549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
ID: 36C25726Q0099Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project #549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1DA--Project 549A4-21-703 EHRM Training and Admin build
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the EHRM Training and Admin Support Space project (Project Number 549A4-21-703) at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. This project involves the renovation of four rooms to create temporary EHRM classrooms and an office, including asbestos abatement, interior demolition, and installation of new HVAC equipment and finishes. The procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 236220, with a contract value estimated between $500,000 and $1 million. Interested contractors must submit their proposals by January 15, 2026, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov for further information.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of Domiciliary hallways and patient rooms at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 549A4-22-221. The project encompasses approximately 61,500 gross square feet of architectural upgrades, including the installation of new finishes for floors, walls, and associated interior elements, while ensuring minimal disruption to ongoing medical operations. This competitive procurement is set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB), with an estimated project value between $1,000,000 and $5,000,000 and a performance period of 180 days post-Notice to Proceed. Interested contractors must submit their proposals by January 27, 2026, and can direct inquiries to Procurement Technician Cassandra S. King at Cassandra.King@va.gov.
    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.
    36C25726R0011 | CTX 674-16-016 - Remodel Amphitheater
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contract Office 17, is soliciting bids for the remodel of the Amphitheater at the Olin E. Teague Veterans Medical Center in Temple, Texas, under solicitation number 36C25726R0011. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems, with an estimated construction magnitude between $2,000,000 and $5,000,000. Proposals are due by January 12, 2026, at 10:00 AM CST, and interested contractors must acknowledge receipt of amendments to avoid rejection of their proposals. For further inquiries, contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    4120--Repair HVAC Dampers - Project 671-22-133 (VA-26-00010045)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the repair and replacement of HVAC dampers at the Audie L. Murphy VA Hospital in San Antonio, Texas, under Project 671-22-133. The project aims to enhance air quality by providing all necessary labor, materials, tools, and supervision for the installation and repair of dampers, ensuring compliance with VA specifications and applicable regulations. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses, with a project magnitude estimated between $1,000,000 and $2,000,000. Interested parties should prepare for a Request for Proposal expected to be posted on or about December 5, 2025, and may contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or 210-240-6838 for further information.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center, with a project value estimated between $5 million and $10 million. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the contractor to provide all necessary labor, materials, and supervision to replace various types of windows while ensuring compliance with current energy efficiency standards and building codes. This project is critical for maintaining the operational integrity of the medical facility, which serves veterans, and emphasizes safety and regulatory compliance throughout the construction process. Interested parties must submit their proposals by January 22, 2026, and can direct inquiries to Contracting Officer Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    36C25726R0032_2 674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Consolidate Engineering Building 17 project at the Doris Miller VA Medical Center in Waco, TX. This project involves the reconfiguration and renovation of an existing laundry facility into offices and shops for engineering staff, including significant upgrades to electrical, mechanical, plumbing, and IT systems. The contract is set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated construction magnitude between $5 million and $10 million. Proposals are due by January 27, 2026, following a mandatory site visit on December 30, 2025, and interested parties can contact Senior Contract Specialist Rhonda Richardson at rhonda.richardson5@va.gov for further details.
    J041--36C25725R0097 | 549-820E Renovate CUP Scrubbers | Need Date: 11/11/2025
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for the renovation of the cooling towers' filtration system at the Dallas VA Medical Center, under project number 549-820E, titled "Renovate CUP Scrubbers." This project entails comprehensive inspection and necessary repairs of the existing pump, suction piping, and blowdown section to ensure compliance with current standards and codes. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project value between $250,000 and $500,000. A Request for Proposal (RFP) is expected to be issued around December 31, 2025, with responses due by January 27, 2026, and a site visit scheduled for January 7, 2026, at 10:00 AM CDT. For further inquiries, interested parties may contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.
    Y1DA--549-SL-161 NRM Main Entrance Sidewalk/Driveway Repair Garland
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Main Entrance Sidewalk/Driveway Repair project at the Garland VA Medical Center in Texas. The project involves using polyurethane foam to lift and stabilize sinking concrete sidewalks and driveways at the main entrance, addressing tripping hazards and applying joint sealants to prevent water infiltration. This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a NAICS code of 238110 and a small business size standard of $19.0 million, and the project's magnitude is less than $25,000. Interested parties should prepare for a Request for Quote (RFQ) expected around January 19, 2026, with responses due by February 16, 2026, at 10 AM Central Time; for further inquiries, contact Contract Specialist Eileen Myers at Eileen.Myers@va.gov or Contracting Officer Rhonda Richardson at Rhonda.Richardson5@va.gov.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.