Z1AZ--LEAVENWORTH PROPERTY MANAGEMENT new contract
ID: 36C77025Q0221Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CMOP OFFICE (36C770)LEAVENWORTH, KS, 66048, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

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

    The Department of Veterans Affairs is seeking qualified contractors for a new property management contract at the Leavenworth VA Consolidated Mail Outpatient Pharmacy. The procurement involves comprehensive maintenance services, including HVAC, electrical, plumbing, and landscaping, with a total award amount of $47 million for a contract duration of six months, extendable for three additional six-month periods. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran enterprises while ensuring the effective management of critical facility systems. Interested parties should contact Contract Specialist Christina (Tina) B Smith at christina.smith7@va.gov, with proposals due by May 27, 2025, at 5:00 PM Central Time.

    Point(s) of Contact
    Christina (Tina) B SmithContract Specialist
    (913) 758-9918
    christina.smith7@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is seeking property management services for the Leavenworth VA Consolidated Mail Outpatient Pharmacy, located at 5000 S. 13th Street, Leavenworth, KS. This presolicitation notice, designated as solicitation number 36C77025Q0221, has a response deadline of May 7, 2025, at 17:00 Central Time. The contract is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under the Product Service Code Z1AZ, with the NAICS code 561210. The solicitation is expected to be released in the week of April 22, 2025. Interested parties can contact the Contract Specialist, Christina B. Smith, via email at christina.smith7@va.gov or by phone at 913-758-9918 for further information. This initiative reflects the VA's ongoing effort to procure essential services that support the operational needs of its facilities.
    The Department of Veterans Affairs (VA) issued a solicitation for property management services for the Leavenworth VA Consolidated Mail Outpatient Pharmacy, requiring a contractor to maintain and manage multiple systems, including electrical, plumbing, HVAC, and landscape maintenance. This RFP is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a total award amount of $47 million, with a specified contract duration of six months, extendable for three additional six-month periods. The contractor must implement a Quality Control Plan and use environmentally sound practices. Key services include maintenance of energy management systems, fire and life safety systems, pest management, lawn care, and snow removal, with detailed specifications outlined in the Statement of Work. All invoices must be submitted electronically, and the contractor is expected to keep informed communication with the Contracting Officer Representative. Careful adherence to federal acquisition regulations and competitive bidding processes is mandatory. The document captures the VA's commitment to quality service delivery while supporting veteran businesses.
    The document outlines an amendment to a Request for Proposal (RFP) for property management services at the Leavenworth VA Consolidated Mail Outpatient Pharmacy. The main objective is to update the Statement of Work by adding 40 hours of additional routine maintenance and stating that contract awards are contingent upon upper-level review. Services required include maintenance of locksmith, plumbing, electrical systems, HVAC, fire protection systems, and landscaping. Contractors must implement a Quality Control Plan and adhere to environmental best practices. Exclusions include security systems and equipment owned by VA. The contractor must provide a preventive maintenance system and relevant documentation. Additionally, pest management and landscaping responsibilities are specified, emphasizing the contractor's role in ensuring a clean and safe environment. The RFP seeks firms capable of fulfilling these service requirements, noting the importance of small business participation and defining specific business characteristics required for bidding.
    The document details an amendment to a solicitation by the Department of Veterans Affairs (VA), specifically from the NCO 15 Contracting Office (CMOP), regarding procurement processes. The key purpose of this amendment is to extend the deadline for offers to submit proposals due to unforeseen circumstances, moving the new due date to May 27, 2025, at 5:00 PM Central Time. The amendment outlines the procedures for acknowledging receipt, including obligations for bidders to confirm their acknowledgment via specified methods. Important procedural details, such as accounting data and signature requirements, are also present, reaffirming that all other terms and conditions of the original solicitation remain in effect. This reflects the VA’s ongoing efforts to maintain transparent and fair procurement practices while accommodating bidders. The structure is standardized, adhering to government protocols for request for proposals (RFPs) and contract modifications.
    The Leavenworth VA Community Mail Order Pharmacy (CMOP) Maintenance & Inspection Schedule for April 2025 outlines a comprehensive plan for regular inspection and maintenance of safety and operational features. The schedule details daily, weekly, monthly, quarterly, semi-annual, and annual tasks, including general safety inspections, pest control, valve tamper switch checks, and cleaning of various facilities. Specific items like emergency exit lighting, wet pipe detectors, and the clean agent system require annual evaluations, while fire extinguishers and HVAC systems are checked semi-annually or according to their owner's manuals. Seasonal services such as lawn care and snow removal are also specified, along with inspections for parking lot striping and concrete repairs every three years. This systematic approach ensures compliance with safety regulations and promotes operational efficiency within the facility. The structured schedule reflects the VA’s commitment to maintaining a safe and functional environment for its operations and stakeholders.
    The Master Maintenance Calendar, effective April 2025, outlines the scheduled maintenance tasks for facilities throughout the year. Each month features a systematic approach to essential services such as snow removal, pest control, emergency lighting tests, and various maintenance activities. Quarterly tasks include upkeep for the Make Up Air Unit, Heat Pump, RTU filter changes, and Liebert System maintenance. Annual responsibilities consist of inspections and tests for fire protection systems, eye wash stations, and portable fire extinguishers. Specific projects like lawn services and parking lot painting are also scheduled. This structured maintenance schedule aims to ensure the safety, functionality, and compliance of facilities while effectively managing environmental and operational standards. The calendar's comprehensive nature reflects a commitment to ongoing facility management, crucial for regulatory compliance and operational readiness within government jurisdictions.
    The document details specifications for various HVAC equipment units, predominantly from TRANE and LENNOX. It lists units by number, make, model, tonnage, and serial numbers, alongside filter sizes required for each unit. The HVAC units range from 3 tons to 15 tons, with numerous models specified, primarily focusing on TRANE's YCD and TCD models, as well as LENNOX models. The filter sizes vary, with units needing multiple filters of specified dimensions. The purpose of this document aligns with federal and local RFPs, likely pertaining to maintenance or upgrade of HVAC systems within government facilities. It provides critical information for contractors or service providers to ensure compliance with specifications for HVAC equipment and maintenance, which is essential for energy efficiency and comfort in government buildings.
    The document outlines a federal grant opportunity aimed at supporting local governments in enhancing community infrastructure. The primary objective is to facilitate projects that promote economic development, improve public services, and foster sustainable practices. This grant will fund initiatives related to transportation systems, public safety enhancements, and the installation of green technology in municipal facilities. Key eligibility criteria include a demonstration of community need, collaboration with local stakeholders, and a commitment to ongoing maintenance post-project completion. The file notes the importance of aligning projects with state and federal priorities, particularly in addressing climate change and promoting economic resilience. The document highlights the application process, which involves submitting a detailed project proposal, timelines, and budgetary requirements. Evaluation criteria for proposals include feasibility, potential impact on community well-being, and innovation in addressing challenges. Overall, this grant opportunity serves as a catalyst for local governments to upgrade critical infrastructure while adhering to environmental and sustainability goals, ultimately enhancing the quality of life for community residents.
    Lifecycle
    Similar Opportunities
    Boiler / Chiller Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.
    VA Direct to Patient supply services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to provide direct delivery supply services for medical and surgical items to Veteran patients through its Consolidated Mail Outpatient Pharmacy (CMOP) program. The contractor must demonstrate at least two years of experience, the capacity to process approximately 14 million prescriptions annually, and the ability to maintain compliance with federal and state regulations while ensuring a 48-hour average turnaround time for prescription fulfillment. This opportunity is critical for ensuring timely access to essential medical supplies for Veterans, with the contract structured to reimburse vendors per filled prescription at government contract prices, plus handling fees. Interested vendors must submit a capabilities statement to the primary contact, Phillip Reuwer, at Phillip.Reuwer@va.gov by January 11, 2026, with any questions directed to the same contact before January 8, 2026.
    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.
    C211--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) for a firm-fixed-price contract to replace Main Distribution Panel (MDP) panels in Buildings 88-89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. The project, identified as RFI 36C25526Q0015, has an estimated value between $1,000,000.00 and $5,000,000.00 and requires completion within a 365-day period following the notice to proceed. This procurement is crucial for ensuring the electrical infrastructure's reliability and safety at the facility. Interested contractors must submit a capability statement detailing their qualifications and experience by October 22, 2026, with the solicitation expected to be posted around October 25, 2025. For further inquiries, contact Tim Parison at timothy.parison@va.gov or call 913-946-1140.
    Pharmaceutical Repackaging Services for National CMOP (770)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for pharmaceutical repackaging services for the National Consolidated Mail Outpatient Pharmacy (CMOP) program. The contract, identified as 36C77026R0004, is a firm-fixed-price, indefinite-delivery agreement intended to support the repackaging of government-purchased oral solid pharmaceuticals into various bottle sizes for distribution to over 7 million veterans. The contract spans a five-year ordering period from February 1, 2026, to January 31, 2031, with a potential six-month extension, and has a minimum value of $20 million and a maximum value of $125 million. Interested contractors should contact Renee Kreutzer at renee.kreutzer@va.gov for further details and must submit their proposals by the specified deadlines, ensuring compliance with all relevant regulations and standards.
    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.
    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--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.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    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.