Z1DA--Construct Mobile Imaging Pad 540-24-104 Clarksburg, WV VAMC
ID: 36C24526B0002Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for the construction of a Mobile Imaging Pad at the Louis A. Johnson VA Medical Center in Clarksburg, WV, under solicitation number 36C24526B0002. The project, estimated to cost between $500,000 and $1,000,000, involves site preparation, demolition of existing structures, and the construction of a concrete pad with necessary utility connections for a mobile imaging trailer, adhering to VA construction standards and local building codes. This initiative is crucial for enhancing medical imaging capabilities at the facility, ensuring compliance with safety and operational protocols. Interested contractors, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSBs), must submit their bids by January 21, 2026, at 1 PM EST, following a mandatory pre-bid site visit held on December 2, 2025. For further inquiries, contact Contract Specialist Aaron Z. Morrison at Aaron.Morrison@va.gov.

    Point(s) of Contact
    Aaron Z MorrisonContract Specialist
    Aaron.Morrison@va.gov
    Files
    Title
    Posted
    Amendment 1 to solicitation 36C24526B0002 extends the bid due date for the Department of Veterans Affairs project. The new deadline for offer receipt is January 21, 2026, at 1 PM EST, an extension from the previous December 31, 2025, deadline. This extension aims to allow more time for responses to Requests for Information (RFIs) and bid preparation. A public bid opening will be held at 1 PM on January 21, 2026, at the FMS Building 8 in Huntington, WV; electronic submissions will not be accepted. All other terms and conditions of the original solicitation remain unchanged. A record of attendance for the site visit on December 2, 2025, is attached to this amendment.
    This document is a solicitation for a construction project titled "Construct Mobile Imaging Pad" (Project No. 540-24-104) for the Department of Veterans Affairs. The project, estimated between $500,000 and $1,000,000, requires a Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. The contractor will be responsible for preparing the site, demolishing existing structures, and constructing a concrete pad with necessary utility connections (electrical, water, sewage, communications) for a mobile imaging trailer. Both interior and exterior work, including lighting and drainage, must comply with VA construction standards, local building codes, and safety regulations. A mandatory pre-bid site visit is scheduled for December 2, 2025, and bids are due by December 31, 2025, with a public bid opening at 1:00 PM EST. A bid guarantee of 20% of the bid price (not exceeding $3,000,000) is required, and the successful bidder must furnish payment and performance bonds. Offers must be valid for 120 calendar days, and bidders must meet strict safety, environmental, and SAM/CVE registration requirements.
    This government solicitation, 36C24526B0002, issued by the Department of Veterans Affairs, outlines an RFP for the "Construct Mobile Imaging Pad" project (540-24-104). The project involves constructing a concrete pad and installing necessary utility connections, as well as undertaking interior and exterior work, all in compliance with VA construction standards, local building codes, and safety regulations. The magnitude of the construction is estimated between $500,000 and $1,000,000. This is a 100% Service-Disabled Veteran Owned Small Business Set-Aside. A mandatory pre-bid site visit is scheduled for December 2, 2025, and bids are due by 1:00 PM EST on December 31, 2025, with a public bid opening on the same day. Bidders must be registered in SAM and verified by CVE, provide a bid guarantee, and meet safety and environmental record requirements. The contract will be a Firm-Fixed-Price type, with a performance period of 186 calendar days.
    The Department of Veterans Affairs (VA), Louis A. Johnson Veterans Affairs Medical Center (VAMC) in Clarksburg, WV, intends to issue an Invitation for Bids (IFB) for the "Construct Mobile Imaging Pad Project 540-24-104." This presolicitation notice details a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract for construction services. The project requires the contractor to provide all necessary labor, materials, equipment, permits, transportation, and supervision for constructing a mobile imaging pad at the VA Medical Center. The performance period is 186 calendar days from the Notice to Proceed. The magnitude of construction is estimated between $500,000 and $1,000,000. All solicitation documents, amendments, and site visit information will be available on sam.gov. Bidders must be registered in SAM, Vets 4212, and SBA to be considered for award. A pre-bid site visit will be announced in the solicitation, and all questions must be submitted in writing to Aaron Morrison at aaron.morrison@va.gov. This firm fixed-price contract award is contingent on fund availability.
    This government file outlines the
    The Department of Veterans Affairs (VA) is soliciting bids for the construction of a Mobile Imaging Pad at the Louis A Johnson VA Medical Center in Clarksburg, WV. The project, with a duration of 186 days, involves general construction, alterations, site preparation, utility modifications, and the removal of existing structures to accommodate a temporary trailer. Key requirements include adherence to safety protocols, strict security measures, and detailed coordination to minimize disruption to the operational medical center. The contractor is responsible for site surveys, demolition, concrete work, carpentry, thermal and moisture protection, finishes, plumbing, electrical, communications, earthwork, and exterior improvements. The project emphasizes comprehensive documentation, including as-built drawings and photographic records, and a robust warranty management plan with specific response times for different priority issues. The contractor must also provide temporary utilities, perform extensive testing, and offer training to VA personnel on new equipment. All work must comply with VA master specifications and relevant regulations.
    The VHA Infection Control Risk Assessment (ICRA) template, VHA ICRA-1.3 (December 2024), provides minimum requirements for categorizing construction, renovation, and maintenance activities within VHA facilities to prevent infection risks. It outlines a four-step process: identifying the activity category (A, B, C, or D) from Table 1, assessing affected areas using Table 2, determining the overall patient risk category (Low, Medium, High, or Highest) from Table 3, and finally, matching these to determine the required level of infection prevention and control precautions (I, II, III, or IV) from Table 4. The document then details the specific control measures for each precaution level in Table 5, which must be implemented before and during the activity, and outlines post-completion measures in Table 6. An infection prevention and control permit, provided on the last page, is required for Level III and Level IV activities. Appendix A offers an alternative to outdoor exhaust requirements for interior construction spaces, outlining specific procedures for HEPA filtration, air sampling, and pressure monitoring. This comprehensive guide ensures facility modifications prioritize patient and employee safety by mitigating infection hazards.
    The document is a Record of Attendance for Solicitation/Contract No. 36C24526B0002, titled "Construct Mobile Imaging Pad Clarksburg, WV VAMC," held on December 2, 2025, at 1:00 PM. The meeting type was a pre-proposal/pre-bid conference, indicating an early stage in a government contracting process, likely for an RFP. Attendees included representatives from the VA, FSS, DVC, RDR, DRI, PC, and CMS, with their contact information provided. The record serves to document participation in a crucial pre-solicitation meeting for a construction project at a VA Medical Center.
    The document outlines various government solicitations and grants, detailing requirements for federal, state, and local RFPs. Key sections focus on administrative procedures, technical specifications, and compliance standards for different projects. The content includes guidelines for proposal submissions, evaluation criteria, and contractual obligations. Emphasis is placed on financial reporting, data management, and adherence to specific regulatory frameworks. The document also highlights the importance of thorough environmental assessments and safety protocols across all initiatives, ensuring that all projects meet stringent government and industry standards. Specific examples include infrastructure upgrades, hazardous material surveys, and detailed project planning, underscoring the comprehensive nature of these government undertakings.
    The VHA Pre-Construction Risk Assessment (PCRA) template (VHA-PCRA-2024-1.1) provides minimum requirements for categorizing construction, renovation, and maintenance activities by type and safety risk. It determines necessary precautions to prevent impacts on patients, employees, and contractors. The project involves installing a concrete mobile equipment pad at Building 1's Northwest entrance, requiring extensive earthwork and concrete, as well as utility work both outside and inside (confined within a HEPA cart in mechanical room B106). This project is classified as
    Similar Opportunities
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Veterans Affairs, Department Of
    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, installation of lead-lined walls, and various construction services, with a contract value estimated between $500,000 and $1 million. This procurement is particularly significant as it aims to enhance the medical facility's capabilities and ensure compliance with safety and regulatory standards. Interested parties must submit their offers by January 5, 2026, at 2:00 PM EST, and should direct inquiries to Contract Specialist David M Hernandez at David.Hernandez1@va.gov.
    Z2DA--Replace MRI 1.5T
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of a 1.5T MRI machine at the Durham VA Health Care System, under solicitation number 36C24626B0001. The project involves extensive demolition and construction, including the installation of specialized Radio-Frequency (RF) shielding, HVAC modifications, and electrical upgrades to ensure the new MRI system's functionality and safety. This upgrade is crucial for enhancing medical imaging capabilities and maintaining high standards of care for veterans. Interested bidders must submit their proposals by January 6, 2026, with a project completion timeline of 250 calendar days post-award, and can direct inquiries to Contract Specialist Michael R. Proctor at Michael.Proctor2@va.gov.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    Y1DZ--619-CSI-904 Site Modification for Symbia EVO (VA-26-00017774)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for construction services related to the "Site Modification for Symbia EVO" project (Project No. 619-CSI-904) at the Central Alabama Veterans Health Care System in Montgomery, AL. This project entails significant interior renovations, including the replacement of floors, ceilings, walls, and doors, as well as the installation of new casework, lead-lined walls, and specialized lighting, with an estimated cost between $500,000 and $1,000,000 and a completion period of 250 calendar days. The procurement is exclusively set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) that are registered in the SBA certification database and the System for Award Management (SAM). A pre-proposal site visit will be announced, and the Request for Proposal (RFP) is expected to be posted around January 5, 2026. Interested contractors can contact Christopher Harper, Contract Specialist, at Christopher.Harper3@va.gov or (706) 733-0188 ext. 1126 for further information.
    W023--MRI Trailer Lease Amendment Change of Period of Performance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of a 1.5T Mobile MRI Trailer for the Tomah VA Medical Center in Tomah, Wisconsin. This procurement aims to secure a one-year base lease with four optional one-year extensions, requiring the contractor to provide, install, maintain, and train staff on the MRI unit, which must meet specific technical standards. The leased equipment is crucial for enhancing medical imaging capabilities and patient care within the VA healthcare system. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their proposals by January 16, 2026, at 12 PM Central Time, and can contact Contract Officer Steven MacDonald at steven.macdonald@va.gov or 414-844-4882 for further information.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project located at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project is crucial for enhancing the data management capabilities of the VA, with an estimated cost between $5,000,000 and $10,000,000. Interested bidders must submit their proposals electronically by January 8, 2026, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    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-CSI-132) D/B 1.5T MRI (ICC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a Design-Build contract to install a 1.5T MRI Integrated Care Center (ICC) at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. The project, identified as Project Number 673-CSI-132, involves comprehensive design and construction services, including the installation of a new Siemens 1.5T MRI system, structural modifications, and updates to mechanical, electrical, and plumbing systems, all while ensuring compliance with safety and regulatory standards. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $2 million and $5 million, with key deadlines including the submission of Requests for Information (RFIs) by December 29, 2025, and Phase I Quotes due by January 23, 2026. Interested parties can contact Contracting Specialist David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further details.
    Z2DA--657-24-110JB - FCA Replace Roofs on Buildings 1, 52, 53
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the project titled "Z2DA--657-24-110JB - FCA Replace Roofs on Buildings 1, 52, 53," which involves replacing the roofs on three buildings at the St. Louis Medical Center, Jefferson Barracks, MO. The primary objective of this procurement is to rectify deficiencies identified in Facility Condition Assessment Reports by completely demolishing and removing the existing roofing systems and installing new roofing components, including deck insulation and membrane systems, as specified in the contract documents. This project is crucial for ensuring the medical center can continue to provide high-quality care to veterans, with a construction cost range estimated between $1,000,000 and $5,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must be registered in the System for Award Management (SAM) and the Veteran Small Business Certification (VetCert) to participate, with the solicitation package expected to be available by December 30, 2025, and proposals due around January 27, 2026. For further inquiries, contact Maria G. Hoover at maria.hoover@va.gov or 913-946-1143.