The Department of Veterans Affairs (VA) is seeking proposals for the PM&R Repair Project #549A-SL-251, a Request for Quote (RFQ) for construction, alteration, or repair services. This project involves remediating water and mold damage in buildings 1 and 29 at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. The scope includes demolition, water mitigation, and build-back services, requiring qualified technicians and a certified mold remediation team. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and is estimated to cost between $100,000 and $250,000. Proposals are due by December 15, 2025, at 1:00 PM CST. Key requirements include past performance, price, safety compliance (OSHA/EPA violations, EMR), and adherence to various federal acquisition regulations and VA-specific clauses. A mandatory site visit is scheduled for November 19, 2025, and RFIs are due by November 25, 2025.
The provided document is a site visit sign-in sheet for the PM&R Repair project in Bonham, TX, held on November 19, 2025, at 1:00 PM Central Time. This sign-in sheet captures attendees from various companies, primarily those involved in restoration, construction, and related services. Key attendees include representatives from Pusoclean Restoration, Landmark Fire & Water, Tri-Link Services, FCI - FORT CON Ins, A.C.E.S, Warrior Dynamics LLC, Grayson Recovery Services, Alterman Electric, Spartan Restoration, VA COR, Monument Construction, Allied Construction, GSR Construction, ATI Restoration, Paul Davis (Delta USA), Page Restoration, and Revell Consulting Services. The document lists their names, companies/titles, email addresses, and phone numbers, indicating a pre-bid or pre-proposal site visit crucial for federal or state government RFPs and grants related to repair and restoration projects.
McLellan Integrated Professional Services, LLC (MIPS) conducted an asbestos survey for the Department of Veterans Affairs Network Contracting Office 17 at the Bonham VAMC – Building 29 – CLC Gym in Bonham, Texas, on May 30, 2025. The survey's objective was to identify accessible asbestos-containing materials (ACM) within areas designated for renovation. Nine bulk samples of suspect materials, including vinyl cove base, wallpaper mastic, sheetrock with joint compound, and roll-out vinyl floor covering with mastic, were collected and analyzed by Cates Laboratories, Inc. using Polarized Light Microscopy (PLM). The results indicated no asbestos in the sampled materials. MIPS clarified that the survey was non-destructive and limited to readily accessible materials, recommending that un-evaluated materials be assumed to contain asbestos until tested. The report emphasizes that its conclusions are based on observed conditions and sampled materials, and it should not be construed as a legal interpretation of environmental, health, and safety regulations. The involved personnel, Sean McLellan and Darren G. Bowden, are licensed asbestos professionals.
The document is a laboratory report from J3 Resources, Inc. detailing asbestos analysis of various building materials for Melissa Kiser of Micro Air of Texas. Samples, including ceiling tiles, mastic, and floor tiles, were analyzed using EPA methods 600/M4-82-020 and 600/R-93/116. The report, identified by J3 Order #: JH0928544, indicates that all tested materials, such as ceiling tiles (white, homogeneous; white/tan, homogeneous) and floor tiles (white, homogeneous; blue, homogeneous) and associated mastic layers (brown, homogeneous; yellow, homogeneous), were found to contain no asbestos constituents. The non-asbestos constituents varied, including fibrous glass, cellulose fiber, and other non-fibrous materials. The report explicitly states that it relates only to the materials tested and is for the exclusive use of the addressed client, not to be reproduced without written approval. It also includes disclaimers regarding the limitations of Polarized Light Microscopy and recommendations for TEM confirmation for certain materials. This report is crucial for informing decisions related to renovation or demolition projects, ensuring compliance with environmental and safety regulations by identifying the absence of asbestos hazards.
The document, dated June 18, 2009, from MICRO AIR OF TE, JOB # J-0801, is a drawing (6 of 7) detailing bulk sample locations within Building 1, 5th Floor, at the VAMC in Bonham, TX. It lists numerous alphanumeric codes (e.g., 01-45, 505A, 500B, 509, 504A, 507, 508, 500C, 503, 510, 502, 501A, 511, 500A, 512, 500, 513, 530, 529, 28A, 526, 527, 525, 524, 528, 515B, 515C, 500F, 514, 500D, 500E, 520, 521, 522, 515A/515, 517A, 516, 517, 518, 519) that correspond to specific bulk sample collection points across the floor plan. This document is crucial for identifying hazardous materials, likely asbestos, prior to any renovation or demolition work within the VAMC facility, ensuring compliance with safety and environmental regulations.
McLellan Integrated Professional Services, LLC (MIPS) conducted a limited mold assessment and developed a Mold Remediation Protocol for the Bonham VAMC – Building 29 – CLC Gym due to water-damaged and fungal-contaminated building materials from a broken HVAC pipe. The assessment, completed on April 25, 2025, identified visible water damage and probable surface fungal contamination in areas like A1011-A and the CLC Gym. The fungal contamination is estimated to be less than twenty-five contiguous square feet, not requiring notification to the Texas Department of Licensing and Regulation. MIPS recommends source identification and repair, asbestos evaluation, and remediation by a licensed Mold Remediation Contractor following IICRC S500 and S520 guidelines. The protocol details containment procedures, personal protective equipment (Level C), and specific remediation steps, including the removal of affected sheetrock, cove base, and vinyl flooring, along with terminal cleaning and treatment of remaining surfaces. Post-remediation fungal samples will be collected to verify effectiveness before reconstruction.
The Veterans Health Administration (VHA) has developed a comprehensive Moisture and Mold Management Program (M3P), adapted from Kaiser Permanente's Water Intrusion and Mold Management (WIMM) Program. This program outlines policies and procedures for preventing and responding to water intrusion and mold growth in VHA facilities. It includes a pre-lease checklist for moisture control, detailed guidance on managing moisture entry, accumulation, and removal across various building components (envelope, roof, windows/doors, rooms, and systems). The M3P also establishes a structured approach for reporting, assessing, and responding to water intrusion and mold incidents, categorizing responses based on water type (clean, gray, black) and patient risk levels. The program defines roles and responsibilities for a WIMM team, emphasizes prompt action to mitigate health risks and facility damage, and provides appendices with definitions, guidelines for consultants, assessment checklists, and relevant references. The overall goal is to maintain a safe environment for patients, visitors, and employees by effectively managing moisture and mold.
Amendment 0001 to solicitation 36C25726Q0099, "Repair PM&R and Bldg.1 5th FLR," addresses critical updates and clarifications for offerors. The amendment includes RFI responses, a site visit sign-in sheet, asbestos reports for Building 1 and another unspecified building, a mold assessment report for Building 29, a Building 1 location map, and the VA Moisture and Mold Program. Key clarifications cover detailed scopes of work, contractor responsibilities for equipment removal and storage, material specifications (e.g., paint instead of wallpaper, specific flooring types), and requirements for mold remediation certification. The document also provides guidance on work hours, containment, utility shutdowns, hazardous material disposal, and a list of required submittals, all coordinated with the COR and VA for approval.
Amendment 0002 for Solicitation Number 36C25726Q0099, concerning the repair of PM&R and Building 1's 5th floor for the Department of Veterans Affairs, extends the deadline for offer submissions. Issued by the Department of Veterans Affairs, Network Contract Office 17, this amendment moves the receipt of offers date from December 15, 2025, to January 5, 2026, at 1:00 PM CST. This extension is primarily due to the Christmas and New Year holidays. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their bids are considered.