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.