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
  1. 1
    Posted Feb 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due May 15, 2025, 5:00 PM UTC
Description

The Department of Veterans Affairs is soliciting proposals for the renovation of the 6th Floor Community Living Center (CLC) Building C at the Joseph Maxwell Cleland VA Medical Center in Decatur, Georgia. This project, valued between $5 million and $10 million, aims to convert the space into a 16-bed Short Stay CLC, requiring compliance with various safety and infection control standards throughout the construction process. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the government's commitment to enhancing healthcare facilities for veterans while ensuring transparency and accountability in federal contracting. Interested contractors must submit their proposals electronically by May 15, 2025, and can direct inquiries to Contract Specialist Ryan Crispin at ryan.crispin@va.gov or Joyce Powers at joyce.powers1@va.gov.

Point(s) of Contact
Ryan CrispinContract Specialist
ryan.crispin@va.gov
Files
Title
Posted
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.
Apr 24, 2025, 6:09 PM UTC
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.
Apr 24, 2025, 6:09 PM UTC
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.
Apr 24, 2025, 6:09 PM UTC
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.
Dec 30, 2024, 8:05 PM UTC
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.
Apr 24, 2025, 6:09 PM UTC
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.
Apr 24, 2025, 6:09 PM UTC
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.
Apr 24, 2025, 6:09 PM UTC
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.
Apr 24, 2025, 6:09 PM UTC
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.
Apr 24, 2025, 6:09 PM UTC
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.
Apr 24, 2025, 6:09 PM UTC
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.
Apr 24, 2025, 6:09 PM UTC
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.
Apr 24, 2025, 6:09 PM UTC
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.
Apr 24, 2025, 6:09 PM UTC
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.
Apr 24, 2025, 6:09 PM UTC
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.
Apr 24, 2025, 6:09 PM UTC
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.
Apr 24, 2025, 6:09 PM UTC
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.
Apr 24, 2025, 6:09 PM UTC
Apr 24, 2025, 6:09 PM UTC
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.
Apr 24, 2025, 6:09 PM UTC
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
Buyer not available
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.
Y1DA--656-19-307 Remodel of Building 51-1, Eastside at the Saint Cloud VA, Saint Cloud, MN
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the remodeling of Building 51-1 Eastside at the St. Cloud VA Medical Center in Minnesota, under Project Number 656-19-307. The project aims to renovate the Community Living Center, focusing on enhancing patient care facilities while adhering to federal and state health regulations, with an estimated budget ranging from $2 million to $5 million. This initiative is crucial for improving the infrastructure of healthcare services provided to veterans, ensuring compliance with safety and environmental standards throughout the construction process. Interested contractors must submit their bids by May 22, 2025, at 0900 CST, and direct inquiries to Senior Contracting Officer Traci A Johannes at Traci.Johannes@va.gov.
C1DZ--656-26-102, Remodel B48 1st Floor CLC 36C263-25-AP-1434
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the remodel of the first floor of building 48 at the St. Cloud VA Health Care System. This project aims to transform approximately 10,000 square feet into a fully compliant Community Living Center (CLC), requiring adherence to VA design guidelines and significant renovations, including updates to life safety egress routes and utility connections. The selected firm will be evaluated based on professional qualifications, specialized experience in healthcare facility renovations, and past performance, with a focus on delivering high-quality designs and compliance with federal standards. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) firms must submit their Standard Form 330 packages by June 2, 2025, and can direct inquiries to Contract Specialist Benjamin Woehrle at benjamin.woehrle@va.gov or by phone at 651-293-3071.
Z1DA--Renovate Audiology 515-23-101
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the renovation of the Audiology department at the Battle Creek VA Medical Center, designated as Project 515-23-101. This procurement aims to engage a contractor to perform comprehensive renovations across approximately 6,045 square feet in two buildings, with a total contract budget estimated between $5 million and $10 million, and a completion timeline of 500 calendar days post-award. The project is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses, emphasizing the VA's commitment to supporting veteran entrepreneurship while enhancing facilities for veteran care. Interested contractors must submit their proposals by May 13, 2025, and can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov.
Z1DA-- CLC Alpha Courtyard (CON)
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the CLC Alpha Courtyard project at the Erie VA Medical Center, focusing on the replacement of existing fencing and modifications to the courtyard area. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to complete the project within a 120-day performance period following the Notice to Proceed, adhering to strict VA security regulations and infection control protocols. Proposals must be submitted via email by May 23, 2025, following a pre-proposal site visit on May 5, 2025, with the contract being a firm-fixed-price contingent on funding availability. Interested parties can contact Contracting Officer Jeffrey G Pruett at jeffrey.pruett@va.gov for further details.
Z1DA--578-20-002 Renovations to Building 217 (CON) at Edward Hines Jr. VA Hospital, Hines, IL.
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 217 at the Edward Hines Jr. VA Hospital in Hines, Illinois, under solicitation number 36C25225B0014. The project aims to enhance the Community Living Center to improve the healing environment for patients, visitors, and staff, comprising 11 separate contract line item numbers (CLINs), with CLINs 1 and 2 designated as the base bid. This renovation is crucial for maintaining high standards of care and comfort within the facility. The estimated project cost ranges from $5 million to $10 million, with a performance period of 750 calendar days from the Notice to Proceed, expected approximately 14 days post-award. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must monitor SAM.gov for the solicitation release on April 28, 2025, and submit bids by June 10, 2025. For further inquiries, contact Contracting Officer Juan C. Gaytan at juan.gaytan@va.gov or 224-610-3644.
Y1DA--VISN 1 Construction MATOC
Buyer not available
The Department of Veterans Affairs is seeking proposals for the VISN 1 Construction Multiple Award Task Order Contract (MATOC), specifically for the expansion of the Emergency Department at the West Roxbury VA Medical Center in Massachusetts. This project, valued between $2 million and $5 million, aims to enhance healthcare services by renovating existing facilities, including the installation of new air handlers and the creation of ligature-resistant mental health exam rooms, while ensuring operational continuity during construction. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) certified in the SBA’s VetCert database, reflecting the government's commitment to supporting veteran-owned enterprises. Interested contractors must submit their proposals by May 14, 2025, and can direct inquiries to Contract Specialist Jacquelyn Wise at jacquelyn.wise@va.gov.
Z1DA--529-22-102 Replace CLC Nurse Call System Construction Keneisha Coleman NCO 4 Construction West VA-25-00062822
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to replace the Community Living Center (CLC) Nurse Call System at the Butler VA Medical Center in Pennsylvania, under project number 529-22-102. The project requires contractors to provide all necessary labor, materials, and equipment to complete the installation of a new nurse call system, adhering to VA guidelines and safety standards, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing communication systems that support patient care and emergency response, ensuring minimal disruption to medical operations during construction. Interested contractors must submit sealed proposals electronically by May 30, 2025, and are encouraged to demonstrate their technical capabilities and past performance, with a site visit scheduled for April 29, 2025. For further inquiries, contact Contract Specialist Elijah J McIntosh at elijah.mcintosh@va.gov.
Y1DA--521-23-121 | SPS Renovation Phase 2
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the renovation of the Sterile Processing Service (SPS) at the Birmingham VA Medical Center, under solicitation number 36C24725R0079. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to create a fully functional SPS following a prior demolition phase, with an estimated construction cost between $5 million and $10 million. The renovation is critical for enhancing healthcare infrastructure and ensuring compliance with federal, state, and local codes, while maintaining safety and operational protocols during construction. Interested contractors must submit their proposals electronically by May 20, 2025, and can reach out to Contract Specialist Gregory Snyder at gregory.snyder@va.gov or 762-333-4273 for further information.
Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of public restrooms at the W.J.B. Dorn VA Medical Center, aimed at improving patient safety and facility functionality. The project involves comprehensive upgrades, including modifications to plumbing fixtures, door hardware, and compliance with safety standards across multiple floors of the facility. This renovation is critical for enhancing the overall patient experience and ensuring adherence to health regulations, with an estimated contract value between $1 million and $5 million, specifically set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit sealed bids by May 16, 2025, at 12 PM EDT, and are encouraged to contact Contract Specialist Pamela R. Moffitt at pamela.moffitt@va.gov for further details.