Z2DA--Replace MRI 1.5T
ID: 36C24626B0001Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    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.

    Point(s) of Contact
    Michael R ProctorContract Specialist
    Michael.Proctor2@va.gov
    Files
    Title
    Posted
    The Durham VA Healthcare System requires the replacement of a 1.5T MRI unit, specifically focusing on the installation of Radio-Frequency-Interference (RFI) Shielding Doors and frames as outlined in Addendum 01 of project 558-CSI-400. This section details the requirements for RFI shielding doors, including related work, applicable publications, submittals, quality assurance for manufacturers and installers, delivery, storage, handling, and warranty information. The doors must be factory-assembled, provided by the RFI Shielding provider, and compatible with the existing Physical Access Control System (PACS). Key specifications include a minimum Sound-Transmittance Class of STC-40 and specific radiofrequency shielding attenuation levels for electric and magnetic fields. Installation must follow manufacturer instructions, ensuring non-ferrous anchors and fasteners, proper alignment, and protection of the installed components.
    This amendment to solicitation 36C24626B0001, for the replacement of a 1.5T MRI machine at the Department of Veterans Affairs, addresses vendor questions and extends the bid due date to January 13, 2026. Key information includes confirmation that the new MRI system has not yet been procured by the VA, the site visit was not mandatory, and the floor in Room FG184B is not recessed but has a built-up floor that needs removal. The amendment also clarifies requirements for RF shielding around a pillar, states that CAD files will be provided to the awarded contractor, and specifies a side delivery for the MRI magnet. Furthermore, it details responses regarding site safety personnel requirements, fire alarm and DDC control systems, data outlet specifications, and PACS system integration. The VA will not accept one person to cover Superintendent, Site Safety & Health Officer, and QC roles. An oxygen monitoring system is not in scope, and a new chiller will be provided by the manufacturer. Contractors are responsible for verifying MRI power supply compliance. The document also provides specific details on fire sprinkler rerouting during demolition and the approximate floor-to-deck height.
    The Department of Veterans Affairs, Network Contracting Office 6, issued a presolicitation notice for project 558-CSI-400, to replace a 1.5T MRI at the Durham VA Medical Center in Durham, NC. This requirement involves professional construction services for the removal of the current MRI and preparation of Room 2 (FG184B) for the installation of a new 1.5T MRI. The estimated construction magnitude ranges from $500,000 to $1,000,000. This will be a Total Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside, requiring offerors to be registered and certified in the SBA database. The solicitation, an Invitation for Bids (IFB), is anticipated to be issued around November 18, 2025, with offers due approximately 49 days later. All solicitation materials and amendments will be available on the System for Award Management (SAM) Contract Opportunities website. A single site visit will be scheduled, with details provided in the solicitation. Interested vendors must be registered in SAM and the SBA Certification Database to be eligible for award. Questions should be directed via email to Contract Specialist Michael Proctor at Michael.proctor2@va.gov.
    This government solicitation, number 36C24626B0001, is an Invitation for Bid (IFB) for construction, alteration, or repair services at the Department of Veterans Affairs. The project, "Replace MRI 1.5T in Building 1" (Project 558-CSI-400), is a Total SDVOSB Set-Aside with a magnitude between $500,000 and $1,000,000. It involves replacing an MRI machine in Durham, NC, including RF shielding, fire sprinklers, HVAC, power, and data outlets. A mandatory site visit is scheduled for December 2, 2025, with questions due by December 7, 2025. Sealed bids are due on January 6, 2026, at 11:00 AM EST, and will be publicly opened at the Hampton VA Medical Center. The contractor must complete the project within 250 calendar days after receiving notice to proceed, with work performed during the second shift (4:00 PM - 12:00 AM, Monday-Friday) to minimize disruption. The document outlines detailed instructions for bid preparation, safety regulations, and general conditions, including compliance with various federal acquisition regulations and VA standards.
    This Sources Sought Notice from the Department of Veterans Affairs (VA) Network Contracting Office 6 (NCO 6) is a market research request for qualified vendors to provide construction services for replacing a 1.5T MRI machine at the Durham VA Medical Center. The scope of work includes professional construction services for preparing Room 2 (FG184B) for the removal of the old MRI and installation of a new one, erecting barriers for infection control, repositioning utilities, and removing/installing a temporary weatherproof wall for equipment access. Architectural, mechanical, electrical/telecommunications, plumbing, and fire protection modifications are detailed. The anticipated magnitude of construction is between $500,000 and $1,000,000, with a 250-day performance period. The VA seeks responses from interested parties, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs), by September 19, 2025, to determine the appropriate acquisition strategy.
    The Durham VA Health Care System is undertaking Project No. 558-22-155 to replace its 1.5T MRI equipment. This project involves comprehensive general construction, including demolition, site preparation, and the installation of new MRI equipment. Key considerations include ensuring adequate shielding, structural integrity, and flood prevention measures. The project requires strict adherence to safety and security protocols, including employee badging, controlled site access, and careful management of sensitive information. The contractor is responsible for maintaining existing utility services, fire protection systems, and communications systems with minimal disruption. Detailed project schedules using the Critical Path Method (CPM) are mandatory, requiring monthly updates and cost loading for all activities. The contractor must also provide a warranty management plan, as-built drawings, and extensive training for VA personnel on the new equipment. The overall goal is to modernize the MRI facility while maintaining continuous healthcare operations and adhering to stringent government regulations.
    This government file details architectural plans, demolition requirements, and new construction specifications for replacing a 1.5T MRI machine at the Durham VA Health Care System. The project, referenced as 558-CSI-400, involves extensive demolition of existing walls, flooring, ceilings, and RF shielding in the MRI Exam, MRI Scan, Control, and Equipment rooms (FG184A, FG184B, FG184, FG184C). New construction includes specialized Radio-Frequency (RF) copper shielding wall, floor, and ceiling panels, acoustical insulation, and various wood and metal stud framing. The document outlines material specifications for walls, insulation, flooring, and ceiling systems. It also includes a door schedule for RF-shielded doors and an equipment schedule listing Siemens MRI components (Imaging Machine, Electronics Cabinet, SEP Cabinet, UPS with Battery). General construction and demolition notes emphasize maintaining existing finishes where possible, repairing disturbed areas, and coordinating with other trades for plumbing, HVAC, and electrical work. The overall purpose is to modernize the MRI facility with updated equipment and enhanced shielding, ensuring safety and functionality.
    Addendum No. 1 for project 558-CSI-400,
    The document details a pre-bid conference and site visit for Project No. 558-CSI-400, titled "Replace MRI 1.5T - 36C24626B0001," held on December 2, 2025, at 10:00 AM EST at the Durham VAMC. The purpose of this event was to gather potential contractors and stakeholders for an upcoming project involving the replacement of an MRI 1.5T system. Key personnel involved include Contracting Officer Alice Custis, Contract Specialist Michael Proctor, and COR Brian Richardson. The attendance list includes representatives from various organizations such as Contego, Riley Contracting, Convergint, AIM Services, Electrical Companies, XEC, FAB Electrical Contractors, and Wilson & Cofield Electric, indicating diverse interest in the project. This meeting served as a crucial step in the federal government's RFP process for this significant medical equipment upgrade.
    Lifecycle
    Title
    Type
    Z2DA--Replace MRI 1.5T
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    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.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.
    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.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Affairs Medical Center, is seeking proposals for the procurement of a new Cardiovascular Radiographic/Fluoroscopic (R/F) System to replace outdated equipment in its catheterization lab. This system is essential for performing various vascular and interventional procedures, requiring advanced imaging capabilities, including specific gantry dimensions, rotation ranges, and integration with existing VA imaging systems. The procurement emphasizes the importance of enhanced patient care and operational efficiency, with a focus on security and connectivity requirements, including DICOM compliance and encrypted hard drives. Interested vendors should contact Teresa Rogofsky at teresa.rogofsky@va.gov for further details, with proposals due by the specified deadline.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    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.
    Z1DA--Construct Mobile Imaging Pad 540-24-104 Clarksburg, WV VAMC
    Veterans Affairs, Department Of
    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.
    Y1JZ--558-23-155 Generator Exhaust Modification GC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Generator Exhaust Modification project at the Durham VA Medical Center, specifically aimed at enhancing the exhaust system for three diesel generators located in Building 18. The project entails general construction, alterations, and the installation of new rooftop exhaust fans, with a focus on rerouting exhaust away from air handling unit intakes and building windows to address existing deficiencies. This initiative is crucial for maintaining operational safety and compliance with various federal and local codes, ensuring minimal disruption to the medical center's ongoing operations. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should note that bids are due by February 5, 2026, with an estimated construction budget between $500,000 and $1,000,000. For further inquiries, contact Elaine B. Belber at Elaine.Belber@va.gov.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.