6110--676-22-122 Replace Electrical Switchgear
ID: 36C25225B0007Type: Presolicitation
AwardedApr 30, 2025
$2.6M$2,592,463
AwardeeU.S. VET GENERAL CONTRACTING, LLC MC FARLAND 53558
Award #:36C25225C0034
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

ELECTRICAL CONTROL EQUIPMENT (6110)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the replacement of electrical switchgear, transfer switches, generators, and transformers at the Tomah VA Medical Center in Wisconsin, under project number 676-22-122. The procurement aims to modernize critical electrical infrastructure to ensure reliable service for essential operations, as the existing equipment is outdated and prone to failure. This project is particularly significant for maintaining operational efficiency in a facility that serves veterans, reflecting the government's commitment to enhancing healthcare infrastructure. Interested parties must submit their bids by March 27, 2025, at 10:00 AM CT, and can direct inquiries to Contracting Officer Gregory T. Block at Gregory.Block@va.gov. The estimated budget for this project ranges between $1,000,000 and $2,000,000, and participation is limited to CVE-verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs).

    Point(s) of Contact
    Gregory T BlockContracting Officer
    (414) 844-4800
    Gregory.Block@va.gov
    Files
    Title
    Posted
    The document outlines a federal solicitation (36C25225B0007) for the replacement of electrical switchgear, transfer switch, generator, and transformer at the Tomah VA Medical Center in Wisconsin, with a project budget estimate between $1,000,000 and $2,000,000. The solicitation is exclusively open to CVE-verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor is required to provide all necessary labor, materials, and supervision to complete the project within a designated 270-day timeline from the notice to proceed. Central requirements include adherence to safety and environmental standards, submission of performance bonds, and a commitment to meet all codes and regulations. A site visit is scheduled for potential bidders, and they must submit written inquiries by December 30, 2024. The bid opening is set for January 14, 2025. Details about the bidding process, including submission formats and additional compliance factors like the Experience Modification Rate for safety records are specified. This solicitation represents the government's initiative to modernize VA facilities while promoting participation from veteran-owned businesses, adhering to the legal mandates and standards expected in federal contracting processes.
    The Department of Veterans Affairs has announced a presolicitation notice for the project "Replace Electrical Switchgear B415" at the Tomah VA Medical Center in Tomah, Wisconsin. The solicitation number is 36C25225B0007, with a response deadline set for November 25, 2024. The project requires contractors to provide labor, materials, and supervision to complete the replacement of electrical switchgear within a 270-day period post-Notice to Proceed. The estimated construction cost ranges from $1 million to $2 million, and the procurement is designated as a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside under NAICS code 238210. Interested bidders must register in the System Award Management (SAM) database and confirm their SDVOSB status. A pre-bid conference will be held, with details to follow in the solicitation document, which will be available on SAM.gov. The contracting office can be contacted through Gregory T Block for any queries.
    The document outlines an amendment to a solicitation issued by the Department of Veterans Affairs concerning a project related to electrical switchgear replacement. It includes important details such as the project number, administering office, and contractor information. The amendment highlights a site visit conducted on December 17, 2024, and notes that original project drawings are being reposted due to readability issues with prior submissions. Offerors are instructed on how to acknowledge receipt of this amendment, emphasizing the importance of timely submission to avoid rejection of offers. Supporting documents referenced include a pre-bid document and updated drawings related to the project. This amendment ensures that all participating bidders receive clear and updated information pertinent to the project scope.
    This government document constitutes an amendment to a solicitation issued by the Department of Veterans Affairs (VA), specifically the Great Lakes Acquisition Center. It primarily pertains to the extension of the bid due date for an unspecified project, changing it to February 4, 2025, at 10:00 AM CST. The document outlines necessary actions for offerors to acknowledge the amendment, including submission methods and deadlines for acknowledgment. Furthermore, it emphasizes that all existing terms and conditions remain in effect unless specified otherwise. The amendment aims to ensure that potential contractors are informed of new timelines, thereby facilitating their participation in the bidding process. This document aligns with formal government protocols for Request for Proposals (RFPs) and contract modifications, highlighting the importance of transparency and adherence to procedural guidelines in federal procurement.
    The document pertains to an amendment issued for a solicitation related to a contract managed by the Department of Veterans Affairs, specifically the Great Lakes Acquisition Center. It primarily serves to extend the deadline for receipt of offers to February 19, 2025, at 10:00 CST. The amendment emphasizes the requirement for bidders to acknowledge all amendments included within their bid packages. Additionally, it includes a reference to a Wage Determination document issued on January 3, 2025, which outlines prevailing wage rates applicable to the contract. The document retains all original terms and conditions while ensuring that potential bidders are notified of the administrative changes. The overall purpose aligns with standard government practices for managing solicitation amendments, ensuring compliance and clarity for interested bidders in the procurement process.
    This document serves as an amendment to a federal solicitation related to a procurement process conducted by the Department of Veterans Affairs’ Great Lakes Acquisition Center. The amendment extends the deadline for offers, changing the hour and date for receipt to March 11, 2025, at 10:00 a.m. Central Standard Time (CST). It includes necessary instructions for offerors on how to acknowledge receipt of the amendment and submit their offers accordingly. The document contains standard contractual language referencing related modification authorities and procedural requirements. Importantly, it emphasizes that all terms and conditions from the original solicitation remain unchanged except for the specified date extension. This is a common practice in procurement to ensure sufficient response time while maintaining compliance with regulatory frameworks governing federal contracts. The clarity of amendments is critical for maintaining transparency and fairness in the bidding process.
    This document details Amendment A0005 to the solicitation for Project #676-22-122, which involves the replacement of switchgear, transfer switches, generators, and transformers at the Tomah VA Medical Center. The amendment acknowledges responses to pre-bid requests for information (RFIs) and provides a final statement of work (SOW), along with addenda to the project drawings. It specifies that bids are due March 11, 2025, at 10:00 AM CT, and outlines the submission process, directing bidders to send their invites for bids (IFBs) to the Great Lakes Acquisition Center in Milwaukee, Wisconsin, directed to Contracting Officer Ryan McMillin and Contracting Specialist Greg Block. The amendment serves to clarify project specifications and deadlines, thereby ensuring that potential bidders have the necessary information to prepare and submit their proposals accurately. This aligns with federal procurement practices aimed at transparency and competitive bidding.
    The document outlines an amendment to a government solicitation issued by the Department of Veterans Affairs (VA), specifically concerning the replacement of electrical switchgear. Key details included in the amendment are an extension of the deadline for receipt of offers to March 27, 2025, at 10:00 CDT. The amendment serves to inform all bidders of this change and specifies the various methods by which they can acknowledge receipt of the amendment. Additionally, the document highlights that other terms and conditions of the original solicitation remain unchanged and in effect. It emphasizes the importance of complying with deadlines and procedures for submitting modified offers, as failure to do so may result in rejection. This amendment illustrates the VA's commitment to ensuring a transparent and efficient procurement process, facilitating necessary updates while maintaining regulatory adherence.
    The document is an amendment to a solicitation for a construction project at the Tomah VA Medical Center, specifically aimed at replacing switchgear, transfer switch, generator, and transformer systems. This amendment, identified as A0007, provides essential updates, including the latest inquiries from bidders, medium voltage loop questions, and a current wage determination. The Invitation for Bid (IFB) submission deadline is established as March 27, 2025, with specific instructions for contractors on where to submit documents, directed to the Great Lakes Acquisition Center in Milwaukee, WI. The updated details aim to facilitate compliance and ensure that all prospective bidders have access to critical information necessary for their bid submissions. The document underscores the importance of acknowledging the amendment's receipt and adhering to specified protocols to maintain eligibility for consideration in the bidding process.
    The document outlines the project titled "Replace Electrical Switchgear B415" at the Veterans Affairs Medical Center in Tomah, Wisconsin, identified by project number 676-22-122. The project, managed by Penn Construction Group, involves significant upgrades to the electrical systems within the facility, specifically targeting the switchgear. It includes detailed architectural, mechanical, electrical, and plumbing plans, illustrating both demolition and new construction phases. The documentation specifies multiple stages of design issuance, culminating in the final bid documents issued on October 4, 2023. It emphasizes the project’s compliance with stringent government standards, ensuring high-quality work. Key structural and safety features are noted, including site plans, life safety plans, and specific infection control measures necessary during construction. This initiative reflects a broader commitment by the Veterans Affairs Office to enhance facility infrastructure while ensuring safety and regulatory compliance. The project's complexity requires careful planning and collaboration between various engineering disciplines, underscoring the government's focus on improving veteran care environments through upgraded facilities and systems.
    The document outlines the specifications for the project titled "Replace Electrical Switchgear B415" at the Tomah VA Medical Center in Wisconsin. The project involves the demolition and replacement of the aging electrical switchgear in Building 415, requiring careful planning to minimize operational disruption in the 24/7 medical facility. Key aspects include safety requirements, the comprehensive demolition plan, phasing of construction, and management of existing utilities. The contract emphasizes maintaining uninterrupted service, with strict protocols for contractor access, security, and documentation. It mandates extensive coordination for testing and commissioning of electrical systems and stipulates that all work must comply with various federal standards and VA guidelines. Overall, this document serves as a detailed guide for contractors to ensure safe and efficient project execution while safeguarding facility operations and compliance with regulations.
    The document outlines the specifications for the replacement of electrical switchgear at Building 415 of the Tomah VA Medical Center in Wisconsin, under Contract No. 676-22-122. It details the project requirements, including various divisions (22-33) related to plumbing, HVAC, electrical systems, and general construction standards. The document emphasizes the necessity for compliance with applicable codes, quality assurance, and environmentally sustainable practices. Submittals, testing protocols, and contractor responsibilities are specified to ensure the installation's efficiency and safety, along with the necessity for coordination among various trades. This initiative aligns with the federal aim of enhancing healthcare facility functionality and safety, reflecting the Department of Veterans Affairs’ commitment to serving veterans with upgraded infrastructure. The project culminates in comprehensive documentation, including as-built records and maintenance manuals to ensure long-term operational success.
    The submitted document pertains to government RFPs and grants, focusing primarily on the processes for acquiring and distributing financial resources at federal, state, and local levels. It highlights the financial framework that supports various projects, discussions on eligibility criteria for funding, and the requirements for applicants. The document outlines critical timelines, application processes, and necessary compliance with regulatory standards to ensure accountability and sustainability. Emphasis is placed on transparency in allocations and the importance of effective project management to achieve intended outcomes. This comprehensive overview serves as guidance for potential applicants seeking funding through government channels, ensuring they are well-informed about the expectations and standards required for successful proposals.
    NorthStar Environmental Testing, LLC conducted a limited lead and asbestos testing at 500 East Veterans Street, Tomah, WI, on December 27, 2023, specifically in the Emergency Generator Room and Electrical Room, under the authorization of Penn Construction Group. The primary objective was to identify any hazardous materials prior to renovation work. The testing revealed no asbestos or lead-based paint in any of the analyzed materials, which included various types of caulking and painted surfaces. The samples were collected by certified technician Noah Lemanski and analyzed by Eurofins CEI, Inc. according to EPA standards. The report emphasizes that while no hazardous materials were detected in accessible areas, other areas may still contain these materials, necessitating caution in absence of further testing. It adheres to relevant regulations and industry standards, providing a thorough account of the testing process and results. This document is significant in the context of health and safety regulations and funding applications for projects involving federal and state grant proposals relating to building renovations.
    The document outlines the General Decision Number WI20240015 effective from November 8, 2024, concerning wages for heavy construction projects in Wisconsin, subject to the Davis-Bacon Act. It defines wage requirements based on Executive Orders 14026 and 13658, stipulating minimum hourly rates for various construction classifications, such as Boilermaker, Bricklayer, Carpenter, Electrician, and Laborer across multiple counties. The wages are subject to annual adjustments, with specified rates and fringe benefits detailed for covered classifications. It emphasizes the importance of adhering to these wage determinations for federal contracts to ensure fair labor practices. The document also includes a section on the wage determination appeals process, providing guidance for contractors and stakeholders in the event of disputes regarding wage classifications or determinations. Overall, this file serves as a crucial reference for contractors engaged in federally funded construction projects, ensuring compliance with wage laws and promoting equitable pay.
    The Tomah VA Medical Center is issuing an addendum for the project titled "Replace Electrical Switchgear" (VA Project No. 676-22-122), which includes essential modifications to the contract documents as of January 31, 2025. The addendum comprises six pages of narrative, modifications to 23 drawings, and changes to five specification sections. Key revisions include updated phasing plans that extend dewatering areas, changes in civil site plans regarding new work and demolition, and corrections to structural and architectural details. Furthermore, specific modifications in electrical plans entail adjustments for temporary generator connections and updates to testing laboratory services, ensuring compliance with technical standards. This initiative aims to modernize the facility’s electrical infrastructure to enhance operational efficiency and safety. Overall, the addendum serves to clarify project specifications and ensure that all contractors and stakeholders are informed of the necessary adjustments.
    The document outlines the specifications and requirements for the replacement of electrical switchgear at the Tomah, WI VA Medical Center, with a focus on facility fuel oil systems and engine generators. It details the construction and installation mandates, emphasizing the components involved—including aboveground storage tanks, leak detection systems, and fuel quality maintenance systems. The sections include general requirements, applicable publications, and quality assurance measures to ensure compliance with standards set by various industry authorities, such as the National Fire Protection Association (NFPA) and American Society of Mechanical Engineers (ASME). Key components include the specification of dual-wall steel tanks for fuel storage, monitoring and alarm systems for fluid levels, guidelines for electrical installation, and rigorous testing and commissioning activities. Special attention is provided to sustainable construction practices and coordination with local regulations. The document reflects the federal government's initiative to modernize healthcare infrastructure in compliance with safety and efficiency standards, ensuring robust operational protocols for managing hazardous materials and maintaining system integrity.
    The document outlines requests for information (RFIs) related to a construction project aimed at replacing electrical switchgear at the Tomah VA Medical Center. The project necessitates the installation of a backup generator and a manual transfer switch, while addressing various logistical and technical concerns such as maintaining electrical power during equipment installation and ensuring compliance with VA technical specifications. Key topics include the importance of a limited notice to proceed (LNTP) for long lead-time materials, coordination for temporary power sources during facility shutdowns, and specifications regarding fuel requirements for backup generators. The document also discusses the need for a commissioning agent, the handling of existing utilities, and the procedure for disposing of old equipment. Additional inquiries address construction details, safety protocols, and adherence to state regulations. Overall, this document serves as a guideline for contractors to ensure all aspects of the project are comprehensively addressed, aligning with VA standards and operational requirements.
    The document addresses the maintenance and management of a medium voltage loop during the replacement of a transformer serving the boiler plant at the VA Medical Center in Tomah, Wisconsin. It raises questions about whether the loop must remain operational during the replacement, and discusses the potential reuse of existing cables connecting the two transformers, suggesting that new ends will be needed upon repulling the cables. Additionally, the document requests clarification regarding any special tests required for the medium voltage cables. Key notes indicate the proposed placement of the new transformer should be at least three feet away from the building. The attached details emphasize regulatory compliance for conductor installation depth and specific cable gauge requirements, reflecting standard practices for safety and performance in electrical infrastructure. This document falls within the context of government RFPs, as it outlines specific project requirements for infrastructure updates in federal facilities, demonstrating the government’s commitment to maintaining operational efficiency and safety during equipment upgrades.
    The Replace Boilers B415 Project at the Tomah VA Medical Center involves critical upgrades to essential heating and service equipment, specifically the replacement of outdated switchgear, transfer switch, generator, transformer, and related systems in Building 415. These upgrades are vital for maintaining operational services such as steam heat, sterilization, and hot water, as the current equipment is obsolete and prone to failure. The project scope encompasses the full replacement and installation of necessary equipment while adhering to state and federal regulations. The general contractor is responsible for managing submittals, conducting system commissioning, maintaining site safety, and ensuring environmental waste management. A detailed construction schedule outlines the phases of pre-construction activities, material reviews, active construction, and post-completion procedures. Additional emphasis is placed on thorough inspections, documentation of existing conditions, and minimal disruption to VA operations throughout the construction process. Overall, this federally funded project underscores the commitment to modernizing the Tomah VA Medical Center's infrastructure to enhance the reliability of critical services for veterans.
    The document details the Request for Proposals (RFP) for replacing electrical switchgear at the Tomah Veterans Affairs Medical Center (VAMC) under IFB 36C25225B0007. It includes a series of Requests for Information (RFIs) addressing technical specifications, project scheduling, and operational constraints. Key project points encompass the need for temporary generators, limitations on electrical shutdown durations, and the procurement process for long-lead-time materials, which may delay project execution. Specific clarifications sought by bidders relate to the power capacity requirements, fuel tank specifications, and commissioning responsibilities. Responses indicate that while the VA is committed to sustainable construction practices, challenges such as potential 'sole source' requirements for equipment could hinder competitive procurement. Additionally, the document outlines the expected roles and qualifications for contractor personnel, restrictions on construction timelines, and environmental considerations for existing infrastructure. Overall, it emphasizes adherence to technical standards, timely completion, and minimizing disruption to ongoing facility operations while ensuring compliance with federal regulations.
    Similar Opportunities
    C1DA--Replace Unsupported Switch Gear for Generators, 657A5-26-107
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services for the replacement of unsupported switchgear for generators and aging transformers at the Marion VA Medical Center in Illinois. This procurement is specifically restricted to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms and aims to enhance the reliability of emergency power systems and overall power distribution at the facility. The selected firm will be responsible for comprehensive professional services, including design development, construction documents, and construction period services, with an anticipated contract award by February 28, 2026. Interested parties must submit an SF 330 qualification package by December 23, 2025, and can contact Contract Specialist Maria G Hoover at maria.hoover@va.gov or 913-946-1143 for further information.
    Z1DA--Upgrade Campus Electrical Systems. Project No. 610A4-23-101.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Campus Electrical Systems" project at the VA Northern Indiana Healthcare System in Fort Wayne, Indiana. This project involves the demolition of Building 16 and the installation of a 6,600 square foot addition to Building 1, which will house new electrical distribution equipment, including three 600 kW standby generators, automatic transfer switches, and substations. The estimated construction budget ranges from $10 million to $20 million, with a bid submission deadline set for February 12, 2025, at 10:00 AM EST. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should direct inquiries to Contract Specialist Brian Rosciszewski at Brian.Rosciszewski@va.gov.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for Project 648-20-116, which aims to correct electrical deficiencies at the Vancouver VA Medical Center. This project involves replacing, modifying, or upgrading existing electrical power distribution equipment in accordance with a Wiley-Wilson arc-flash report, and includes conducting a facility-wide arc-flash hazard risk assessment upon completion. The work is critical for ensuring the safety and operational efficiency of the medical facility's electrical infrastructure. The solicitation is set to be posted around December 2025, with an estimated contract value between $5,000,000 and $10,000,000, and is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested contractors can contact Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341 for further information.
    J061--Generator Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide generator maintenance services at the Clement J. Zablocki Medical Center in Milwaukee, WI. The procurement includes comprehensive maintenance, inspection, and testing services for generators and automatic transfer switches (ATS), with a contract period spanning from February 2026 to January 2031, consisting of a base year and four option years. This maintenance is crucial for ensuring the reliability and operational continuity of the medical center's power infrastructure, which includes a detailed inventory of generators and ATSs that must adhere to strict compliance and testing protocols. Interested contractors should contact Derrick A. Paquette at Derrick.Paquette@va.gov for further details, with all proposals due by the original deadline specified in the solicitation.
    Y1DZ--EHRM Infrastructure Upgrades Tier 1 Construction 695-21-700 Milwaukee
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the EHRM Infrastructure Upgrades Tier 1 Construction project at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This project involves a single firm-fixed-price contract for design-bid-build infrastructure improvements, including electrical upgrades, HVAC assessments, communication infrastructure enhancements, and physical security upgrades across multiple buildings on the campus. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is anticipated to be issued in early to mid-January 2026, with a performance period of approximately 1,460 calendar days and an estimated construction magnitude between $50 million and $100 million. Interested parties should direct all inquiries to Contract Specialist Bailey Donato at bailey.donato@va.gov.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    C211--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) for a firm-fixed-price contract to replace Main Distribution Panel (MDP) panels in Buildings 88-89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. The project, identified as RFI 36C25526Q0015, has an estimated value between $1,000,000.00 and $5,000,000.00 and requires completion within a 365-day period following the notice to proceed. This procurement is crucial for ensuring the electrical infrastructure's reliability and safety at the facility. Interested contractors must submit a capability statement detailing their qualifications and experience by October 22, 2026, with the solicitation expected to be posted around October 25, 2025. For further inquiries, contact Tim Parison at timothy.parison@va.gov or call 913-946-1140.
    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.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    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.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.