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 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