Y1DA--Project 519-17-800 Renovate Police Area
ID: 36C25725R0056Type: Solicitation
AwardedSep 9, 2025
$4.1M$4,125,642
AwardeeWICHITA FALLS TRI-TECH, LLC KELLER 76248
Award #:36C25725C0062
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the renovation of the Police Area at the George H. O'Brien, Jr. VA Medical Center in Big Spring, Texas, under project number 519-17-800. The renovation aims to convert existing spaces into operational police and security control centers while ensuring the police department remains functional throughout the construction process. This project is critical for enhancing the safety and operational efficiency of facilities serving veterans, with an estimated construction cost between $2 million and $5 million. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their proposals by July 24, 2025, at 3:00 PM CDT, and can contact Contract Specialist Nicholas L. Smith at Nicholas.Smith21@va.gov for further information.

    Point(s) of Contact
    Nicholas L SmithContract Specialist
    Nicholas.Smith21@va.gov
    Files
    Title
    Posted
    The document outlines the renovation plan for the police area at the George H. O'Brien, Jr. VA Medical Center in Big Spring, Texas. It details the project's structure and phases, focusing on achieving compliance with health and safety standards throughout construction. Key activities include converting existing spaces into dedicated police operational areas, enhancing life safety systems, updating mechanical and electrical infrastructures, and ensuring compliance with infection control procedures. The project is divided into five phases, each with specific objectives and requirements, emphasizing the importance of maintaining operational functionality within the police department during construction. Safety measures, such as negative air pressure systems and stringent waste management protocols, are mandated to protect site personnel and patients. The overarching aim is to modernize the facility while ensuring continuous service availability and adherence to best practices in safety and compliance.
    The project focuses on renovating the police area at the George H. O'Brien, Jr. VAMC in Big Spring, Texas, with a VA project number 519-17-800. The renovation entails multiple phases, including the conversion of existing spaces into police operations and security control centers, while maintaining operational capacity for the police department throughout construction. Key tasks include installation of new firefighting systems, air handling units, ductwork, electrical infrastructure, and security systems to ensure compliance with safety and infection control measures. The comprehensive planning emphasizes minimizing dust and debris dispersion during construction, implementing infection control precautions, and managing air quality. Each construction phase requires coordination with various departments to verify that patient care and safety standards are upheld. The document outlines detailed construction drawings and specifications, emphasizing the need for precise execution to ensure that the remodeled space meets operational and safety requirements, reflecting the VA's commitment to enhancing recreational and security facilities for veterans.
    The West Texas VA Healthcare System's renovation project aims to improve the police area at the George H. O'Brien, Jr. VA Medical Center. The project includes complete construction documents prepared by Apogee Consulting Group and is scheduled for execution starting October 2, 2024. Key objectives encompass site preparation, demolition, general construction, and updates to necessary infrastructure, such as plumbing, electrical systems, and security enhancements. Safety protocols and quality controls are mandated throughout the renovation, along with effective phasing strategies to minimize disruption to ongoing medical operations. The general contractor will be tasked with ensuring compliance with VA security management and environmental regulations. Additionally, there will be stringent oversight regarding existing conditions to mitigate potential damage, emphasizing the project's commitment to careful planning and execution while maintaining hospital functionality. The comprehensive nature of this renovation underlines the VA's commitment to enhancing facilities for veterans while adhering to safety and oversight responsibilities.
    The document outlines a Request for Proposals (RFP) from the Department of Veterans Affairs (VA) for the renovation of the Police Service Area at the Central Texas Veterans Healthcare System in Big Spring, Texas. The project, designated as #519-17-800, requires a competitive proposal from contractors who are certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated construction cost between $2 million and $5 million. Offerors must submit a bid guarantee and be capable of obtaining performance and payment bonds. Proposals must conform to specific submission formats, including technical, past performance, price, and requisite documentation volumes, all submitted via email. Key requirements also include registration in the System for Award Management (SAM) and adherence to the Davis Bacon Act for wage determinations. A site visit is scheduled for June 10, 2025, to allow potential contractors to assess the project site. The VA emphasizes the importance of prior relevant experience and performance ratings in the contractor selection process. Proposals will be evaluated based on technical capability, past performance, and price, with an emphasis on obtaining the best value for the government. The document serves as a critical communication tool for contractors interested in participating in this federal construction project.
    The presolicitation notice outlines a forthcoming Request for Proposals (RFP) for the renovation of police services at the West Texas VA Healthcare System (WTVAHCS) in Big Spring, Texas. The project requires a contractor equipped to provide comprehensive construction services, including labor, materials, and supervision. Key components include the relocation and integration of existing security alarm systems within the VA police infrastructure to ensure compatibility with current systems. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a budget estimated between $2 million and $5 million. Offerors must verify their SDVOSB status through the SBA before submission, ensuring compliance with VA requirements. The designated point of contact for inquiries is Rhonda Richardson, who can be reached via email. This RFP aims to enhance the capabilities of the police services at the facility while supporting veteran-owned businesses.
    The document outlines an amendment to a solicitation for proposals from the Department of Veterans Affairs (VA), specifically related to contract 36C25725R0056 with the Central Texas Veterans Health Care System. The primary purpose of the amendment is to extend the deadline for proposal submissions to July 14, 2025, at 10:00 CDT. It also provides essential documentation, including a sign-in sheet from a site visit and responses to Requests for Information (RFIs) related to the proposal. The amendment emphasizes the importance of acknowledgement of receipt by bidders to ensure their offers are considered valid. Attached to the document are additional materials such as clearer versions of project drawings and RFI responses to support the bidders in preparing their proposals. This amendment illustrates the VA's commitment to transparency and thoroughness in the procurement process to enhance veteran healthcare services.
    The document is an amendment to a solicitation (36C25725R0056) issued by the Department of Veterans Affairs for project proposals. The primary purpose of this amendment is to extend the proposal submission deadline to July 22, 2025, at 3:00 PM CDT, while also communicating important updates to potential bidders. It includes new attachments such as a Past Performance Questionnaire and clearer responses to previously received Requests for Information (RFIs). The amendment outlines that failure to acknowledge receipt within the specified time may lead to rejection of proposals, emphasizing the necessity for compliance. The document specifies the structure for proposal submissions, indicating the need for separate volumes that cover technical acceptability, past performance, pricing, and additional solicitation documents. The evaluation process will notably hinge on past performance ratings, indicating that those lacking a satisfactory rating will be ineligible for award consideration. Overall, this amendment aims to enhance clarity and provide all bidders with the necessary information to successfully navigate the proposal process.
    The document is an amendment to a solicitation related to the Department of Veterans Affairs (DVA) project number 36C25725R0056. Its primary purpose is to extend the proposal due date to July 23, 2025, at 3:00 PM CDT, and requests that proposals be submitted via email. Additionally, it provides responses to Requests for Information (RFIs), outlines that the total period of performance will be 18 months after the Notice to Proceed is issued, and includes supplemental documentation regarding RFIs. The amendment also emphasizes the importance of acknowledging receipt to ensure the validity of offers. Overall, it serves as a crucial update for bidders and stakeholders involved in the solicitation process, facilitating clarity and compliance with project timelines and expectations.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Central Texas Veterans Health Care System. Its primary purpose is to extend the proposal due date for bids to July 24, 2025, at 3:00 PM CDT. Additionally, it includes the provision of a GEO report related to the solicitation. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged. Offerors are instructed on how to acknowledge receipt of this amendment, highlighting the importance of confirming acknowledgment before the specified deadline to avoid rejection of bids. This document is typical within the context of government RFPs, serving as a formal communication to modify solicitation terms and ensure clarity among contractors regarding submission requirements. The overall significance of the amendment lies in its role in facilitating the solicitation process while ensuring compliance with federal contracting regulations.
    This document outlines a series of inquiries and responses regarding a renovation project, primarily focused on construction details and compliance with safety and regulatory standards. Key discussions revolve around the structural aspects of the project, including the height of crawl spaces, the presence of utility lines, and wall specifications for the installation of ballistic-resistant panels. The document addresses concerns about hazardous materials like asbestos and lead-based paint, necessitating proper abatement procedures. The project also outlines the need for coordination regarding fire suppression systems and the management of existing furniture and equipment during construction. Additionally, specifics related to contractor responsibilities, including the types of subcontractors required, work schedules, and site access for demolition and construction logistics are clarified. The purpose of this document is to ensure that the contractors understand the requirements of the renovation while adhering to federal grant standards and state/local regulations, highlighting the VA's commitment to safety and quality in facility upgrades.
    This document is a Past and Present Performance Questionnaire for a construction contract being considered by the Department of Veterans Affairs, Network Contracting Office (NCO) 17. The contractor under evaluation is required to provide details regarding their performance and compliance on previously completed contracts. Key sections include general contractor information, respondent details, and performance ratings based on various criteria such as project supervision, compliance with laws, quality of work, and timely resolution of issues. Evaluators must rate the contractor on a scale from Exceptional to Unsatisfactory and provide narrative explanations for lower ratings. Additionally, there are questions concerning past notices of performance issues and potential future contracts. The goal is to gather feedback to assess the contractor's capability and reliability effectively. This evaluation process is essential for ensuring quality and accountability in federal contracting, especially for projects tied to the Department of Veterans Affairs.
    The document outlines the solicitation details for Solicitation No. 36C245725R0056, focusing on cost and price breakdowns for various divisions involved in a construction project. It categorizes expenses into divisions, including General Requirements, Existing Conditions, Concrete, Metals, Wood and Plastic, Finishes, Thermal and Moisture Protection, Openings, Specialties, Equipment, Furnishings, Special Construction, Fire Suppression, Plumbing, HVAC, Communications, as well as additional sections for other costs. Each division incorporates sections for material and labor costs, with placeholders for specific financial entries that are left blank, suggesting a comprehensive yet undefined budget structure. The overarching purpose is to solicit bids from potential contractors by detailing how to propose costs and allocate them appropriately among various construction categories. This document serves as a critical component of the federal RFP process, facilitating the collection of competitive proposals by establishing clear financial expectations for comprehensive project analysis.
    The document pertains to a project proposal involving the Veterans Administration Hospital in Spring, Texas, linked to the U.S. Army Corps of Engineers in Albuquerque, New Mexico. It includes a plot plan showcasing the location of test borings for Project No. 2450, aimed at assessing geological conditions as part of a construction or renovation effort. The plot plan outlines various soil characteristics, indicating different types of clay (yellow, soft, white) encountered at certain depths, essential for understanding the site's suitability for building. This information serves to ensure adherence to engineering standards and the safety of future construction work. The project reflects the federal government's initiative to maintain and improve veteran healthcare facilities through detailed site analysis and planning.
    The document consists of a request for information (RFI) regarding construction renovations for a Veterans Affairs (VA) facility, focused on addressing technical specifications and potential hazardous materials. Key inquiries include the presence of asbestos and lead-based paint, installation logistics for utility lines and CMU walls, and fire safety requirements. Contractors seek clarifications about project scope, such as whether design and materials are mandated by the VA, and the expected types of wall reinforcements and fire suppression systems. The document emphasizes compliance with safety protocols for hazardous materials and specifies communication of existing systems and layouts. It also mentions the need for coordination between various trades and outlines expectations for work schedules and contractor responsibilities, further underscoring the VA's commitment to health, safety, and regulatory adherence during renovations. This document serves as a crucial tool in the RFP process, facilitating clear communication and planning for construction activities within VA facilities.
    This document outlines inquiries and responses related to a construction project undertaken by the VA, focusing on the renovation of specific facilities. Key discussions include the potential presence of utility lines, crawl space dimensions, wall specifications, and asbestos or lead paint concerns, ensuring compliance with safety measures. The project involves coordination with various contractors and subcontractors regarding utilities, access for materials, fire suppression systems, and demolition responsibilities. Additionally, the VA clarifies its role in removing sensitive materials prior to construction and outlines operational matters, such as work hours and use of existing infrastructure. The contractor is expected to handle red lines post-construction while adhering to existing specifications without undertaking design work. Moreover, there is emphasis on the compatibility of newly installed systems with existing surveillance and access control measures. This project reflects the VA's commitment to maintaining safety standards, efficient operations, and modernizing facilities through coordinated efforts among architectural, mechanical, and electrical aspects.
    The document contains the sign-in sheet from a pre-bid site visit for the renovation of a police area at 300 W. Veterans Blvd, Big Spring, Texas, associated with federal government RFP 36C25725R0056 / 519-17-800. The visit took place on June 10, 2025, and includes a list of attendees from various companies, along with their contact information. The primary focus of this RFP is to solicit bids for the renovation project, which is likely aimed at upgrading the police facility to enhance operational efficiency and community safety. This type of document is customary in government contracting processes, providing a record of participants who expressed interest in the project, which suggests the importance of local engagement and transparency in the bidding process. Overall, the sign-in sheet serves as a foundational element in the pursuit of contractor partnerships for public infrastructure improvements.
    The "VHA Infection Control Risk Assessment for Construction, Renovation, and Maintenance" template is designed to guide healthcare facilities in assessing and managing infection risks during various construction activities. It outlines a detailed, structured approach to categorizing the type of activity and the associated patient risk to determine appropriate infection prevention measures. The assessment involves four key steps: categorizing activities (Tables 1-4), identifying affected areas, and establishing the level of precautions required, which range from Level I (minimal risk) to Level IV (highest risk). Each activity type outlined must follow specific control measures to maintain hygiene and safety, protecting patients and staff from infection. The document also emphasizes the importance of post-activity cleaning and inspection to ensure the completion of all necessary precautions. This guidance is particularly relevant for federally funded healthcare projects, ensuring that infection control remains a top priority amid construction and maintenance efforts. Ultimately, the document serves to enhance the safety of healthcare environments during potentially disruptive activities, underscoring the VHA's commitment to patient health and regulatory compliance.
    The VHA Pre-Construction Risk Assessment (PCRA) template serves as a guideline for evaluating safety risks associated with construction, renovation, and maintenance activities within Veterans Health Administration facilities. It emphasizes the need to categorize activities based on their risk levels and implement specific control measures to safeguard patients, employees, and contractors. The document outlines processes for communication and coordination prior to project initiation, ensuring all affected areas are informed. It highlights infection control considerations, stating that the PCRA should be used in conjunction with the Infection Control Risk Assessment (ICRA) when necessary. Activity classifications include inspection/upkeep, small-scale, and large-scale construction, with detailed requirements for each type, such as safety plans, hazard communication, and daily site inspections. Additionally, projects must address adjacent areas to avoid operational disruptions. The document culminates in a fillable permit form to facilitate ongoing risk management and compliance checks throughout the duration of the project. This structured approach reflects the government’s commitment to safety and operational effectiveness in facilities serving veterans.
    Similar Opportunities
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    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.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.
    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.
    Y1DA--Project 549A4-21-703 EHRM Training and Admin build
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the EHRM Training and Admin Support Space project (Project Number 549A4-21-703) at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. This project involves the renovation of four rooms to create temporary EHRM classrooms and an office, including asbestos abatement, interior demolition, and installation of new HVAC equipment and finishes. The procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 236220, with a contract value estimated between $500,000 and $1 million. Interested contractors must submit their proposals by January 15, 2026, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov for further information.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. The project entails the removal and replacement of an old trench cap, requiring contractors to provide all necessary labor, materials, equipment, and supervision while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the medical center, ensuring minimal disruption during construction activities. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, interested parties may contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732.
    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.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.