C1DA--Relocate Behavioral Health Phase 2 PN: 589A4-26-103
ID: 36C25525R0039Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES (C1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services for the "Relocate Behavioral Health Phase 2" project at the Harry S Truman Veterans Affairs Medical Center in Columbia, Missouri. The project aims to establish a state-of-the-art outpatient behavioral health clinic, encompassing approximately 15,000 square feet with various functional spaces, while ensuring minimal disruption to existing healthcare operations, particularly for patients with PTSD. This opportunity is exclusively available to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a project budget estimated between $5 million and $10 million, and qualifications must be submitted on Standard Form 330 by February 28, 2025. Interested parties can contact Contracting Officer Jeanette Mathena at jeanette.mathena@va.gov or by phone at 913-946-1129 for further details.

    Point(s) of Contact
    Jeanette MathenaContracting Officer
    (913) 946-1129
    jeanette.mathena@va.gov
    Files
    Title
    Posted
    The presolicitation notice outlines a Request for Architect and Engineering (A/E) services for the "Relocate Behavioral Health Phase 2" project at Harry S Truman VAMC in Columbia, MO. The project aims to create a state-of-the-art outpatient behavioral health clinic, covering approximately 15,000 square feet and including various functional spaces such as group rooms, offices, and restrooms. This opportunity is solely for Service-Disabled Veteran Owned Small Business (SDVOSB) firms. Firms interested must submit their qualifications on Standard Form 330 by February 28, 2025, with a selection based on professional qualifications, specialized experience, capacity to accomplish the work, past performance, location, and reputation in the architecture and engineering community. The anticipated design duration is approximately 310 calendar days, with the project budget ranging from $5 million to $10 million. The A/E firm must demonstrate compliance with VA standards and maintain minimal disruption to existing healthcare operations during construction, particularly as it involves patients with PTSD. This document highlights the VA's commitment to providing quality facilities for veterans while promoting competition among qualified firms, ensuring compliance with governmental regulations throughout the project lifecycle.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z2DA--Tuck Point and Seal Ambulatory Care Addition of Bldg 1 PN:589A4-23-103,
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Tuck Point and Seal project at the Ambulatory Care Addition of Building 1, located at the Harry S. Truman Veterans Affairs Medical Center in Columbia, Missouri. The project involves the removal and replacement of existing sealants, brick-and-mortar repairs, and cleaning and painting of designated areas, all while ensuring continued access for VA patients during construction. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated project value between $1,000,000 and $2,000,000, and a duration of 300 calendar days from the Notice to Proceed. Interested contractors must register in the System for Award Management (SAM) and the SBA VetCert databases, with solicitation documents expected to be available around February 13, 2025, and proposals due by March 17, 2025. For further inquiries, contact Contract Specialist James Petrik at james.petrik@va.gov or 913-946-1143.
    C1DA--Correct MHEOCC Deficiencies Bldg 170 (VA-25-00019512)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to address deficiencies in Mechanical, Heating, and Electrical systems at Building 170 of the Salem VA Medical Center. The project aims to enhance the infrastructure of mental health facilities, ensuring compliance with VA and federal standards through design, planning, and construction services. This initiative is critical for improving service delivery in veterans' healthcare facilities, reflecting the VA's commitment to quality care. Interested firms must submit their Standard Form 330 by March 4, 2025, at 10 AM Eastern Time, and can contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov or 757-251-4073 for further information.
    C1BG--687-25-701 EHRM Infrastructure Upgrades Tier 2 Data Center Design - Walla Walla, WA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services for the EHRM Infrastructure Upgrades project at the Jonathan M. Wainwright Memorial VA Medical Center in Walla Walla, WA. This project, which has an estimated construction value of $12,612,000, involves significant infrastructural enhancements, including the demolition of Building 75 and the construction of a new data center to support the Electronic Health Record Modernization (EHRM) system. The selected firm will be responsible for developing comprehensive construction documents while ensuring compliance with VA standards and sustainability goals, particularly in relation to historic preservation due to the site's location within the Fort Walla Walla Historic District. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their qualifications via Standard Form 330 by March 7, 2025, and can direct inquiries to Contract Specialist Hope Sigala at Hope.Sigala@va.gov or by phone at 216-447-8300.
    Z2JZ--Jefferson Barracks St Louis Completion Contract
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Jefferson Barracks St. Louis Completion Contract, focusing on construction projects at the Veterans Affairs Medical Center in St. Louis, Missouri. The primary objective is to engage a general contractor, specifically a Service Disabled Veteran Owned Small Business, to complete approximately 38 essential construction tasks across various areas of the facility. This project is significant as it aims to enhance the infrastructure supporting veteran services, with a revised NAICS code of 236220 and a size standard of $45 million. Proposals must be submitted electronically by February 10, 2025, and interested contractors can contact Contracting Officer Krystal Glasper at krystal.glasper@va.gov for further information.
    C1DA--Renovate Patient Restrooms
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to undertake the renovation of patient restrooms at the Salem VA Medical Center in Virginia. This project, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requires comprehensive engineering services, including site investigations, design work, and compliance with VA and Architectural Barriers Act Accessibility (ABAA) standards for 18 restrooms. The renovation aims to enhance the healthcare environment for veterans, ensuring facilities meet necessary accessibility and safety standards. Interested firms must submit their SF-330 qualifications by 9:00 AM EST on February 18, 2025, to the primary contact, Chanel Johnson, at chanel.johnson@va.gov.
    C1DA--590-25-108 Replace Nurse Call (VA-25-00016090)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineering (A/E) firms to submit Standard Form 330 (SF 330) qualification packages for Project 590-25-108, which involves the replacement of the Nurse Call system at the Hampton VA Medical Center in Virginia. The project aims to enhance patient-staff communication through the installation of a modernized nurse call system across multiple buildings within the facility, with an estimated construction cost ranging from $5 million to $10 million. This initiative underscores the VA's commitment to improving healthcare services and ensuring compliance with established guidelines, emphasizing the importance of specialized experience in similar projects. Interested firms must submit their qualifications by 10:00 am EST on February 26, 2025, to the designated Contract Specialist, Shannon Brown, at shannonmarie.brown@va.gov, as no proposals will be accepted at this stage.
    C1DA--598-432 | Imaging Center Design | NLR, AR | Elias/Hairston
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified architect-engineering firms for the design of a new imaging center at the Eugene J. Towbin Health Center in North Little Rock, Arkansas. The project aims to enhance healthcare services for veterans by expanding the existing facilities to accommodate various imaging modalities, ensuring compliance with current VA design standards. This initiative is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a total construction budget estimated between $10 million and $20 million, and a completion timeline of 365 days from the award date. Interested firms must submit their qualifications using Standard Form (SF) 330 by February 10, 2025, and can direct inquiries to Contract Specialist Mario Hairston at mario.hairston@va.gov or by phone at 216-447-8300.
    C1DZ--PN: 568A4-24-210, AE Renovate TR House {HS/PR} Full Brooks Act {One Step}
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms for the renovation of transitional residence houses at the Hot Springs/Pine Ridge Health Care System in South Dakota. The project, identified as PN: 568A4-24-210, aims to address significant renovation needs for aging facilities, including updates to the Hot Springs TR House, built in 1920, and the Pine Ridge TR House, which has not been renovated since 2003. This initiative is crucial for maintaining and improving living conditions for veterans, with an estimated construction cost ranging from $1 million to $2 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their qualifications by March 3, 2025, and can contact Contracting Specialist Michael B. Warrick at michael.warrick@va.gov or (402) 996-3534 for further details.
    C1DA--Project 534-23-102 A/E Replace Roofs Phase 2 (VA-25-00027988)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide professional services for the replacement of roofs at the Ralph H. Johnson VA Health Care System in Charleston, SC, under Project 534-23-102. The objective of this procurement is to address roofs that have reached the end of their useful life, improve thermal insulation for energy efficiency, and ensure compliance with seismic and drainage standards. This initiative is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the VA's commitment to supporting veteran-owned enterprises while modernizing its facilities. Interested firms must submit their qualifications using the SF 330 form by March 10, 2025, with an estimated contract value between $1 million and $5 million. For further inquiries, contact Kenyon E. Dulaney at Kenyon.Dulaney@va.gov or (470) 882-2776.
    Z2DA--675-22-706A EHRM Infrastructure Upgrades Construction Viera VA Clinic
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the construction of EHRM Infrastructure Upgrades at the Viera VA Medical Center in Florida, with an estimated contract value between $2 million and $5 million. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to modernize the clinic's infrastructure to enhance electronic health record management, requiring contractors to provide all necessary tools, labor, and materials in accordance with specified guidelines. Interested bidders must adhere to a completion timeline of 455 calendar days post-award, with a deadline for offers extended to February 25, 2025, at 12:30 PM EST. For further inquiries, potential offerors can contact Contract Specialist Sharese H McKinney at sharese.mckinney@va.gov.