Y1DA-- CON 663-CSI-020 Renovate Building 100 2nd Floor, CT Replacement
ID: 36C26024R0098Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, 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 soliciting proposals for the renovation of the 2nd floor of Building 100 at the VA Puget Sound Health Care System in Seattle, Washington, specifically for the replacement and addition of Computed Tomography (CT) scanners. The project involves remodeling approximately 1,500 square feet to create two CT suites, a shared control room, and a patient prep area, while ensuring minimal disruption to ongoing medical operations. This renovation is crucial for enhancing healthcare services for veterans and will be executed in two phases, with a total project budget estimated between $1 million and $2 million. Proposals are due by August 22, 2024, at 2:00 PM PST, and interested contractors must be certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to be eligible for consideration. For further inquiries, contact Robert L. Capers Jr. at robert.capers2@va.gov.

    Point(s) of Contact
    Robert L. Capers JrContract Specialist - SCC
    robert.capers2@va.gov
    Files
    Title
    Posted
    The document outlines the specifications, installation guidelines, and structural requirements for a ceiling lift system by Guldmann Inc. at the VA Puget Sound facility. Key points include the structural capacity necessary to support the ceiling lift's load, confirmation of the electrical power source's location, and Guldmann's right to adjust track layouts as needed. It details safety testing protocols—systems are evaluated at 1.5 times their capacity—and necessary client approvals, including signed drawings, prior to installation. Additionally, the document emphasizes the use of specific materials and standards for wiring and components, including UL approved cables and transformers. Guidance on construction aspects such as ceiling height, rail spacing, and installation by qualified personnel is provided, alongside requirements for inspections and compliance with earthquake design standards. Overall, the document serves as a technical guideline for a federal project ensuring the safety and functionality of patient lift installations within healthcare settings.
    The document outlines the technical specifications and site readiness requirements for the installation of GE Healthcare's Revolution Apex imaging system at the VA Puget Sound Health Care System in Seattle. It emphasizes the customer's responsibility to prepare the site following provided guidelines, including structural, electrical, and HVAC requirements. The drawing set is crucial for accurate layout and installation, detailing components such as gantry systems, consoles, and necessary electrical infrastructure. Key points include the importance of adhering to safety regulations, proper radiation protection measures, and confirming structural integrity through qualified engineers. The document lists mandatory checklist items for site preparation, including dimensions for delivery access, electrical connections, and HVAC conditions. This comprehensive documentation ensures that installation proceeds smoothly while complying with local codes and minimizing risks. This file serves as a critical resource within government RFP contexts, facilitating structured communication between healthcare facilities and GE Healthcare while ensuring the successful integration of advanced medical technology in a regulated environment.
    The document outlines the essential preparation for the installation of GE equipment, specifically a CT scanner, emphasizing compliance with local regulations and safety standards. Key requirements include ensuring the power supply falls within a voltage range of 90-240 VAC and is placed within 1 meter of the ceiling fixation point. A delayed-action fuse and a grounded conductor with specific cable specifications are also necessary for the installation. Additionally, the power connection must facilitate the operation of CT Motion without exposing cables, which should be concealed within an arm or overhead configuration to maintain order and safety. The power supply should be installed just below the overhead flange, ensuring connectivity to the CT scanner without using conduit, as Bluetooth is preferred for communication to the control room. This installation guide suggests a focus on technical planning and safety while facilitating efficient equipment operation, highlighting the importance of compliance in government-related RFPs and grants for healthcare technology installations.
    The document outlines a solicitation from the Veterans Affairs (VA) Puget Sound Health Care System for a construction contract to renovate the 2nd floor of Building 100 at the Seattle VA Medical Center. The project involves remodeling approximately 1500 square feet to replace an existing Computed Tomography (CT) scanner and add an additional one, including essential supporting facilities such as control and preparation rooms. The renovation will incorporate the removal and installation of walls, flooring, mechanical systems, and utility extensions, while adhering to the guidelines specified by the VA imaging design. This project, with an estimated budget between $1 million and $2 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) as mandated by VA regulations. The schedule includes two phases: the first focuses on initial demolition and construction over 180 days, with a subsequent 105-day phase for completing the second CT installation. Interested contractors must submit proposals by August 22, 2024. The document also emphasizes the importance of compliance with various standards and regulations throughout the project’s execution, showcasing the VA's commitment to enhancing healthcare facilities for veterans.
    This document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for the renovation of Building 100, 2nd Floor at the Puget Sound Health Care System in Seattle, WA, specifically for CT scanner replacement. Contractors must provide labor, materials, and supervision, completing the work within 330 calendar days of receiving the Notice to Proceed. The project budget ranges from $1 million to $2 million, and the acquisition is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The RFP follows the Best Value tradeoff process, prioritizing technical merit over pricing. Proposals must be submitted electronically by August 22, 2024, and include detailed documentation on technical expertise, past performance, and pricing. An organized site visit is scheduled for potential bidders, ensuring a clear understanding of the project requirements. The document emphasizes compliance with various federal regulations, including wage rate requirements and affirmative action goals. Key personnel qualifications and experience play a significant role in proposal evaluation, demonstrating the government’s commitment to providing high-quality services in a sensitive healthcare setting.
    The document serves as an amendment to a solicitation pertaining to a contract identified with the number 36C26024R0098, administered by the NCO 20 Network Contracting Office in Vancouver, WA. The amendment officially extends the effective date to July 24, 2024, and provides additional technical drawings related to the project. The following drawings have been appended to the solicitation: Guldmann Ceiling Lift Installation, GE Revolution Specifications, GE Installation Information, and two CT Shielding Designs for rooms 2D-150E and 2D-150D, along with a Central Axis design. The amendment outlines the necessary acknowledgment procedures for contractors regarding this modification and reiterates that all other terms of the original solicitation remain unchanged. This document highlights the government's ongoing engagement with contractors to ensure clarity and completeness in project specifications as part of its procurement process.
    The document is an amendment to solicitation number 36C26024R0098 for a VA project, specifically addressing inquiries related to physical access control systems and construction specifications. The amendment provides responses to various questions raised by bidders regarding project requirements, timelines, and specifications. Key clarifications include the utilization of the existing Schneider Andover Continuum systems, confirmation of project staging areas, and updates to contractor responsibilities regarding power provision and the presence of specialists on-site. Notably, the requirement for unarmed guards and responsibilities related to electricity usage have been altered, removing certain obligations for contractors. Other details regarding construction phases, temporary power, asbestos abatement, and the hiring of testing laboratories are addressed, impacting project scope and budgeting. Overall, the amendment aims to ensure clarity and alignment among all parties involved in the bidding process, facilitating better comprehension of contractual obligations and project expectations within the guidelines of federal and VA standards.
    This document outlines an amendment to a federal solicitation under the contract number 36C26024R0098, issued by the NCO 20 Network Contracting Office in Vancouver, WA. The amendment, effective from August 20, 2024, introduces a new specification section, specifically section 09 67 23.30, which relates to epoxy applications. Offers must acknowledge receipt of this amendment in a timely manner to ensure validity. The communication specifies methods for acknowledging the amendment and underlines the importance of timely submissions to prevent rejection of offers. The document is structured to include key details such as the contract ID, the issuing and administering office, and procedural instructions for responding to the amendment. Overall, this amendment aims to clarify and enhance the specifications for a related project, shedding light on the formal process followed in government contracting and modifications.
    The file outlines radiation shielding design calculations for the installation of a GE Revolution APEX CT scanner in Room 2D-150E at the VA Puget Sound Healthcare System, Seattle. Designed to ensure compliance with radiation exposure regulations, it details the required lead shielding for various walls and doors. Specifically, the control wall, patient prep wall, and corridor door require a minimum of 1.58 mm lead, while several corridor walls necessitate 1.98 mm lead. Existing shielding was assessed through core samples, indicating some adequacy, but modifications necessitate additional lead. The calculations consider a workload of approximately 200 patients weekly and various occupancy factors. Guidance for shielding penetrations and an appendix detailing commercial lead shielding thickness is also provided. This comprehensive analysis aims to maintain regulatory compliance and patient and staff safety in the context of government oversight on healthcare facilities.
    The document outlines the radiation shielding design calculations for a GE Revolution APEX CT scanner to be installed in Room 2D-150D at the VA Puget Sound Healthcare System, Seattle. It details the necessary lead shielding requirements to mitigate radiation exposure, emphasizing the modifications needed due to the installation of the new scanner, replacing the existing GE Discovery 750 HD 64 slice scanner. Precise lead thickness specifications are provided for various walls, doors, and areas surrounding the CT room, noting existing lead shielding conditions and additional requirements based on core sample analyses. The design ensures compliance with regulatory limits for radiation exposure in controlled and uncontrolled areas. Furthermore, it emphasizes that any changes to the workload or occupancy may necessitate reevaluation of shielding needs. This document is critical for maintaining the safety of both patients and staff while ensuring operational efficiency in the healthcare setting.
    The government file discusses a federal initiative aimed at streamlining funding opportunities through simplified Requests for Proposals (RFPs) and grants at both federal and state/local levels. The document outlines the objectives of enhancing accessibility to federal funds, encouraging community engagement, and enabling better resource allocation for public projects. It emphasizes the importance of reducing bureaucratic hurdles and provides guidelines for applicants on the RFP submission process, including eligibility criteria and evaluation standards. Additionally, the file highlights key program areas that will potentially benefit from this initiative, such as infrastructure development, public health, and education. Overall, the document serves as a comprehensive guide for agencies and organizations seeking federal assistance while reinforcing the government’s commitment to transparency and efficiency in funding distribution.
    The document outlines the Price Schedule Breakdown Instructions for a federal construction contract related to the renovation of Building 100, 2nd Floor at the VA Puget Sound Health Care System in Seattle, WA. It specifies that all pricing is fixed and emphasizes the awardee's responsibility for ensuring calculation accuracy in subtotals and total costs. The term "Division" corresponds to the Construction Specification Institute classifications, providing a framework for various construction tasks. While several cost categories are listed, many are marked "N/A," indicating there are no applicable rates or costs for those divisions. Key categories such as mobilization/demobilization, insurance/bonds, and various fees are also designated as "N/A." Overhead, subcontractor markup, and profit rates need to be specified by the awardee. The document aims to regulate cost transparency for contractors, ensuring an understanding of price breakdown and compliance with contract guidelines during the bidding process. This summary serves as a critical outline for participants to navigate the pricing and contractual expectations in federal acquisitions.
    The Renovation of Building 100 at the VA Puget Sound Health Care System in Seattle involves replacing and installing computed tomography (CT) equipment across 1,500 square feet. The comprehensive project requires careful planning and execution to maintain the continuous operation of the medical center. It includes two key phases: Phase I focuses on the demolition and construction of the first CT and its support areas, while Phase II addresses the replacement and installation of the second CT machine. The document outlines essential safety and security protocols, requiring all personnel to comply with the VA's stringent guidelines. It details operational procedures, including site access restrictions, specifications for utility services, and requirements for managing construction waste. The contractor must maintain clear communication with the Contracting Officer regarding any disruptions to medical services or utilities and execute a structured phasing plan to minimize operational impact. In essence, the renovation demonstrates the VA's commitment to upgrading healthcare infrastructure, ensuring high-quality medical services remain uninterrupted while incorporating modernized equipment and systems.
    The VA Puget Sound Health Care System in Seattle is initiating a project to renovate approximately 1500 square feet of space in Building 100 for the replacement and addition of Computed Tomography (CT) scanners. This renovation will include the construction of two CT suites, a shared control room, and a patient prep area, while adhering to the VA imaging design guide. The project is divided into two phases: Phase 1 focuses on the demolition and construction of the first CT suite within 180 days, with the existing CT remaining operational for patient care; Phase 2 will take 105 days to install the second CT machine in the existing suite. The contractor is responsible for ensuring minimal disruption to the medical center’s operations, addressing safety, infection control, and environmental risks. Testing and coordination with various stakeholders are emphasized throughout the renovation. Key requirements include careful management of construction schedules, maintaining functional building systems, and providing detailed reporting on progress and safety inspections. The entire project is expected to be completed within 330 calendar days from the notice to proceed, demonstrating the VA’s commitment to improving healthcare facilities with a focus on operational efficiency and patient safety.
    The document outlines the renovation project for the 2nd floor of Building 100 at the VA Puget Sound Healthcare System in Seattle, designed primarily for replacing and adding CT equipment. It specifies the general requirements for the work, emphasizing safety, security, and operational continuity during construction. The contractor is responsible for the complete site preparation, including demolition, construction, and necessary infrastructure adjustments while adhering to VA specifications and guidelines. Key phases include: Phase I focuses on initial demolition and installation of the first CT, whereas Phase II involves adding a second CT machine and associated facilities. The document stresses strict adherence to safety protocols, project timelines, and maintaining ongoing medical operations with minimal disruption. Furthermore, it outlines the obligations regarding environmental protections, documentation control, and warranties regarding the construction work, ensuring all parties are accountable throughout the project timeline. Overall, this detailed specification aims to ensure the project meets federal standards, enriching the healthcare service capacity of the VA in Seattle while maintaining safety and operational integrity at the Medical Center during ongoing renovations.
    The document outlines the renovation plans for Building 100's second floor at the VA Puget Sound Health Care System, designed to accommodate a new double CT room suite for diagnostic imaging. It details the scope of work to include significant architectural, structural, mechanical, and electrical renovations necessary for the new VA-purchased imaging equipment. Key project specifications indicate a construction type of C with a medium clinic risk, and the renovation will cover approximately 1,500 square feet. The document stresses the importance of coordination with existing conditions and adherence to applicable VA and construction standards throughout the process. Additionally, it includes numerous general notes, emphasizing the need for high workmanship quality, site verification, and compliance with safety and environmental requirements. The document reinforces the project's commitment to modernizing healthcare facilities while ensuring regulatory and safety standards are met. This renovation is a vital effort by the U.S. Department of Veterans Affairs, reflecting its ongoing investment in enhancing healthcare infrastructure for veterans.
    The document provides a wage determination for construction projects in King County, Washington, under the Davis-Bacon Act. It stipulates minimum wage rates that contractors must adhere to based on the applicable Executive Orders depending on the contract's award date. For contracts after January 30, 2022, the minimum wage is $17.20 per hour; for those awarded between January 1, 2015, and January 29, 2022, it is $12.90 per hour. The document also outlines various classifications and their respective wage rates and fringe benefits for specific trades like electrical, masonry, and labor. Notably, it highlights the requirement for contractors to pay employees accrued sick leave as per Executive Order 13706, as well as procedures for appealing wage determinations. This content is crucial for maintaining compliance with federal contracting standards and ensuring fair labor practices within public construction projects, thereby supporting wider government requirements for RFPs and grants. The detailed pay scales and classifications are essential for contractors and laborers involved in building construction projects funded by federal or state government contracts.
    The Past Performance Questionnaire (PPQ) is a crucial document intended for assessing contractor performance in federal projects, specifically for submission to the Veterans Affairs (VA). The questionnaire is divided into two main sections: contractor information and client feedback. Contractors fill out details about their firm and the work performed, indicating their role, contract specifics, and project descriptions. The client segment requests information about the client's perception of the contractor's performance across various metrics including quality, timeliness, customer satisfaction, management capabilities, cost management, and safety compliance. Ratings range from Exceptional (E) to Unsatisfactory (U), enabling a structured evaluation. Clients are encouraged to provide additional remarks on strengths and weaknesses, enhancing the evaluation of contractor performance risk. Overall, the questionnaire serves as a quality assurance tool to help the VA gauge contractor capabilities before awarding contracts, ultimately aiming for improved project execution and accountability in federal contracting.
    The VA Handbook 6500.6, Appendix D, outlines the Rules of Behavior for contractors working with the Department of Veterans Affairs (VA). This User Agreement emphasizes the lack of privacy expected while accessing VA information systems and details the monitoring actions permissible by authorized staff. Key points include the prohibition of unauthorized access, the requirement to comply with VA's security directives, and the need to report any security incidents. Contractors must only use VA-approved equipment, adhere to established security measures, protect passwords, and ensure appropriate use of sensitive information. Remote access must be properly managed, and subcontractors are equally bound by these rules. Additionally, the agreement states that its provisions do not create enforceable rights for litigation against the U.S. Government. Acceptance of these terms is mandatory for all contractors, establishing a foundation for responsible behavior and information security within government contracts. Overall, this document underscores the importance of data security and compliance in federal engagements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z2DA--589-22-885 Expand Sterile Processing Service Space to Meet Requirements
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the project titled "Expand Sterile Processing Service Space to Meet Requirements" at the Kansas City VA Medical Center. This initiative aims to renovate approximately 18,000 square feet of space to enhance the Sterile Processing Services, which is critical for maintaining infection control and supporting surgical operations within the facility. The project involves comprehensive construction activities, including demolition, installation of new systems, and upgrades to existing infrastructure, all while adhering to strict safety and health regulations due to the active medical environment. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals by October 22, 2024, and can direct inquiries to Contract Specialist David S. Sterrett at david.sterrett@va.gov. The estimated contract value ranges between $10 million and $20 million.
    Z1DA--Renovate Restrooms 515-22-101
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the renovation of restrooms at the VA Medical Center in Battle Creek, Michigan, under project number 515-22-101. This project, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves comprehensive renovations across approximately 9,124 square feet, including demolition, installation of energy-efficient fixtures, and adherence to strict safety and infection control protocols. The estimated cost for this project ranges from $2 million to $5 million, with a performance period of 380 calendar days post-award. Interested contractors must submit their proposals by October 24, 2024, and can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov or by phone at 216-447-8300.
    Z2DA--Renovate Halls, Walls, Ceilings
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of halls, walls, and ceilings in Building 1 at the Durham VA Medical Center, under solicitation number 36C24624B0005. The project aims to upgrade the existing infrastructure while ensuring minimal disruption to hospital operations, involving comprehensive work such as hazardous material remediation, demolition, and installation of new finishes, with strict adherence to safety and infection control measures. This initiative underscores the government's commitment to enhancing healthcare facilities for veterans, with an estimated contract value between $2,000,000 and $5,000,000, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses. Interested contractors must submit sealed bids by January 16, 2025, following a mandatory site visit on December 4, 2024, and should direct inquiries to Contract Specialist Alice V Custis at Alice.Custis@va.gov.
    Z1DZ--509 Window Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of 25 window panels at Building 509 of the Richmond VA Medical Center, specifically within the 3D Print Lab. The project requires contractors to manage all aspects of construction, ensuring compliance with VA standards, quality assurance, safety protocols, and infection control measures, all while minimizing disruption to healthcare services. This initiative underscores the VA's commitment to providing a safe and effective care environment for Veterans, with an estimated project cost between $25,000 and $100,000 and a completion timeline of 45 calendar days post-award. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers electronically by October 31, 2024, and can direct inquiries to Contract Specialist Donteana R Gibbs at Donteana.Gibbs@va.gov.
    Z1DA--607-22-101 Renovate Inpatient Ward 7B (VA-25-00007172)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of Inpatient Ward 7B at the William S. Middleton VA Hospital in Madison, Wisconsin. This project, classified as VA Project 607-22-101, aims to modernize hospital facilities with a budget ranging from $5 million to $10 million, prioritizing participation from service-disabled veteran-owned small businesses (SDVOSB). The renovation will encompass comprehensive upgrades across various construction disciplines, ensuring compliance with federal regulations and VA standards to enhance patient care environments. Bids are due via email by 12:00 PM local time on October 11, 2024, with a virtual bid opening scheduled for 1:00 PM on the same day. Interested contractors should contact Contracting Officer John J Meyers at john.meyers2@va.gov for further details.
    VA Construction Project - Expand Emergency Department Cheyenne, WY 442 - 303
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a construction project aimed at expanding the Emergency Department at the Cheyenne VA Medical Center in Wyoming. This project involves the construction of a third-floor addition, including selective demolition and general construction work, with a budget estimated between $10 million and $20 million. The expansion is critical for enhancing healthcare services for veterans, ensuring compliance with federal standards while maintaining operational efficiency during construction. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit sealed offers by November 7, 2024, at 2:00 PM EDT, and can direct inquiries to Charles Steelman at 216-447-8300 or via email at Charles.steelman@va.gov.
    Y1DB--Radiation Oncology Lab Renovation (Oct)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the renovation of the Radiation Oncology Laboratory at the Richmond VA Medical Center, with a focus on enhancing healthcare facilities for veterans. This project, designated under solicitation number 36C24625B0001, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated contract value between $2,000,000 and $5,000,000, requiring SDVOSB participation in at least 25% of the work. The renovation aims to improve operational efficiency and safety standards, including comprehensive upgrades to structural, mechanical, electrical, and plumbing systems, while ensuring minimal disruption to ongoing medical operations. A pre-bid site visit is scheduled for October 16, 2024, with bids due by November 14, 2024. Interested parties can contact Contract Specialist Aaron R. Holmes at Aaron.Holmes@va.gov for further information.
    Y1DA--FY25: NRM (PROJ: 673-21-149) BB Convert 6 West to Private Patient Rooms
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a federal construction project aimed at converting the 6th-floor West Wing of the James A. Haley VA Hospital in Tampa, Florida, into private patient rooms. The project involves extensive renovations, including the complete demolition of existing structures, upgrades to mechanical, electrical, and plumbing systems, and minor asbestos abatement, all while adhering to strict safety and operational protocols to minimize disruption to hospital services. This initiative is crucial for enhancing the healthcare environment for veterans, ensuring compliance with federal regulations and safety standards throughout the construction process. The anticipated contract value ranges between $5 million and $10 million, with proposals due by 2:00 PM EST on November 4, 2024. Interested contractors should contact David M Hernandez at David.Hernandez1@va.gov for further details.
    C1DZ--652-323 Improve Surgical Access (Construction) (VA-24-00021839)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction project titled "C1DZ--652-323 Improve Surgical Access" at the Richmond VA Medical Center in Virginia. The project aims to expand and modernize surgical operating facilities, including the construction of approximately 16,000 square feet to accommodate advanced operating rooms and support spaces, with a total estimated cost between $10 million and $20 million. This initiative is crucial for enhancing healthcare infrastructure for veterans, ensuring compliance with contemporary surgical standards and safety regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals electronically by October 29, 2024, at 12:00 PM EDT, and can direct inquiries to Contract Specialist Arianne De Los Reyes at Arianne.DeLosReyes@va.gov.
    Y1DA--589-702 Construct Endoscopy Suite (VA-25-00001401)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for a Firm-Fixed-Price contract to construct an Endoscopy Suite at the Wichita VA Medical Center in Kansas. This project involves the construction of a three-level addition, approximately 15,000 square feet, designed to accommodate surgical waiting and recovery areas on the second floor, while the first and ground floors will serve the Office of Information and Technology and Bio-Medical Repair & Maintenance functions. Given the active medical environment, the construction must be carefully phased to ensure that medical care remains uninterrupted throughout the process. The solicitation is set as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $20 million and $50 million, anticipated to be issued in late August to early September 2023, and a performance period of approximately 608 days. Interested parties can contact Contract Specialist John Fancella at john.fancella@va.gov or by phone at 216.447.8300 x3618 for further details.