Y1DZ--FY26: NRM (PROJ: 673-21-145) BB Construct New Bed Tower Connector
ID: 36C24825R0163_1Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER HOSPITAL BUILDINGS (Y1DZ)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for the construction of a new Bed Tower Connector at the James A. Haley Veteran’s Hospital in Tampa, Florida, under Solicitation Number 36C24825R0163. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves the demolition of an existing ICU and the construction of a new corridor to connect surgical facilities with the new bed tower, emphasizing compliance with health and safety standards throughout the process. The contract is expected to be valued between $500,000 and $1 million, with a performance period of 390 calendar days following the Notice to Proceed. Interested contractors must submit their proposals by December 11, 2025, and can direct inquiries to Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or by phone at 813-940-2788.

    Point(s) of Contact
    Stacy FiglinskiContracting Officer
    (813) 940-2788
    Stacy.Figlinski@va.gov
    Files
    Title
    Posted
    GLE Associates, Inc. conducted a limited renovation asbestos survey at the James A. Haley VA Medical Center in Tampa, Florida, on January 10, 2025. The survey, limited to the "EXISTING CONSTRUCTION TO BE DEMOLISHED" area, aimed to identify accessible asbestos-containing materials (ACMs) according to NESHAP requirements. Forty-eight samples from 16 homogeneous areas were collected and analyzed by Polarized Light Microscopy. The survey concluded that no asbestos-containing materials were identified within the scope of work. However, the report includes limitations, noting the potential for hidden materials due to previous renovations and advising that any newly discovered suspect materials during construction should be assumed to be ACM until tested.
    This amendment to solicitation 36C24825R0163, issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8), provides the Site Visit Sign-In Sheet for Project Number 673-21-145, titled "Construct New Bed Tower Connector." The site visit occurred on November 13, 2025, from 9:00 AM to 10:00 AM at the JAHVA Hospital – Building 1. The document lists attendees from various companies including ADS Service, Blue Cord, MWC, CPS, TC Atlantic, Bentzel Mechanical, CAVU, DBC, Kee Solution, and Delgado, along with their contact information. This amendment serves to formally document attendance at the site visit, ensuring all potential offerors have access to the same information regarding the project site.
    This document is Amendment/Modification 0002 to Solicitation 36C24825R0163 for the FY26: NRM (PROJ: 673-21-145) BB Construct New Bed Tower Connector project issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8). The amendment provides responses to various Requests for Information (RFIs) from potential offerors/bidders. Key clarifications include personnel requirements, confirming that a superintendent cannot be a dual-hatted SSHO and a project manager can be a dual-hatted QA/QC. It also addresses questions regarding asbestos and mold, patient lifts and equipment, working hours and access, and various other construction-related inquiries. The proposal due date remains unchanged: December 11, 2025, at 10:00 AM EST. The amendment also refers to several attached documents, including asbestos reports and plumbing drawings.
    This document is an amendment to Solicitation Number 36C24825R0163, issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8) in Tampa, FL, with an effective date of December 5, 2025. This amendment, designated as 0003, is being sent to all offerors/bidders and includes two additional attachments: "673-21-145 - 3rd Party Life Safety Review Letter" and "673-21-145 Addendum No 1." The amendment extends the deadline for offers and emphasizes that offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or by separate communication. Failure to acknowledge receipt by the specified hour and date may result in the rejection of an offer. All other terms and conditions of the original solicitation remain unchanged.
    This government Request for Proposal (RFP) outlines the requirements for the “Bid Build – Construct New Bed Tower Connector” project (Solicitation No. 36C24825R0163) at the James A. Haley Veteran’s Hospital in Tampa, FL. The project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves demolishing an existing ICU and constructing a new hallway to connect surgery with a new bed tower. Key dates include a site visit on November 13, 2025, RFIs due by November 19, 2025, and proposals due by December 11, 2025. The contract period is 390 calendar days after the Notice to Proceed, with an estimated value between $500,000 and $1,000,000. Proposals must include separate technical and price components, addressing specialized experience, technical/management approach, schedule, and past performance. A bid guarantee of 20% of the bid price or $3,000,000 (whichever is less) and payment/performance bonds are required. The award will be a Firm-Fixed-Price contract, with technical factors being more important than price.
    The document outlines various requirements for a government project, likely an RFP or grant, focusing on health and safety compliance, facility standards, and operational guidelines. Key areas include regulations for health care occupancies, specifically concerning nurse's stations, and the provision of at least one manual pull station within each healthcare occupancy. The project also details standards for mechanical, electrical, and plumbing systems, including requirements for emergency power, lighting, and fire alarm systems. Specific sections address the need for proper labeling of equipment, adherence to fire safety codes, and the installation of appropriate signage. The document emphasizes compliance with various federal and local codes, ensuring a safe and functional environment within the facilities. It also details procedures for system testing and maintenance, underscoring the importance of ongoing operational readiness and safety.
    The document outlines the
    The "EXPERIENCE INFORMATION SHEET" is a comprehensive document designed for government contractors to detail their project experience. It requires information on the contractor's identity, contract specifics like award date and project title, and whether the work was performed as a prime or subcontractor. Key details include the percentage of work completed by the company, information about the prime contractor if applicable, and the awarding government agency or company with contact details. The sheet also mandates a detailed description of the project's scope, the offeror's roles and responsibilities, and how the work is relevant to the current procurement. Additionally, it asks for details on difficulties encountered, their resolutions, differing site conditions, performance periods, actual completion dates, and reasons for any delays or terminations. Financial aspects such as original and final contract prices, with explanations for any differences, are also required. This form ensures a thorough evaluation of an offeror's past performance and capabilities for federal, state, and local government RFPs and grants.
    The PLM Report Summary details the asbestos analysis of forty-eight bulk material samples collected on January 10, 2025, from the JAHVA Bed Tower project. The samples, submitted by Justin Zapata, were analyzed using Polarized Light Microscopy/Dispersion Staining (PLM/DS) as per EPA methods. The report, issued by Arrowhead Technologies, LLC, on January 16, 2025, consistently found "None Detected" for asbestos content across all samples, which included various ceiling tiles, drywall, joint compounds, fireproofing, floor tiles with mastic, caulk, sink mastic, duct mastic, TSI mastic with fiberglass and foamglass, and baseboards with mastic. The EPA defines asbestos-containing material as having more than one percent asbestos by Calibrated Visual Area Estimation (CVAE). The report notes that floor tile and resinously bound materials may yield false negatives with the EPA method, recommending Transmission Electron Microscopy for definitive results. This report is intended to be used as part of a broader building survey.
    The document is a Past Performance Questionnaire used by the Department of Veterans Affairs (VA) to evaluate contractor performance for federal contracts. It comprises eight questions covering various aspects of a contractor's work, including adherence to technical requirements, schedule compliance, timeliness of submittals, management of change orders, effectiveness of project management and team, and overall performance. The questionnaire also asks if the client would rehire the contractor. A detailed rating scale (Outstanding, Good, Satisfactory, Marginal, Unsatisfactory, Neutral) with explicit definitions is provided to ensure consistent and objective evaluations. This feedback mechanism is crucial for assessing potential contractors in future government RFPs by providing insight into their past project execution and reliability.
    The document consists of a raw data stream of two-letter codes, primarily "SS", "HW", "CW", "VE", "SD", "NG", "CRP", "G", and "DIR", along with some numerical digits. Given the context of government RFPs, federal grants, and state/local RFPs, these codes likely represent categories or components within a larger project or data set. For instance, "SS" could refer to "Support Services", "HW" to "Hardware", "CW" to "Construction Work", "VE" to "Vehicles/Equipment", "SD" to "Software Development", "NG" to "Next Generation" or "Natural Gas", "CRP" to "Conservation Reserve Program", "G" to "General", and "DIR" to "Directives" or "Direct Costs". The repetition and sequencing of these codes suggest a detailed breakdown of tasks, resources, or specifications required for a government-funded initiative. The numerical values interspersed within the data could indicate quantities, identifiers, or priority levels associated with these categories. Without further context, it is challenging to ascertain the exact purpose, but the data indicates a structured classification of elements pertinent to a government project, likely used for tracking, budgeting, or resource allocation.
    The provided document is a standardized cost breakdown form, likely used for government RFPs or grant applications, detailing project expenses. It outlines various cost categories, including labor, material, and total costs, organized by construction divisions (Division 1 through 34). The form also includes sections for project identification information, such as project number, title, location, and offeror details. Key financial components like overhead, profit, and bond percentages are incorporated, culminating in a total base offer cost and subtotals for overhead/profit and divisions. This structure allows for a comprehensive and transparent presentation of project costs, essential for evaluating bids and ensuring compliance with financial reporting requirements in government-funded projects.
    The bid documents for Project No. 673-21-145, "Construct New Bed Tower Connector" at the James A. Haley VA Medical Center in Tampa, Florida, outline extensive construction and alteration requirements. The project involves creating a corridor and storage area from an existing OR Recovery Site, including demolition and installation of new systems. Key requirements cover safety, security (physical and administrative), site operations, utility management, alterations, waste disposal, restoration, and comprehensive warranty management. The document emphasizes adherence to VA standards, coordination with medical center operations, and the use of the VA TRIRIGA CPMS for project management. Detailed specifications are provided for various construction divisions, including general requirements, carpentry, thermal and moisture protection, openings, finishes, specialties, fire suppression, plumbing, HVAC, electrical, communications, and electronic safety and security. The contractor must develop a Critical Path Method (CPM) schedule and adhere to strict protocols for site access, material handling, and utility interruptions to ensure continuous medical center operations.
    The file details an AHERA Asbestos Survey conducted at the James A. Haley Veterans Administration Hospital in Tampa, FL. The survey, performed by Castle Hill Associates, LLC and GLE Associates, Inc., covers various sections of Building 1, including the pipe basement (Sections A-D), ground floor (Sections A-D, both below and above ceiling), first floor (Sections A-D, both below and above ceiling), second floor (Sections A-D, both below and above ceiling), third floor (below and above ceiling), fourth floor (below and above ceiling), fifth floor (above and below ceiling), sixth floor (below and above ceiling), seventh floor (below and above ceiling), and the lower and upper penthouses. The survey dates range from June 29, 2024, to August 1, 2024, indicating a comprehensive assessment of the building for asbestos-containing materials.
    Lifecycle
    Similar Opportunities
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Buyer not available
    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.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a Design-Build (DB) contract to install a 1.5T MRI ICC at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. The project requires the contractor to furnish all necessary professional services, equipment, labor, and materials for site investigation, design, construction, and installation of the new Siemens 1.5T MRI system, with a total period of performance of 740 days. This procurement, valued between $2,000,000.00 and $5,000,000.00, is critical for enhancing medical imaging capabilities at the facility, ensuring compliance with various safety codes and standards. Interested SDVOSBs must be registered with SAM.gov and can contact Contracting Specialist David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further information, with a Request for Quote (RFQ) anticipated around January 10, 2026.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement – BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project includes structural modifications, utility coordination, and compliance with safety and infection control standards, with a focus on ensuring the integrity of radiation shielding and existing medical infrastructure. This procurement is particularly significant as it aims to enhance the facility's capabilities in providing emergency medical services. Interested contractors must submit their quotes by December 15, 2025, at 2:00 PM EST, and are required to complete a Past and Present Performance Questionnaire by November 3, 2025, to be considered for this contract, which has an estimated value between $500,000 and $1 million. For further inquiries, contact David M Hernandez at David.Hernandez1@va.gov.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Buyer not available
    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, designated as Solicitation Number 36C25225B0024, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements, and is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The estimated contract value ranges between $5 million and $10 million, with a performance period of 450 calendar days following the Notice to Proceed. Interested contractors must submit their bids by December 11, 2025, at 1:00 PM CDT, and are encouraged to direct inquiries to Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.