521-23-121 | Renovate SPS Phase 2
ID: 36C24726R0011Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

Veteran Set Aside (VSA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the "Renovate SPS Phase 2" project at the Birmingham VA Medical Center in Alabama. This project involves the renovation of the Sterile Processing Service (SPS) space and the replacement of three existing cart lifts, with an estimated construction cost between $5 million and $10 million. The procurement is exclusively set aside for Veteran-Owned Small Businesses (VOSBs), emphasizing the importance of compliance with safety and security protocols throughout the renovation process. Interested contractors must submit their proposals by the specified deadlines, including a mandatory site visit on January 7, 2026, and Requests for Information (RFIs) due by January 14, 2025. For further inquiries, contact Gregory Snyder at gregory.snyder@va.gov or Joyce Powers at joyce.powers1@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This Presolicitation Notice, 36C24726R0011, outlines a 100% Set-Aside for Certified Veteran-Owned Small Businesses (VOSBs) for the "Renovate SPS Phase 2" construction project at the Birmingham, AL VA Medical Center. The project, valued between $5,000,000 and $10,000,000, involves renovating the Sterile Processing Service (SPS) space and upgrading three cart lifts, with an estimated completion period of 365 calendar days. Contractors must be certified in the SBA database and registered in SAM. The solicitation, expected around November 5, 2025, will utilize a Trade-Off Source Selection process for best value. A pre-proposal site visit will be announced in the solicitation.
    This government Request for Proposal (RFP) (Solicitation Number 36C24726R0011) from the Department of Veterans Affairs, VISN 7 Network Contracting Office, outlines the requirements for the "Renovate SPS Phase 2" project at the Birmingham VA Medical Center in Alabama. The project involves renovating the Sterile Processing Service (SPS) space and replacing three existing cart lifts. This acquisition is 100% set-aside for Veteran-Owned Small Businesses (VOSBs) and has an estimated magnitude of construction between $5,000,000.00 and $10,000,000.00. Key requirements include registration with SAM.gov, SBA certifications, and VETS 4212 compliance. A mandatory site visit is scheduled for January 7, 2026, and Requests for Information (RFIs) are due by January 14, 2025. Proposals will be evaluated on past performance (significantly more important) and price, with specific instructions for submission, including an electronic bid guarantee and detailed price breakdowns. The contract will be a firm-fixed-price agreement, and performance is required within 365 calendar days of receiving notice to proceed, with strict adherence to safety and security protocols.
    This document, Attachment 1 to RFP No. 36C24726R0011, is an Experience Modification Rate Form required for offerors responding to a government solicitation. It mandates the submission of company safety and insurance data for the years 2022-2024. Offerors must provide information from their OSHA 300 Forms, including man-hours, cases involving days away from work or restricted activity, DART rates, and any serious, willful, or repeat OSHA violations within the last three years, with explanations for any violations. Companies with four serious, one repeat, or one willful violation will be disqualified. Additionally, offerors must attach copies of their OSHA 300 and 300a Forms and provide their Insurance Experience Modification Rate (EMR) for the past three years. This information, combined with data from government systems like OSHA and EPA databases, will be used to verify that contractors meet the solicitation's Experience Modification Rate requirements.
    This government file details a comprehensive plan for renovations and space utilization across multiple floors of a facility, ranging from the ground floor to the ninth floor. The document systematically outlines various functional areas, their allocated square footage in both square feet and square meters, and their designated purpose. Key areas include common spaces, vertical spaces (stairs, elevators, chases), special care units (exam rooms, waiting areas, storage), surgical suites, primary care, urgent care, pathology labs, administration offices, diagnostic imaging, cardiology, and beds ICU. Each floor specifies common areas, administrative offices, and specialized medical and support services. The renovation areas are highlighted, indicating a significant overhaul of existing infrastructure. The consistent inclusion of 'Vertical Space' and 'Common' areas across all floors emphasizes a focus on shared infrastructure and patient/staff circulation. The detailed breakdown of space allocation suggests a strategic approach to optimizing functionality and efficiency within the facility.
    The VHA Infection Control Risk Assessment (ICRA) template (VHA ICRA-1.2, October 2024) provides minimum requirements for categorizing construction, renovation, and maintenance activities (A, B, C, D) and patient risk levels (Low, Medium, High, Highest) within VHA facilities. This categorization determines the necessary infection prevention and control precautions (Levels I, II, III, IV) to mitigate infection risks. The document outlines a structured process involving four tables to assess activity type, affected areas, overall patient risk, and the corresponding level of precautions. A fillable permit form is included for Level III and IV activities. The summary also details the specific control measures required for each precaution level, both during and upon completion of the activity, including critical barriers, negative pressurization, and HVAC and water system management. An appendix provides an alternative to outdoor exhaust requirements for interior construction spaces, emphasizing HEPA filtration and continuous particulate monitoring. The included permit for project 521-23-121, managed by Zach Flynn, indicates a 'D' activity category, 'High' patient risk, and 'IV' level of precautions, requiring hard barriers and an anteroom.
    The VHA Pre-Construction Risk Assessment (PCRA) template, VHA-PCRA-2023-1.0, establishes minimum requirements for assessing and mitigating safety risks during construction, renovation, and maintenance activities within VHA facilities. It categorizes activities into
    AEI Consultants conducted a water intrusion and mold assessment at the Bermingham VA Health Care System's mechanical rooms. The October 8, 2024, assessment, led by Certified Mold Inspector Mr. Charles Yoon, identified visible suspect mold growth (VSMG) and inactive water stains in both the northern (150 SF) and southern (200 SF) mechanical rooms. These issues were attributed to past roof leaks and water seepage. Air and surface samples confirmed elevated levels of Penicillium/Aspergillus type spores in both rooms, with Stachybotrys, Memnoniella, and Aspergillus indicators of mold contamination in the northern room. Recommendations include asbestos evaluation, mold remediation by a licensed contractor, a post-remediation verification, and assessments of the roof and structural integrity.
    AEI Consultants conducted a NESHAP Pre-Renovation Asbestos Survey for the Bermingham VA Health Care System's Mechanical Rooms in Birmingham, Alabama. The assessment, performed on October 8, 2024, aimed to identify and assess building materials suspected of containing more than one percent asbestos, in accordance with EPA AHERA, NESHAP, and state regulations. The survey included visual inspections and the collection of 41 bulk samples (totaling 84 layers) from various materials like vinyl floor tile, CMU wall grout, ceramic floor tile grout, residual mastic, brick mortar, covebase mastic, drywall/joint compound, insulation, concrete, and pipe insulation. Laboratory analysis using polarized light microscopy (PLM) confirmed no asbestos was detected in any of the sampled materials. Recommendations include further surveys if renovation plans change or if unreferenced suspect materials are found, particularly beneath existing floor coverings or below grade.
    The document outlines the Department of Veterans Affairs (VA) Notice of Limitations on Subcontracting, a certification requirement for contractors under 38 U.S.C. 8127(l)(2). This clause mandates that offerors, if awarded a contract, comply with specific subcontracting limitations based on the contract type (services, general construction, or special trade construction). These limitations restrict the percentage of the government-paid amount that can be subcontracted to firms not certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The document specifies percentages for each category: 50% for services, 85% for general construction, and 75% for special trade construction, with exclusions for certain direct costs or materials. It emphasizes that similarly situated SDVOSB/VOSB subcontractor work that is further subcontracted still counts towards these limits. The certification acknowledges that false or fraudulent statements may lead to criminal, civil, or administrative penalties, including prosecution under 18 U.S.C. 1001. Furthermore, non-compliant SDVOSBs/VOSBs may face referral to the VA Suspension and Debarment Committee, fines, or prosecution. Contractors must provide documentation to the VA upon request to demonstrate compliance, and failure to do so may result in remedial action. The offeror must complete, sign, and return a formal certification with their bid or proposal; otherwise, their offer will be deemed ineligible for evaluation and award.
    The Past Performance Questionnaire (PPQ) for Solicitation RFP 36C24726R0011, concerning the Medical Gas Project Construction, is an essential attachment for offerors. This document requires offerors to submit a cover sheet with their proposal and forward the questionnaire to previous clients. Clients are instructed to return the completed questionnaire directly to gregory.snyder@va.gov. Section I requires the offeror to provide details such as their name, the reference organization's name and address, contract number, project description, contract amount, performance period, and the contractor's role. Section II, to be completed by an evaluator, uses a numerical rating system (5-Superior to 1-Unacceptable) to assess various aspects of the contractor's performance, including compliance, management effectiveness, timeliness, adherence to schedule, safety responsiveness, subcontractor coordination, customer relations, problem-solving, financial management, and response to warranty issues. It also asks if the evaluator would recommend the contractor. Section III provides space for additional comments, especially to explain low ratings. The PPQ ensures correct and verifiable contact information is provided, serving as a critical tool for evaluating a contractor's past performance on government projects.
    The document, Solicitation No. 36C24726R0011 Attachment 4, is a detailed Cost/Price Breakdown Worksheet designed for government solicitations, likely an RFP. It provides a structured framework for contractors to itemize costs associated with various construction divisions, including General Requirements, Existing Conditions, Concrete, Metals, Wood and Plastic, Thermal and Moisture Protection, Openings, Finishes, Specialties, Equipment, Furnishings, Special Construction, Fire Suppression, Plumbing, HVAC, Electrical, and Communications. For each division, categories for Material, Labor, Equipment, and Other costs are provided, culminating in a total for that division. The worksheet also includes sections for
    The document outlines various sections of what appears to be a government filing or proposal, likely related to federal grants, RFPs, or state/local RFPs. Key sections include "Description," "Evaluation," "Proposal Requirements," "Selection Process," "Contract Type," "Reporting Requirements," and "Terms and Conditions." The repeated structure and fragmented text suggest a template or boilerplate for official documents. While specific details are obscured, the general headings indicate a comprehensive framework for submitting, evaluating, and managing a government-related project or service. The document emphasizes compliance, reporting, and a structured approach to project execution and oversight, critical elements in government procurement and grant processes.
    This document, Attachment 6 to RFP 36C24726R0011, outlines the invoicing procedures for payments made by the Government to contractors, primarily focusing on the Department of Veterans Affairs (VA). All payments will adhere to FAR 52.232-33 for electronic funds transfer. Invoices must comply with FAR 52.232-5 and 852.232-70 for fixed-price construction contracts. The VA mandates electronic invoice submission through the Tungsten Network e-Invoicing system, which is free for all VA vendors. Contractors must register with Tungsten Network via email or phone and submit electronic invoices after approval from the COR and/or CO. The document provides detailed instructions for registration, submission, and customer support contact information for both Tungsten Network and the VA Financial Services Center (VAFSC). Additionally, it notes the elimination of the VA10091 form as of July 1, 2020, requiring new vendors to update information in the Customer Engagement Portal (CEP) and register with ID.Me.
    The Birmingham VA Medical Center is undertaking Project 521-23-121, "Renovate SPS Phase II for the Sterilization Processing Service." This project involves the design and renovation of the Sterilization Processing Service (SPS) space to meet current federal and local codes, as well as VA design criteria. The general contractor is responsible for site preparation, demolition, installation of VA-provided equipment, and furnishing labor and materials. Key requirements include compliance with VA security, OSHA safety standards, and strict fire safety protocols. The project mandates comprehensive infection prevention measures, including dust control, HEPA filtration, and proper waste disposal. Additionally, the contractor must protect existing structures and utilities, adhere to hazardous materials management guidelines, and coordinate all work to minimize disruption to the operational medical center. All temporary utility services are available through the medical center, with specific metering and payment requirements for certain electrical uses. A detailed table of contents outlines various construction divisions, from general requirements and demolition to finishes, mechanical, electrical, and plumbing systems.
    This government file outlines the engineering, furnishing, and modernization of three traction cartlift systems (T-1, T-2, T-3) at a VA Medical Center, including detailed specifications for their design, installation, and performance. The cartlifts must be geared traction with microprocessor controllers and AC VVVF motor control, rated for Class “C3” loading. The document details specific requirements for each cartlift, covering rated load, speed, travel, floors served, and entrance dimensions, as well as the types of carts they will accommodate. It emphasizes strict adherence to industry standards, federal specifications, and safety codes like ASME A17.1 and NFPA 70. Contractor qualifications, submittal requirements (shop drawings, samples, wiring diagrams), and performance standards for speed, stopping accuracy, and noise levels are all specified. The document also includes an extensive warranty, power supply requirements, and detailed instructions for installation, testing, and personnel training, ensuring comprehensive compliance and operational excellence.
    The Birmingham SPS Phase II project, led by Spees Design Build and supported by various engineering firms, involves renovating the existing Sterile Processing Service (SPS) Suite in Building 1, Level G, at the VA Medical Center in Birmingham, Alabama. This 9,500 sq ft renovation includes architectural, structural, mechanical, and electrical upgrades to accommodate new and relocated VA-purchased equipment. The project adheres to the 2024 International Building Code and VA H-18-8 Seismic Design Requirements, emphasizing rigorous special inspections for concrete, reinforcing steel, post-installed anchors, and steel decking. Key structural elements include concrete infills, new openings, and strengthening for mobile storage areas. Safety protocols, such as hazardous material handling and fire watches, are mandatory. The project phases span from initial concept layouts in August 2024 to final construction documents in January 2025, ensuring a modernized and compliant SPS Suite.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Z2DA--Project 521-22-119 NRM Replace windows (VA-26-00016046)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the construction project titled "Replace Windows Phase III" at the Birmingham VA Medical Center in Alabama. This project involves the demolition and replacement of existing windows, including the installation of non-operable windows, interior wall painting, and the replacement of select windowsills, all while ensuring compliance with safety regulations regarding asbestos and lead removal. The estimated construction cost is between $5 million and $10 million, with the solicitation expected to be released on January 8, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), are encouraged to contact Contracting Officer Zaire Naylor at Zaire.Naylor@va.gov or (803) 776-4000 ext. 4359 for further details.
    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.
    Z1DA-- Renovate OR for Hybrid Installation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating rooms for a hybrid installation at the VA Northern California Healthcare System in Mather, California. This project involves the comprehensive renovation of approximately 12,500 square feet of existing operating room space, including the upgrade of four operating rooms and the addition of a fifth hybrid operating room, with a focus on adhering to current VHA Design Guides. The renovation is crucial for enhancing surgical capabilities and ensuring compliance with modern healthcare standards. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by January 29, 2026, following a mandatory site visit on December 11, 2025. For further inquiries, contractors can contact Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511. The estimated project value ranges between $10 million and $20 million.
    Z1DA--NRM-CONST | 528A7-19-720 | Repair SPS Deficiencies
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the Syracuse VAMC Repair SPS Deficiencies Project, which is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This project entails providing all necessary labor and materials to repair and rework security and entrance doors within the Sterile Processing Service (SPS) area at the Syracuse VA Medical Center, ensuring compliance with ISO 9001:2015 standards and relevant VA directives. The estimated construction cost for this project is between $1,000,000 and $5,000,000, with the solicitation expected to be posted around January 8, 2025, and responses due by January 30, 2026. Interested parties can contact Terry Fraser at terry.fraser@va.gov for further information.
    36C25726R0010 | Project # 674-21-252 Renovation of Bldg. 62 AC Shop
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans’ Medical Center in Temple, Texas, under Solicitation Number 36C25726R0010. This project, designated as Project 674-21-252, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires the contractor to provide all necessary labor, supervision, materials, and equipment for comprehensive electrical, mechanical, and plumbing reconfigurations. The estimated contract value ranges from $2 million to $5 million, with a mandatory performance period of 360 calendar days, and proposals are due by January 29, 2026, at 10:00 AM CST. Interested parties can contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov for further details.
    Alabama National Cemetery - Gravesite Expansion Phase 3
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a Request for Proposal (RFP) for the "Alabama National Cemetery Gravesite Expansion Phase 3" project located in Montevallo, Alabama. This project aims to expand the cemetery's burial capacity through the construction of new gravesites, columbarium walls, roads, signage, landscaping, and an irrigation system, with a construction magnitude estimated between $20 million and $30 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and will adhere to strict safety and environmental regulations, emphasizing the importance of honoring veterans through high-quality construction. Interested contractors should note that the solicitation is expected to be released on or about January 30, 2026, with proposals due 30 calendar days after publication; for further inquiries, contact Daniel Kinney at daniel.kinney@va.gov or 402-830-4683.
    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.
    Y1EB--512-23-154 Construct Consolidated Boiler Spaces at the Loch Raven VAMC, Baltimore MD.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the construction of consolidated boiler spaces at the Loch Raven Veterans Affairs Medical Center (VAMC) in Baltimore, MD, under Solicitation Number 36C24526R0014. This project involves extensive upgrades, including the construction of a new 5,000 sq ft boiler plant, installation of a low-pressure heating hot water boiler system, and necessary site work, with an estimated construction cost between $20 million and $50 million. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires compliance with various safety and regulatory standards. Proposals are due by January 27, 2026, at 10:00 AM EST, and interested parties should contact Contracting Officer Liana J Holland at Liana.Holland@va.gov for further inquiries.
    Replace Fire Alarm System for Buildings 15, 65, 68, 88, 90, & 93
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to replace the obsolete fire alarm systems in multiple buildings at the Central Alabama Veterans Health Care System located in Tuskegee, Alabama. This project aims to address significant safety risks posed by the current outdated systems, which include an antiquated fiber optic network and lack of campus-wide voice/alarm functionality, with an estimated contract value between $10,000,000 and $20,000,000 and a completion period of 365 days. The procurement is a 100% Set-Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and interested contractors must be SBA-certified and registered in SAM. The solicitation (36C24726R0028) is expected to be posted around January 31, 2026, and for further inquiries, potential bidders can contact Kimberly D Devlin at kimberly.devlin@va.gov or Joyce Powers at joyce.powers1@va.gov.