.

    Point(s) of Contact
    Contracting OfficerRhonda Richardson
    (254) 421-5722
    rhonda.richardson5@va.gov
    Files
    Title
    Posted
    The VHA Infection Control Risk Assessment (ICRA) template provides guidelines for managing infection control during construction, renovation, and maintenance activities in healthcare facilities. The document establishes a structured approach to categorize activities into four levels (A to D) based on the duration, nature, and potential for dust or debris creation. Key steps include identifying the activity category, affected areas, patient risk categories, and required infection prevention and control precautions. Each activity type correlates with specific control measures that must be implemented prior to and during work, with escalating precautions based on patient risk assessment. The document also indicates when a permit is necessary and details the minimum cleaning and inspection procedures post-activity to ensure environmental safety and compliance. Overall, this ICRA template is vital for minimizing infection risks in healthcare settings during infrastructural changes, highlighting the VA’s commitment to patient safety and public health standards.
    The Department of Veterans Affairs is announcing a forthcoming Indefinite Delivery/Indefinite Quantity (IDIQ) contract for equipment site preparation within Veterans Integrated Service Network (VISN) 17. Set to be awarded on December 4, 2024, with proposals due by January 7, 2025, this contract aims to procure construction services that facilitate the installation of high-tech medical equipment across several Texas VA health care systems. The contract will likely be awarded to multiple firms, with the total construction magnitude estimated between $20 million and $50 million, spanning a one-year base period and four optional one-year extensions. Contractors must be verified as Service-Disabled Veteran-Owned Small Businesses under NAICS Code 238390 and possess active registration in the System for Award Management (SAM). Successful bidders will collaborate closely with equipment manufacturers and healthcare project managers to ensure compliance with installation specifications, necessitating a coordinated approach that involves various engineering disciplines. This initiative underscores the VA's commitment to enhancing healthcare facilities to better serve veterans' needs.
    The document outlines a federal solicitation for a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for site preparation construction services across multiple Veterans Affairs facilities in Texas. The contract encompasses services for up to five awardees with a project magnitude between $20 million and $50 million. A minimum of $1,000 guarantees the contract's viability throughout its five-year performance period. This solicitation is exclusively set for Service-Disabled Veteran-Owned Small Businesses, with eligibility verifiable through the SBA's certification portal. Key points include requirements for performance bonds, a site visit scheduled for January 2024, and a focus on timely and quality construction operations tailored to complex healthcare environments. Offerors must submit proposals via email in structured volumes addressing technical acceptability, past performance, pricing, and required documents. The evaluation will prioritize past performance over price to determine the best value for the government. The contractor's designated personnel must adhere to strict safety and professional standards with no subcontracting on key positions like project supervision. This RFP illustrates the government's commitment to supporting veterans and enhancing healthcare facilities through competitive, quality-focused construction efforts.
    The document is an amendment to a solicitation related to a project (674-22-210 MRI – 163 Basement) managed by the Department of Veterans Affairs, specifically the Central Texas Veterans Healthcare System. Its primary purpose is to incorporate vendor drawings from Siemens pertinent to the project's requirements. The amendment specifies that offers must acknowledge receipt of this amendment in specified ways to remain valid, and it outlines important administrative changes approved under federal regulations. All previously established terms and conditions remain unchanged except those detailed in the amendment. The document indicates a continuation of the procurement process, emphasizing the necessity of timely communication and acknowledgment from potential contractors. This amendment demonstrates the government's ongoing commitment to transparency and adherence to procedural rigor in the procurement of services and materials for veteran health facilities.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically concerning the Central Texas Veterans Health Care System. Its primary purpose is to extend the due dates for Requests for Information (RFIs) and proposals related to a contract opportunity. The new deadlines are set for RFIs on January 16, 2025, at 9:00 AM CST, and for proposals on January 31, 2025, at 3:00 PM CST. Additionally, a sign-in sheet from a recent site visit is attached. The document emphasizes that all previously established terms and conditions of the original solicitation remain effective except for the modified deadlines. The amendment is a standard procedure in government contracting, aiming to provide clarity and ensure proper acknowledgment of changes by potential offerors. This reflects the government's commitment to facilitating participation in the procurement process while maintaining adherence to relevant regulations.
    The document serves as an amendment to a solicitation under the Department of Veterans Affairs, specifically Network Contracting Office 17. Its primary purpose is to extend the due date for proposal submissions and to schedule a second site visit for bidders. The revised deadline for proposals is now set for February 21, 2025, at 10:00 AM CST, which allows participants additional time to prepare their submissions. Additionally, a second site visit is scheduled for February 6, 2025, commencing at 1:00 PM CST. Attendees are instructed to meet at Building 46E, located at 1901 Veterans Memorial Dr, Temple, TX. This amendment is integral to ensuring that all interested offerors have adequate opportunities to engage with the project scope and requirements effectively. The document outlines key administrative changes while ensuring that all other terms and conditions remain in full effect. This amendment plays a crucial role in the overall solicitation process, emphasizing transparency and fair practices in government procurement procedures.
    This document represents an amendment to a solicitation issued by the Department of Veterans Affairs for a project related to the MRI facility. The main purpose of the amendment is to announce the cancellation of a previously scheduled site visit on February 6, 2025, due to patient scheduling conflicts. Additionally, it outlines the new deadline for proposals, now due by February 21, 2025, at 10:00 AM CST. The amendment also serves to post responses to Requests for Information (RFIs) and provides supporting documents for bidders. Relevant attachments include RFIs regarding the Basement MRI pre-bid and as-built drawings for the project area. The amendment emphasizes that all terms of the original solicitation remain in effect, except for the changes specified herein. This reflects the procedural adjustments typical in government Request for Proposals (RFPs), ensuring that all potential contractors are adequately informed of modifications and expectations related to project bidding.
    The document outlines an amendment for the Request for Proposal (RFP) regarding a construction project at the Olin E. Teague Veterans' Medical Center. The main purpose is to update the Statement of Work (SOW) for the renovation of the MRI Room BA118E-163-T. Contractors are required to provide all necessary labor, materials, and equipment while adhering to the project timeline, which stipulates completion within 365 calendar days after the notice to proceed. The scope of work involves electrical and mechanical renovations with specific conditions, as the facility operates 24 hours. Coordination with the Contracting Officer Representative (COR) for utility shutdowns and work schedules is mandatory. Contractors must also develop comprehensive safety and quality control plans, ensuring compliance with applicable regulations and VA specifications. The document emphasizes strict adherence to health and safety protocols, including tuberculosis screening for workers, cleanliness, and the prohibition of smoking on-site. A significant portion of the deliverables includes providing operations and maintenance manuals and conducting training for VA personnel. This amendment demonstrates the federal commitment to facility improvement while ensuring the highest standards of safety and operational continuity.
    This document serves as an amendment to a solicitation for proposals from the Department of Veterans Affairs (VA), specifically from the Network Contracting Office 17. The primary purpose is to extend the deadline for the submission of proposals related to a revised Statement of Work (SOW). The new due date for proposals is set for February 26, 2025, at 10:00 AM CST. Interested offerors are tasked with acknowledging receipt of this amendment via specified methods, including submission of copies or electronic communication. It is emphasized that failure to acknowledge receipt may lead to proposal rejection. Although the modification details the extension, all other terms and conditions remain unchanged. The Contracting Officer overseeing this amendment is Rhonda Richardson, ensuring compliance and clarity in the bidding process. This amendment reflects the government's ongoing efforts to manage and streamline contractor relationships while maintaining rigorous proposal procedures.
    The document outlines the project for replacing the MRI room at the Olin E. Teague Veterans' Medical Center in Temple, Texas. This extensive renovation will include the removal of an existing MRI and the installation of a new system within a 2,100 square foot space. The project incorporates necessary utility upgrades—plumbing, electrical, and mechanical systems—while ensuring compliance with relevant codes and accessibility standards. Key elements include structural considerations for temporary shoring during MRI transport, adherence to fire safety regulations, and incorporation of VA design guidelines. Accessibility standards, as detailed in the document, specify requirements related to reach ranges, mounting heights, and clearances for various fixtures, enhancing the facility's compliance with the Architectural Barriers Act. Additionally, the document emphasizes the importance of safety, coordination of work among trades, and thorough inspections to ensure quality and adherence to specifications. The project's careful planning and execution reflect a commitment to improving medical facilities for Veterans, enhancing both functional capacity and patient safety.
    The project "Site Prep Replace MRI Room BA118E-163-T" at the Olin E. Teague Veterans Affairs Medical Center in Temple, Texas, is aimed at renovating the MRI room through comprehensive construction activities. The document outlines requirements for safety, site preparation, demolition, and construction management. General contractors are tasked with fully preparing the site, managing temporary facilities, and ensuring minimal disruption to continuous Medical Center operations. Protocols for security, document management, and utilities are emphasized, along with detailed specifications for construction methods across various divisions, including plumbing, HVAC, and electrical systems. The project mandates thorough testing and commissioning of systems, adherence to safety regulations, and materials disposal according to environmental standards. The document reinforces the importance of contractor compliance with all VA regulations, demonstrating the agency's commitment to upgrading medical facilities while maintaining operational integrity and safety standards throughout the construction process.
    The file outlines a series of Requests for Information (RFIs) related to the renovation of a VA healthcare facility, emphasizing critical technical specifications and compliance with infection control measures. Key topics include the confirmation of required air scrubbers, fire alarm and suppression systems, containment area protocols, and ICRA (Infection Control Risk Assessment) levels. Details such as the floor height for patient lift installation, handling hazardous materials, and specific contractor requirements are highlighted. The document also captures contractor responsibilities for coordination with various subcontractors, addressing existing systems like fire alarms, nurse calls, and HVAC controls, while clarifying project specifications and methodologies. The overall purpose of the file is to clarify technical and operational questions from prospective contractors regarding compliance with health and safety regulations, ensuring the project adheres to applicable standards and is executed effectively within the designated scope of work. The overarching goal reflects the VA's commitment to enhancing healthcare facility infrastructure while prioritizing safety, regulation adherence, and project feasibility.
    The Past and Present Performance Questionnaire is a document utilized by the Department of Veterans Affairs, specifically the Network Contracting Office (NCO) 17, as part of an evaluation process for a construction contract (Solicitation # 36C25723R0046). The questionnaire solicits feedback from identified contacts regarding the performance of a contractor being considered for the contract. Respondents assess various aspects of the contractor’s performance using a rating scale (Exceptional, Satisfactory, Marginal, Unsatisfactory, Neutral) for criteria such as project supervision, compliance with laws, quality control, problem resolution, and communication efficacy. The form also includes sections for personal information, project details, and additional remarks regarding the contractor's overall performance. The ultimate goal of the questionnaire is to provide a thorough evaluation to assist in the source selection process for federal contracts, ensuring contractors meet required performance standards and can manage contractual obligations effectively. Responses are to be submitted by a specified deadline to designated government personnel.
    The document outlines the background investigation requirements for contractors and subcontractors working within Federal facilities, specifically the Veterans Affairs (VA) context. It mandates compliance with Homeland Security Presidential Directive 12 (HSPD-12), necessitating identity proofing and background checks for personnel accessing VA information systems. The investigation process is managed by the VA Security and Investigation Center and performed by the Office of Personnel Management. For short-term or limited access contractors, an FBI Criminal History Check and identity verification are required. All individuals must complete and submit specific forms, undergo fingerprinting, and ensure accurate submission of information. The process can take several weeks, depending on the completeness of the documents. Communication is primarily electronic, and personnel must adhere to strict timelines for submitting required information and forms. Once cleared, personnel receive instructions for obtaining their VA contractor badges. Non-compliance can result in contract termination, emphasizing the seriousness of these security protocols within government operations.
    The VHA Pre-Construction Risk Assessment (PCRA) serves as a guideline for assessing and mitigating risks associated with construction, renovation, and maintenance activities in healthcare facilities. It aims to safeguard patients, staff, and contractors by categorizing activity types and defining necessary control measures. The template allows for customization based on specific site requirements and elucidates the need for communication and coordination plans during project planning. Distinct activity types—ranging from minor inspections to large-scale renovations—are detailed, outlining the required control measures for each. It emphasizes collaboration with affected areas, especially those with continuous occupancy, to minimize disruption. The PCRA requires the integration of an Infection Control Risk Assessment (ICRA) when applicable, ensuring that infection risks are appropriately addressed. A specific case illustrates the protocol for overseeing a large-scale MRI suite renovation, including a detailed permit procedure that mandates safety and communication protocols throughout the project's duration. This comprehensive assessment process reflects the VHA's commitment to maintaining safety and compliance in healthcare construction projects, thereby enhancing overall operational integrity.
    The document outlines the wage determination for building construction projects in Bell County, Texas, under the Davis-Bacon Act and relevant Executive Orders. It specifies prevailing wage rates for various construction trades, emphasizing compliance requirements for contractors based on the contract date. Contracts awarded after January 30, 2022, must pay at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $12.90 per hour. Additional provisions regarding paid sick leave are also included, mandating contractors to provide one hour of paid sick leave for every 30 hours worked, capped at 56 hours annually. The document provides detailed classifications of labor, rates, and fringe benefits across different roles, ranging from boilermakers to laborers and operators, with annotations on specific unions and wage updates. It emphasizes the processes for appealing wage determinations and mentions the necessity for contractors to submit requests for any unlisted job classifications after contract award. This document serves as essential guidance for contractors engaged in federally funded construction, ensuring fair labor practices and compliance with federal wage laws.
    The document pertains to reference drawings and specifications for construction or renovation activities at the VA Temple 674, identified by the code 2414586. Various drawings are noted, such as A-101, A-102, A-501, A-502, A-503, S-101, E-101, E-102, E-501, M-101, and M-501, which seem to cover architectural, structural, electrical, and mechanical aspects of the project. However, the document explicitly states that these drawings are reference documents and not for construction purposes, indicating that they serve as guidelines rather than finalized plans. Additionally, there are temperature data charts and specifications like a deflector plate, highlighting design considerations and performance criteria. The aim of this file is likely to outline necessary technical details for contractors or stakeholders involved in the VA Temple's project while instructing them on compliance and safety measures. Overall, the file outlines foundational elements necessary for executing improvements within the context of federal compliance and operational standards for Veteran Affairs facilities.
    The project entails the renovation and upgrade of the MRI room at the Olin E. Teague Veterans’ Medical Center in Temple, Texas. The contractor will be responsible for all labor, materials, and services required for the construction, ensuring adherence to all applicable regulations and VA specifications. Key aspects of the work include the relocation and temporary installation of existing utilities, compliance with OSHA standards, effective waste management, rigorous safety and infection control protocols, and minimal disruption to adjacent operations. The project has a 365-day completion timeline post-Notice to Proceed and requires thorough quality control and safety plans, alongside documentation of operations and maintenance. The contractor must also schedule after-hours work appropriately and secure necessary approvals. Additionally, all considerations regarding parking, security, and environment must be meticulously followed to ensure compliance with VA regulations. The project underscores the government's commitment to improving healthcare facilities while ensuring patient safety and operational integrity.
    Similar Opportunities
    Z2DA-- Renovation of the 1D Clinic Project No: 671-22-157
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the 1D Clinic at the Audie L. Murphy VA Medical Center in San Antonio, Texas. The project requires contractors to provide all necessary labor, materials, and equipment for a comprehensive renovation covering approximately 1,310 square feet, with a focus on minimizing disruption to hospital operations and adhering to strict safety and infection control standards. This initiative is part of the VA's commitment to enhancing healthcare infrastructure for veterans, with an estimated construction cost between $500,000 and $1,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit bids by February 28, 2025, following a mandatory site visit on February 4, 2025, and are encouraged to direct inquiries to Contract Specialist Makarim Abdul-Jabbar at makarim.abdul-jabbar@va.gov.
    Y1JZ--FY25 549-23-723 NRM Upgrade Utility Grand Prairie
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the "Upgrade Utility Grand Prairie" project, aimed at enhancing infrastructure at the Grand Prairie Clinic in Texas. This construction initiative, valued between $2 million and $5 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires bidders to provide all necessary labor, materials, and equipment as outlined in the Statement of Work (SOW). The project is critical for improving utility services to support ongoing clinic operations while ensuring minimal disruption and adherence to safety protocols. Interested bidders must submit their proposals by March 13, 2025, at 10:00 AM CST, and can direct inquiries to Contract Specialist Eileen Myers at Eileen.Myers@va.gov or by phone at 254-987-0201.
    J041--CTX Chiller Water Treatment Service Base plus 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the CTX Chiller Water Treatment Service, which includes a base year and four option years, from April 1, 2025, to March 31, 2030, specifically for the Temple VA Medical Center in Texas. The contract is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires comprehensive chemical treatment for chillers and cooling systems, ensuring optimal performance and adherence to safety protocols through bi-weekly inspections and emergency response provisions. This initiative underscores the VA's commitment to maintaining high operational standards in veteran healthcare facilities while promoting small business participation in government contracts. Interested contractors must submit their proposals by March 4, 2025, and can contact Contract Specialist Abduel Sanford at abduel.sanford@va.gov or 254-922-1975 for further information.
    Z2DA--675-22-706A EHRM Infrastructure Upgrades Construction Viera VA Clinic
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the EHRM Infrastructure Upgrades Construction project at the Viera VA Clinic in Florida. This project, valued between $2 million and $5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves comprehensive construction work to modernize the clinic's electronic health record management infrastructure. Key requirements include providing all necessary tools, labor, and materials, with a completion timeline of 455 calendar days post-award, while adhering to strict safety and operational protocols to minimize disruption to ongoing medical services. Interested bidders must submit their offers by the extended deadline of March 18, 2025, and can direct inquiries to Contract Specialist Sharese H McKinney at sharese.mckinney@va.gov.
    Z2DA--Project 671-25-006 Replace HVAC in Hemodialysis
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace the HVAC system in the Hemodialysis unit at the Audie Murphy Memorial Veterans Hospital in San Antonio, Texas. This firm-fixed-price contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a project magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days following the notice to proceed. The project is critical for enhancing healthcare services within the facility, ensuring a safe and efficient environment for patient care, particularly in the hemodialysis unit. Interested contractors must submit their proposals by March 13, 2025, at 10:00 AM Central Time, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov or (254) 899-6042 for further information.
    Z2DA--549-SL-832 BLDG 9 Roof Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the roof repair of Building 9 at the Dallas VA Medical Center, with an estimated project value between $25,000 and $100,000. The procurement requires Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide labor, materials, and supervision for extensive roof repairs, including the installation of a new steel structure for staff shelter, with a completion timeframe of 90 calendar days from the Notice to Proceed. This project is critical for maintaining the integrity and safety of the facility, as the existing roof is over 30 years old and has multiple leak locations that need urgent attention. Interested contractors must submit their quotes electronically by February 28, 2025, and are encouraged to contact Contract Specialist Eileen F. Myers at Eileen.Myers@va.gov for further information.
    C1DA--549-215 Bathroom Expansion - Community Living Center - Dallas, TX
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified architect-engineering firms for the design and oversight of a bathroom expansion project at the Dallas Veterans Affairs Medical Center Community Living Center. The project, identified as 549-215, aims to enhance patient privacy by constructing individual bathrooms for patient rooms, refurbishing existing facilities, and ensuring compliance with updated HVAC standards for pandemic readiness. This initiative is part of the VA's commitment to improving healthcare infrastructure and patient care standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their Standard Form 330 qualification packages by March 13, 2025, with an estimated construction value of $6,837,600 and a completion timeline of 235 days post-award. For further inquiries, contact Contracting Officer Gabriel D. Escarciga at Gabriel.Escarciga@va.gov or Contract Specialist Doniver G. Hamilton at Doniver.Hamilton@va.gov.
    Z1DA--Replace and Correct Roof Building 44 504 Amarillo VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement and correction of the roof on Building 44 at the Thomas E. Creek VA Medical Center in Amarillo, Texas. This project, which is set aside for 100% Service Disabled Veteran Owned Small Businesses, requires contractors to provide all necessary labor, materials, and equipment to replace the existing flat roofing system, including new flashing and clearing downspouts. The estimated construction cost for this project ranges between $500,000 and $1,000,000, reflecting the government's commitment to maintaining its facilities and supporting veteran-owned businesses. Interested contractors must submit their proposals by March 26, 2025, and are encouraged to contact Contract Specialist Miguel A. Gonzalez at Miguel.Gonzalez4@va.gov for further information.
    Y1DA--692-CSI-101 MRI Site Prep
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the Y1DA--692-CSI-101 MRI Site Preparation project at the White City VA Medical Center in Oregon. The procurement involves comprehensive construction services for the preparation and installation of a new MRI facility, including site preparation, demolition, and compliance with safety and environmental regulations. This project is crucial for enhancing healthcare infrastructure for veterans, ensuring they receive advanced medical services. Interested parties must submit their proposals by February 27, 2025, at 12:00 PM PST, and can direct inquiries to Contract Specialist Meredith Valentine at meredith.valentine@va.gov.
    6120--NEW: VAMC Dallas Bldg 2 Elevator Transformer Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of the elevator transformer at the Veterans Affairs Medical Center (VAMC) in Dallas, Texas. The project involves replacing the degraded Unit Substation B Transformer, which is critical for powering the main passenger and service elevators, and must be completed within 60 days of contract award to mitigate risks to patient care. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated budget of $19 million, reflecting its significance in maintaining healthcare facilities for veterans. Interested parties should submit their proposals by February 26, 2025, and can contact Contract Specialist Crystal Carabajal at 210-992-3721 or via email at crystal.carabajal@va.gov for further information.