Y1DA--508-22-105 | 6th Floor CLC 16-Bed Bldg. C
ID: 36C24725R0029Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals for the renovation of the 6th Floor of the Community Living Center (CLC) Building C at the Joseph Maxwell Cleland VA Medical Center in Decatur, Georgia. This project aims to transform the space into a 16-bed Short Stay CLC, requiring comprehensive construction services that adhere to strict safety and regulatory standards, including infection control and environmental protections. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated value between $5 million and $10 million, with a proposal submission deadline extended to June 11, 2025, at 1:00 PM EDT. Interested contractors should contact Ryan Crispin at ryan.crispin@va.gov or Joyce Powers at joyce.powers1@va.gov for further details and to ensure compliance with all solicitation requirements.

    Point(s) of Contact
    Ryan CrispinContract Specialist
    ryan.crispin@va.gov
    Files
    Title
    Posted
    The project P234, a Maintenance Hangar located in Anytown, VA, outlined strict requirements for special inspections in accordance with building codes and regulations. The project features a two-story structure with a seismic design category of E and is categorized under Risk Category IV, necessitating comprehensive oversight during construction. A Special Inspector of Record (SIOR), John Doe, will oversee the lateral and vertical force resisting systems, including various types of braced frames and shear walls. Key designated seismic systems (DSS) include emergency power systems, gas lines, egress stairs, and fire sprinkler systems. Compliance certificates for these systems must confirm their ability to function post-earthquake and must be submitted to the contracting officer. The document mandates a final walk-down inspection by a registered professional to ensure that the construction adheres to all required specifications. The overall aim is to uphold safety, operability, and structural integrity following seismic events. This file serves as a guideline for the inspection and compliance for the construction of federally supported projects, reflecting a commitment to safety standards and operational readiness post-earthquake, aligning with government regulations for public facilities.
    The document outlines the requirements and procedures pertaining to Special Inspections for the renovation project of the 6th Floor Short Stay Community Living Center (CLC) at the Atlanta VA Medical Center. It emphasizes the necessity for continuous and periodic inspections conducted by independent third-party inspectors to ensure compliance with construction documents and applicable building codes. Specific conditions mandating structural observations include seismic design categories and wind speed thresholds. Key roles including the Special Inspector of Record (SIOR) and associated inspectors are defined, along with their qualifications and responsibilities. The document contains a comprehensive listing of structural and nonstructural components that require inspection, guidelines for reporting discrepancies, and submission protocols for inspection reports. It also includes the establishment of a collaborative process among the contractor, design professionals, and government officials to ensure proper oversight and quality control throughout construction. The emphasis on rigorous inspection protocols reflects the project's commitment to safety and regulatory adherence in the construction of essential facilities like the VA Medical Center. Overall, this document serves to guide the construction team in maintaining high standards of quality and compliance during the project.
    The document details an asbestos assessment and cost estimates for VAMC Atlanta (Decatur), specifically focusing on Building 1. It provides a comprehensive inventory of asbestos-containing materials (ACMs) identified throughout the facility, their locations, quantities, and recommended actions for management and removal. Key findings include various types of asbestos in materials such as drywall compound, floor tiles, and pipe insulation, with corresponding repair and removal cost estimates totaling approximately $3,396,231. It highlights the urgency of operational and maintenance measures (O&M) for materials that should be removed during renovations. The assessment serves as a critical resource for ensuring safety and regulatory compliance during future construction or renovations in the facility, facilitating the planning of necessary abatement activities. Overall, the document underscores the VA's commitment to addressing hazardous materials proactively in their infrastructure management.
    The document provides an Asbestos and HazMat summary for the renovation project of the 6th floor at the Atlanta VA Medical Center, dated June 12, 2022. Conducted by inspector Brett Brumbaugh, the investigation revealed the presence of asbestos-containing materials, specifically in the form of vinyl floor tiles, residual black mastic, and dark brown cove base adhesive. Universal wastes, including fluorescent bulbs and batteries, were also identified, while no lead-based paint was found. A cost estimate for asbestos removal was provided, totaling approximately $128,875. The report advises on removal procedures necessary for any renovation disturbances, highlighting the need for an asbestos abatement contractor. It also details bulk sampling methodologies executed to detect asbestos, adhering to federal regulations, and elaborates on laboratory analysis results indicating the presence of 2% chrysotile asbestos in specific materials. This summary underscores the importance of addressing hazardous materials in federal Renovation projects, ensuring the safety of both workers and the environment during construction activities and compliance with regulatory requirements.
    A pre-renovation asbestos-containing materials (ACM) survey was conducted on March 28, 2025, at the Joseph Maxwell Cleland Atlanta Veterans Administration Medical Center (VAMC) to determine the presence of asbestos in the exterior building windows. The evaluation involved a visual inspection and testing of materials associated with the windows, collecting up to 15 samples to comply with NESHAP regulations. The findings showed that all materials tested were negative for asbestos, allowing for safe renovation without further concern about asbestos exposure. The report emphasizes cooperation among personnel and highlights the importance of monitoring any suspect ACM that may arise during future disturbance activities. Conducted under strict federal health and safety standards, the inspection utilized AHERA protocols and was managed by qualified professionals, ensuring compliance with environmental regulations. The report also provides supporting appendices, including laboratory results and sample locations, validating the methodology and findings of the survey. Overall, the survey assures that the project can proceed safely, highlighting the VA's commitment to maintaining a safe environment for employees and veterans.
    The document outlines detailed demolition plans for the renovation of the 6th floor of the Veterans Affairs facility in Decatur, GA, aimed at transforming it into a 16-bed short stay Community Living Center (CLC). It specifies various tasks, including the removal and safe storage of existing ceiling tiles, replacement of damaged ceiling panels, and patching of gypsum board ceilings to match existing colors. The scope includes extensive removals of floor finishes, walls, plumbing fixtures, and other existing constructions as necessary to facilitate new installations. Contractors are instructed to coordinate demolition efforts with engineering and vendor drawings, ensuring all work aligns with new construction requirements. The document emphasizes the importance of precise measurements, site verification, and adherence to safety protocols. It underscores the necessity for seamless repairs following demolition to maintain aesthetic and functional integrity, ensuring compliance with ADA guidelines and existing building codes. This project reflects the government’s commitment to modernizing healthcare facilities, improving patient care environments, and adhering to regulatory standards.
    The document pertains to the renovation project for the 6th Floor of the CLC Building C, detailing changes issued in Addendum 1 dated April 4, 2025. Key updates include the removal of certain specifications, such as Testing Laboratory Services and Phenolic Interior Wall Paneling, replaced by new requirements for commissioning various systems (fire suppression, plumbing, HVAC, electrical, etc.) and thermal insulation. It also lists modifications to architectural sheets, including demolition notes, updates on patient lift locations, and adjustments in the toilet accessory schedule. Changes to the Table of Contents and specific architectural notes on ceiling plans emphasize the necessity of coordination during the renovation. This addendum is crucial in ensuring that all parties involved are informed of the latest requirements and construction adjustments, reflecting a comprehensive approach to meet the project's objectives for safety and compliance within the government framework. Overall, the document illustrates the meticulous nature of governmental contracting, focusing on precision and adherence to updated specifications for construction projects.
    The document outlines the renovation project for the 6th floor of the Atlanta VA Healthcare System, designated to create a 16-bed Short-Stay Community Living Center (CLC). It includes detailed specifications and project protocols necessary for compliance with Department of Veterans Affairs (VA) regulations. Key components encompass construction requirements such as demolition, electrical, mechanical, and plumbing works, while strict safety measures and guidelines are stipulated to protect patients and staff during renovations. The project documentation specifies the scope of work, including comprehensive certifications for involved professionals, adherence to OSHA safety standards, and environmental protections, particularly concerning asbestos management. Contractors are required to implement infection control measures and maintain unobstructed access for medical personnel throughout construction. Additionally, timelines for submission of safety training and certifications are established, as well as protocols regarding work hours, utility interruptions, and security measures for project site access. This project epitomizes the VA's commitment to enhancing healthcare facilities while prioritizing safety and compliance with regulatory standards.
    The presolicitation notice (36C24725R0029) issued by the Department of Veterans Affairs outlines a construction project for a 16-bed unit short stay Community Living Center at the Atlanta VA Medical Center. This contract, set aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizes compliance with specific VA clauses regarding subcontracting and certification requirements. The project involves extensive renovation of the existing 6th-floor space within a budget between $5-10 million, with an estimated completion of 500 days following the Notice to Proceed. Key tasks include replacing windows, upgrading mechanical systems, and addressing hazardous materials such as asbestos and lead. The source selection process is designed to ensure value to the government, with the solicitation anticipated to be posted around January 30, 2025, followed by a pre-proposal site visit. Interested contractors must be registered in the SBA certification database and SAM. The notice indicates a structured approach to enhancing patient care facilities while adhering to applicable regulatory guidelines for veteran-focused projects.
    The document is an amendment to an existing solicitation (36C24725R0029) issued by the Department of Veterans Affairs, specifically the VISN 7 Network Contracting Office in Atlanta. It announces an extension for the proposal due date, moving it from April 11, 2025, to April 30, 2025, at 1:00 PM EDT. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged. It requires bidders to acknowledge this amendment to validate their offers on time. The extension reflects the agency's commitment to ensuring contractors have the necessary time to prepare comprehensive proposals, a common practice in government RFP processes aiming to maximize competitive participation while adhering to compliance standards. The point of contact for this amendment is Joyce Powers, the Contracting Officer at the VA-VHA-RPOE. This amendment is standard for federal procurement activities, facilitating clearer communication and time management in the bidding process.
    The document outlines an amendment to solicitation number 36C24725R0029, administered by the Department of Veterans Affairs (VA) for a project under the VISN 7 Network Contracting Office in Atlanta, Georgia. This amendment aims to provide updated information following Executive Orders 14173 and 13899. Key modifications include the removal of several provisions and clauses related to affirmative action and equal opportunity in favor of updated regulations. Specifically, provisions such as "Apprentices and Trainees" and "Prohibition of Segregated Facilities" are deleted, while clauses concerning labor standards have been revised. Importantly, new compliance measures reflecting Executive Order 13899, addressing anti-Semitism, are introduced, mandating contractors to report credible violations. The document also emphasizes that offers must acknowledge receipt of this amendment, with deadlines strictly enforced. Additionally, the amendment includes a Site Visit Attendance Sheet and clarifies that changes in provisions may lead to discrepancies in the System for Award Management (SAM) registrations, although contracting officers will not consider outdated representations during award decisions. Overall, the document reflects the VA's commitment to regulatory compliance and clarity in contracting processes.
    The document outlines an amendment to a solicitation regarding a project by the Department of Veterans Affairs. The key purpose is to inform potential contractors and bidders about updates, including responses to Requests for Information (RFIs), new Department of Labor Wage rates, and revised provisions relevant to the contract. The amendment includes specific details on various attachments like final asbestos assessments, specifications, drawings, and updated materials related to the project renovation of the 6th Floor of the Community Living Center (CLC) Building C. These changes aim to maintain compliance with federal procurement regulations while ensuring that bidders are fully informed of the latest contract details. Notably, the document emphasizes the importance of acknowledging this amendment to avoid any parsing difficulties during the bidding process. All other terms and conditions from the original solicitation remain unchanged.
    This government document is an amendment related to a Request for Proposals (RFP) issued by the Department of Veterans Affairs (VA). The main purpose of the amendment is to extend the deadlines for submitting follow-up Requests for Information (RFIs) and proposals. The new deadline for RFIs is set for April 30, 2025, at 1:00 PM, and the proposal submission deadline is extended to May 15, 2025, at the same time. This amendment is issued as part of the contract process, where acknowledgment of this amendment by bidders is required to be received by the specified date to avoid rejection of their offers. All other contract terms remain unchanged, ensuring that the administrative changes are incorporated without altering the overall contract conditions. The communication is overseen by Contracting Officer Joyce Powers, providing clarity on the procedural requirements and timelines relevant to prospective contractors and maintaining the integrity of the bidding process.
    The document pertains to the Department of Veterans Affairs' solicitation amendment for project number 36C24725R0029. The primary purpose is to extend the proposal submission deadline to June 11, 2025, at 1:00 PM EDT, and to provide official government responses to the second round of Requests for Information (RFIs). The amendment also includes updates to various provisions and clauses due to recent executive orders, modifying specific contract items such as the Annual Representations and Certifications and the Waste Reduction Program. Additionally, a note warns that system updates may not immediately reflect policy changes, emphasizing that certain representations in the System for Award Management (SAM) are not required for award decisions. Attached documents include RFI responses and detailed electrical drawings essential for the project. Overall, this amendment is aimed at ensuring clarity and compliance while making procedural adjustments to the contracting process.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for the renovation of the 6th floor at the Joseph Maxwell Cleland VA Medical Center in Atlanta, Georgia. This construction project, valued between $5 million and $10 million, is exclusively for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must provide comprehensive proposals that detail past performance, safety records, and a price proposal. A site visit is scheduled to ensure bidders fully understand the project's scope, which involves transforming the space into a community living center for veterans. Key requirements include adherence to various safety and infection control standards, as well as timely completion within a 500-day performance period after the notice to proceed. Submission must be electronic, and bidders are encouraged to have their proposals well-organized to comply with the evaluation criteria, prioritizing past performance over price. This document signifies the government's commitment to supporting veteran needs through facility enhancements, ensuring contractors understand the necessary obligations, safety measures, and compliance with federal regulations throughout the project lifecycle.
    This document is an Experience Modification Rate (EMR) Form required for contractors responding to a government solicitation. It outlines the information that the offeror must provide, including their company details, OSHA 300 forms data for the years 2022, 2023, and 2024, and their insurance EMR for the past three years. Key data points include the number of man-hours worked, incidents involving days away from work, the Days Away, Restricted, or Transferred (DART) rate, and any OSHA violations from the past three years. The submission of copies of relevant OSHA forms is mandated, and any serious or willful violations could disqualify the contractor. The information collected will be used in conjunction with government databases to evaluate the contractor's compliance with the EMR requirements specified in the solicitation. The document emphasizes the importance of safety performance indicators and regulatory compliance in the context of government contracts, ensuring only qualified contractors are selected for federal and state projects.
    The document outlines the VA's requirements for compliance with limitations on subcontracting for contracts awarded under 38 U.S.C. 8127, specifically for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Offerors must certify that they will adhere to the stipulated limits which vary by contract type: 50% for services, 85% for general construction, and 75% for special trade contractors. The submission of this certification is mandatory for evaluation and award eligibility. Additionally, the offeror is required to provide evidence of compliance with these limitations, including documentation such as invoices and subcontracts. Noncompliance can result in referrals for suspension or debarment, fines, or criminal prosecution. This certification process is integral to promoting SDVOSB/VOSB participation in federal contracts, ensuring accountability, and protecting the integrity of the procurement system. The document emphasizes the seriousness of false certifications and outlines the necessary steps for offerors to demonstrate compliance with subcontracting rules.
    The Past Performance Questionnaire (PPQ) for Solicitation 36C24725R0029 is a critical document within federal RFP processes. It serves to assess the performance of contractors by gathering evaluations from their previous clients. Offerors must complete a cover sheet and ensure that the questionnaires are sent to relevant past clients who return them directly to specified email addresses. The questionnaire includes essential details such as the offeror's name, contract number, project description, and financial details. Evaluators use a numerical rating scale (from 1 to 5) to assess various performance metrics, including compliance, management effectiveness, personnel appropriateness, timeliness, adherence to schedules, safety responsiveness, subcontractor coordination, customer interaction, problem-solving skills, financial management, and overall performance. Additionally, evaluators are encouraged to provide comments on the contractor’s performance, especially for lower ratings. This questionnaire is vital to the evaluation process, assisting in determining the suitability of contractors for future government projects, thereby promoting accountability and quality in government contracting.
    The document outlines a comprehensive cost/price breakdown worksheet related to Solicitation No. 36C24725R0029, which is part of the federal government's procurement process. It is structured into various divisions corresponding to construction trades, including general requirements, existing conditions, concrete work, metals, wood and plastic, finishes, and specialized systems like plumbing, HVAC, and electrical. Each division features sections for material and labor costs, enabling precise budgeting and proposal preparation. The purpose of this worksheet is to assist bidders in detailing their cost estimates for a potential contract, including subtotal calculations, overhead, profit, bonds, and insurance. Bidders must thoroughly complete the document to facilitate competitive bidding and compliance with federal regulations. The comprehensive nature of the worksheet reflects the government's emphasis on transparency and accountability in spending, ensuring funds are appropriately allocated and managed during project execution. This level of detail is essential for maintaining project oversight and aligning with grant and procurement protocols.
    The document outlines the wage determination for building construction projects in Dekalb County, Georgia, effective as of January 3, 2025. It is governed by the Davis-Bacon Act, mandating the payment of minimum wage rates set under Executive Orders 14026 and 13658, depending on contract specifics. For contracts initiated or renewed after January 30, 2022, workers must be paid at least $17.75 per hour; for those awarded between January 1, 2015, and January 29, 2022, the wage is $13.30. The wage determination includes various classifications of construction labor, detailing specific prevailing wage rates and fringe benefits for skilled trades such as electricians, plumbers, and carpenters. Additionally, contractors are reminded of requirements for paid sick leave under Executive Order 13706, necessitating one hour of paid sick leave for every 30 hours worked. The document elaborates on identifying rates as union or non-union based and provides guidance for appeals concerning wage determinations. This information is crucial for federal contractors and workers, ensuring compliance with labor laws and facilitating fair compensation practices in federally funded construction activities.
    The document outlines the procedures for electronic invoice submission for contractors working with the Veterans Affairs (VA) Financial Services Center (VAFSC). It emphasizes compliance with specific federal regulations for payment processing, including FAR provisions. Contractors must register with the Tungsten Network for free electronic invoicing, submitting invoices after approval by the Contracting Officer Representative (COR) or Contracting Officer (CO) through the network's designated portal. The document also notes the discontinuation of the VA10091 form as of July 1, 2020, requiring vendors to update their information in the Customer Engagement Portal (CEP). Additionally, it provides contact information for assistance with the e-Invoice setup and submission process. This guidance is critical for ensuring prompt and accurate financial transactions in federal contracts, underscoring the VA's shift towards digital processes in accounting and vendor management.
    The document outlines the construction plans for renovating the sixth floor of the VA facility at 1670 Clairmont Rd, Decatur, GA, to accommodate a 16-bed Short Stay Community Living Center (CLC). It includes detailed construction documents, drawing indexes, and specifications for architectural and engineering coordination. The project aims for high-quality construction standards, emphasizing safety and fire protection with full sprinkler coverage. Key components involve extensive interior modifications, mechanical and plumbing updates, and compliance with life safety regulations, inclusive of occupancy load analysis and fire barrier design. All parties are required to ensure accurate coordination of designs and maintain compliance with building codes, while the contractor must oversee all phases of construction, including utility management and infection control measures, to safeguard occupants and minimize disruption. This renovation reflects the VA's commitment to enhancing healthcare services for veterans by modernizing infrastructure.
    Charlotte Engineers, LLP is managing a project for the Atlanta VA Healthcare System to renovate the 6th floor, converting it into a 16-bed Short-Stay Community Living Center (CLC). The contract, numbered 36C24721R0133, includes detailed specifications, general requirements, and safety protocols necessary for successful completion. Key points involve extensive construction documents detailing project schedules, demolition plans, and strict adherence to safety regulations, including VA security background checks for all contractors. The contractor must follow OSHA guidelines, maintain a clean working environment, and ensure infection control measures due to the healthcare setting. Fire safety measures and environmental protections like dust control are critical, alongside managing existing utilities and potential asbestos found in the building. The renovation project emphasizes careful planning, coordination, and compliance to improve patient care facilities within the VA system, demonstrating the commitment to providing high-quality healthcare environments for veterans.
    The document outlines electrical design specifications and methodologies for a renovation project at the U.S. Department of Veterans Affairs facility in Decatur, GA. It includes a comprehensive list of electrical symbols, abbreviations, and equipment types necessary for the installation of a new electrical system on the 6th floor, emphasizing compliance with safety codes and efficiency standards like ASHRAE 90.1. Key components involve specifying fixture types, circuit connections, and the construction of lighting and power systems, including emergency backups. It also highlights the need for coordination with various stakeholders, such as the infection control officer, to ensure safety during construction. Additionally, it mandates adherence to specific electrical energy codes and outlines requirements for demolition, including the proper removal of existing systems. This document serves as a part of the federal RFP process, demonstrating governmental commitment to upgrading facilities while ensuring integrity and security of electrical systems.
    The document outlines specifications for telecommunications infrastructure intended for a renovation project at the Veterans Affairs Medical Center in Decatur, Georgia. It details the design and configuration of an existing telecommunications rack, emphasizing the installation of various components including a fiber enclosure, wire managers, and patch panels. Key elements include a 2RU fiber enclosure for fiber connections, a CAT6A patch panel for data cabling, and power distribution units (PDU) designed for robust performance. The installation will utilize existing raceway systems and ensure proper cable management and power distribution through monitored PDUs and uninterruptible power supplies (UPS). The guidelines reflect the project's adherence to federal standards and the importance of maintaining operational efficiency in a healthcare setting while modernizing the facility's telecommunications capabilities. The structure of the document includes detailed specifications followed by schematic representations indicating the layout and types of equipment used, underscoring the coordination with architectural and engineering teams to achieve compliance and functionality.
    The document outlines electrical renovations for the sixth floor of a facility, specifically for a project titled "Renovate 6th Floor for 16 Bed Short Stay CLC." It establishes that existing electrical devices and equipment on levels one through three, seven through twelve, the roof, and machine rooms will not be included in the project scope. The primary focus is the demolition and replacement of panel boards and disconnects for equipment on level six, along with associated branch circuits. The diagram indicates the different types of electrical panels, transformers, and disconnects, specifying their voltage and amperage ratings. Overall, the project aims to enhance the electrical infrastructure by ensuring compliance with updated standards while facilitating operational efficiency for the facility’s intended use. Detailed notes accompany the schematics, guiding the demolition and installation processes involved in traditional renovations while maintaining a focus on existing components to remain. Notably, all panel boards and disconnects involved are to be replaced with new systems, aligning with the objective of modernizing the electrical framework of the building. The document is part of the scope delineated in government RFP contexts and federal grant frameworks, ensuring funds are utilized for substantial infrastructural improvements.
    The document outlines a construction project for the renovation of the 6th floor of the Veterans Affairs Medical Center (VAMC) located at 1670 Clairmont Rd, Decatur, GA. Issued on September 21, 2023, the project includes the development of 100% construction documents focused on creating a 16-bed short-stay Community Living Center (CLC). The design emphasizes safety and accessibility, incorporating fully sprinklered systems. Electrical specifications detail estimated demands and load classifications for various circuits across three phases. It includes comprehensive panel schedules and lighting load charts, accounting for the existing load transfer to new panels. Consultant engineers from Charlotte Engineers, based in Charlotte, NC, are involved in the project, ensuring compliance with regulatory standards. The document serves as a crucial reference for stakeholders engaged in the project execution, reflecting the federal government’s commitment to enhancing veteran healthcare facilities with modern, efficient, and safe environments. The level of detail suggests adherence to strict engineering and safety protocols typical within government Request for Proposals (RFPs) and grants.
    The document outlines the demolition and renovation activities planned for the sixth floor of the U.S. Department of Veterans Affairs facility located at 1670 Clairmont Rd, Decatur, GA. The key focus is on the removal and modification of electrical systems and telecommunications infrastructure. The electrical contractor is tasked with demolishing specific devices, panels, and wiring up to the designated panelboards, ensuring that only components listed for demolition are affected. Additionally, existing communications and nurse call systems are specified for removal, alongside instructions for preserving and tagging cables that are to remain. In preparation for the renovations, thorough coordination with the owner's IT staff is required to guarantee safe handling of existing electronics and cables. The document highlights the importance of testing and reevaluating existing fiber cables, while ensuring that non-operational access control panels are made functional in conjunction with the new work. Overall, the document serves as a comprehensive guide for contractors, establishing clear expectations regarding demolition activities, structural alterations, and compliance with safety standards while enhancing the facility's operational capacity.
    The document outlines specifications for electrical work and systems installations for the renovation of the 6th floor at a Veterans Affairs facility in Decatur, GA, intended for a 16-bed short-stay Community Living Center (CLC). It details requirements for structured cabling, telecommunications, and nurse call systems, including the support structures and installation protocols necessary to meet safety and operational standards. Important points include the necessity for a pre-submittal meeting with IT representatives, adherence to TIA/EIA labeling standards, and fire-stopping measures for conduits. The project includes relocating existing access control panels, wiring for new systems, and compliance with fire rating regulations. The document serves as a crucial guideline for contractors, ensuring that installations are coordinated, meet VA specifications, and maintain existing infrastructure where feasible. Overall, the renovation aims to enhance healthcare services while ensuring safety and functionality in the facility's telecommunications infrastructure.
    The document is a series of responses regarding the construction project for the VA facility, focusing on various technical inquiries and clarifications essential for compliance with project specifications. Key topics include the removal and handling of existing structures, installation of new systems (such as data and voice cabling, CCTV, and nurse call systems), and regulatory requirements surrounding hazardous materials. The VA has confirmed that third-party commissioning is required, and specific equipment details, such as the use of Avigilon for CCTV and Jeron for nurse call systems, have been established. Other concerns addressed involve construction methods for drywall and studs, fire safety specifications, and recycling of construction waste. Clarity is sought on the integration of existing infrastructures, like the access control and fire safety systems, while confirming the processes for environmental hazard management, particularly asbestos. The document reflects the complexities of the project and outlines the responsibilities that contractors must shoulder, underscoring adherence to the established timelines and specifications outlined in the bidding process. This meticulous approach ensures a coordinated effort between contractors and the VA to meet safety and operational standards during the building renovation.
    This document pertains to various Requests for Information (RFIs) related to construction projects involving the Veterans Affairs (VA) facilities, specifically concerning upgrades to nurse call systems, video surveillance systems, and other infrastructure. The responses address compatibility with existing systems, requirements for asbestos surveys, and procedures for waste management. Key contractors, like Place Services, Inc. and Charlotte Engineers, are tasked with ensuring that projects meet specifications laid out in the documents while adhering to VA standards. The document outlines necessary clarifications for technical specifications, such as fiber optic cable requirements, access control systems, and the protocols for asbestos handling. Various contractors raise concerns over the economic feasibility of recycling waste materials and seek clarity on unaddressed specifications. Additionally, several operational considerations are noted, including the need for temporary power during construction and compliance with safety regulations. Overall, the file serves as an inter-company communication tool to enhance understanding and compliance with federal RFP requirements, ensuring that projects are executed effectively while maintaining safety standards and adhering to budget constraints.
    Lifecycle
    Similar Opportunities
    Y1DZ | 586-22-102 | Renovate PC Blue for PACT - Women's Health Clinic | SOLICITATION
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of approximately 6,850 square feet of the Primary Care Blue Clinic at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi, to establish a new PACT Women’s Health Clinic. This project, designated as 586-22-102, is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to be VetCert SDVOSB certified and registered in the System for Award Management (SAM). The renovation aims to modernize the clinic, improve access, and enhance the quality of care while ensuring minimal disruption to ongoing medical operations. Proposals are due by January 13, 2026, at 10:00 AM CT, with a site visit scheduled for December 16, 2025, and inquiries accepted until December 19, 2025. Interested parties can contact Contract Specialist Lisa Peace at Lisa.Peace@va.gov for further information.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    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.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Z1DA-- Renovate OR for Hybrid Installation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating rooms for a hybrid installation at the VA Northern California Healthcare System in Mather, California. This project involves the comprehensive renovation of approximately 12,500 square feet of existing operating room space, including the upgrade of four operating rooms and the addition of a fifth hybrid operating room, with a focus on adhering to current VHA Design Guides. The renovation is crucial for enhancing surgical capabilities and ensuring compliance with modern healthcare standards. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by January 29, 2026, following a mandatory site visit on December 11, 2025. For further inquiries, contractors can contact Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511. The estimated project value ranges between $10 million and $20 million.
    SOURCES SOUGHT NOTICE - VISN 7 CONSTRUCTION MATOC 36C24726R0026
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, has issued a Sources Sought Notice for a Service-Disabled Veteran-Owned Small Business (SDVOSB) Multiple Award Task Order Contract (MATOC) focused on construction services within VISN 7, which includes Alabama, Georgia, and South Carolina. This procurement aims to identify qualified SDVOSBs capable of providing a range of construction services, including demolition, renovation, and new construction, under a NAICS code of 236220, with a size standard of $45 million. The MATOC is projected to have a maximum order limitation of $700 million over five years, with individual task orders ranging from $2,000 to $20,000,000, highlighting the significant scale and importance of these services for the VA. Interested parties must respond by December 10, 2026, providing necessary company information and certifications to Elissa Goodman at elissa.goodman@va.gov.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    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.
    R699-- Relocation and Removal Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for relocation and reconfiguration services for the Atlanta VA Health Care System (AVAHCS) and its associated clinics. This procurement, valued at $34 million, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and includes a base year along with four option years, running from January 2026 to January 2031. The services required encompass receiving, delivery, installation, disassembly, reassembly, repair, and removal of furniture and equipment, with strict adherence to security and privacy protocols mandated by the VA. Interested contractors must operate within a 50-mile radius of Decatur, Georgia, and are required to comply with VA-specific training and invoicing procedures. Proposals are due by December 31, 2025, at 11 AM Eastern Time, and inquiries can be directed to Gail Bargaineer at Gail.Bargaineer2@va.gov or by phone at 404-321-6069.