Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
ID: 36C77625B0047Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF PARKING FACILITIES (Z2LZ)

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 contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.

    Point(s) of Contact
    Joseph RossanoContract Specialist
    (216) 447-8300
    Joseph.Rossano@va.gov
    Files
    Title
    Posted
    The document contains construction plans and specifications for various rooms within a military facility, detailing materials and finishes for walls, ceilings, and floors. It includes a room finish schedule and specifies the use of concrete, masonry, paint, and ceramic tiles, along with specific design elements such as metal frames and shelving. Additionally, it mentions distinct areas like the library, instruction offices, and various utility rooms, highlighting a comprehensive approach to design and material selection for functionality and aesthetics.
    The document outlines revisions and details for soil borings and site specifications for a modernization and addition project at a US Army Reserve Center in Dallas, Texas. Key elements include boring locations, foundation details, and proposed signage with specific design requirements, such as dimensions and colors. The document serves as a reference for construction planning and engineering compliance.
    The document contains drilling logs detailing the specifications and findings from borehole investigations conducted at the U.S. Army Reserve Center in Dallas, Texas. Key data includes total depths drilled into rock, core recoveries, material classifications, and water levels observed during drilling. Additionally, it mentions various drilling parameters and geological characteristics encountered during the process.
    The document outlines a comprehensive list of kitchen equipment, including various dispensers, sinks, cooking appliances, and cleaning systems, along with their respective identification numbers. It also includes notes on design specifications, such as installation heights for dispensers and required clearances above certain fixtures, specifically for a modernization project at a U.S. Army Reserve Center in Texas. Overall, it serves as a detailed reference for equipment and installation standards for the facility's kitchen.
    The document outlines renovation plans for the U.S. Army Reserve Center in Dallas, Texas, detailing the removal and replacement of existing brick veneer, windows, and doors, along with the addition of new facilities such as a kitchen and administrative wing. It specifies construction methods and materials, which include salvaged brick and alum frame windows, to integrate the new structures with existing ones. The diagrams reflect revisions and construction details necessary for the modernization project as outlined by Lawrence D. White Associates, Inc.
    The document outlines structural and architectural details for a construction project, including specifications for built-up roofs on rigid insulation, metal decks, aluminum frame windows, and brick veneer elements. It provides elevation and wall section references for various materials and their installation, along with notes on the integration of construction features such as scuppers, control joints, and coping. Additionally, it contains contractor and drawing information relevant to the project.
    The document appears to be a detailed technical specification for HVAC systems and other mechanical installations in a U.S. Army Reserve Center in Dallas, Texas, created by Lawrence D. White Associates, Inc. It includes various mechanical equipment dimensions, airflow specifications, ductwork details, and installation instructions, indicating a comprehensive structure redesign. Additionally, it contains revisions and a summary of changes made to the original plan, with references to specific engineering drawings and contractor information.
    The document outlines detailed specifications for HVAC systems in the second floor plan of the US Army Reserve Center in Dallas, Texas, including duct sizes, connection points, and equipment installations. Various components such as dampers, grilles, and supply air ducts are mentioned, along with their dimensions and airflow rates. Additionally, modifications and adjustments required for the system are noted to ensure proper functionality and compliance with engineering standards.
    The document outlines specifications for water heaters and plumbing details for a modernization project at a U.S. Army Reserve Center in Dallas, Texas, including models, capacities, and gas input specifications. It emphasizes the need for specific installation instructions, height verifications, and material requirements for drainage and plumbing connections. Additionally, multiple revisions and notes regarding installation practices are provided, along with references to particular engineering drawings and project contracts.
    This document outlines the first-floor plumbing plan for the modernization and addition project at the U.S. Army Reserve Center in Dallas, Texas. It includes details about existing and new plumbing fixtures, mechanical connections, and key references to related drawings and site plans. The project is overseen by the U.S. Army Engineer District, Fort Worth, and involves thorough revisions and updates as of July 1985.
    The document provides as-built drawings and errata for the U.S. Army Reserve Center in Dallas, Texas. It includes details about plumbing and configuration changes, along with contractor information and relevant drawing numbers. The work was submitted by Lawrence D. White Associates, Inc. and involves a modernization project for the reserve center.
    The document outlines specifications for various piping systems, including cold and hot water, drainage, gas, and vent piping, along with detailed measurements and valve types used in the installation. It also includes a section on the revision history, indicating the document was revised as of April 14, 1981, by Lawrence D. White from the U.S. Army Engineer District in Fort Worth. Additionally, it mentions specific construction details for a facility meant to support a 300-member U.S. Army Reserve Center in Dallas, Texas.
    The document outlines construction details for a new kitchen addition and modifications to an existing facility, including specific materials such as copper bellows covers, concrete slabs, metal studs, and various insulation types. It describes multiple structural adjustments, including wall sections, expansion joints, and the removal of existing features like handrails and windows. The project, related to the modernization of a US Army Reserve Center in Dallas, involves detailed specifications and revisions directed by the Corps of Engineers.
    The Department of Veterans Affairs has issued Amendment 0001 to Solicitation 36C77625B0047, effective September 9, 2025. Administered by the Program Contracting Activity Central in Independence, OH, this amendment provides a copy of the Site Visit Sign-In Sheet. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning one copy, acknowledging receipt on each offer copy, or by separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified hour and date may result in rejection of the offer. This document outlines the administrative changes and ensures all terms and conditions of the original solicitation remain in full force and effect, except as modified herein.
    This document is Amendment 0002 to Solicitation Number 36C77625B0047, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The amendment extends the bid due date for offers to October 16, 2025, at 1:00 PM EDT. Additionally, it provides answers to technical questions and includes several attached documents, such as technical questions tracker, miscellaneous details, boring locations, boring logs, enlarged plans, exterior elevations, HVAC plans for the first and second floors, kitchen plumbing, plumbing plans for the first and second floors, riser diagrams, wall sections, and utility documents. This modification ensures all potential offerors receive updated information and an extended period to submit their bids.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically identified by Solicitation Number 36C77625B0047. The primary purpose of this amendment (Amendment/Modification Number 0003) is to extend the bid due date for offers. The original receipt hour and date for offers has been extended to October 23, 2025, at 1:00 PM EDT. Offerors are required to acknowledge receipt of this amendment through specified methods, such as completing and returning copies of the amendment, acknowledging it on their offer copies, or sending a separate communication. Failure to acknowledge the amendment by the revised deadline may result in the rejection of their offer. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0004 to Solicitation 36C77625B0047, issued by the Department of Veterans Affairs, Program Contracting Activity Central, extends the period of performance from 230 to 320 days. This amendment also provides crucial bid opening and call line information for all offerors/bidders. The effective date for this modification is October 16, 2025. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. This action, identified as VA-VHA-RPOC-2025-0059, ensures that potential contractors are fully informed about the revised timeline and access details for bid submission.
    This government solicitation, 36C77625B0047, issued by the Department of Veterans Affairs, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for the Herzog Parking Lot (Minor) Construction project at the Dallas VA Medical Center. The project, valued between $2,000,000 and $5,000,000, requires the contractor to provide all necessary resources to complete the construction in accordance with attached specifications and drawings within 230 calendar days of receiving the Notice to Proceed. Bids are due by October 7, 2025, at 13:00 EDT and must be submitted electronically via email to Amanda Webster and Joseph Rossano. A bid guarantee of 20% of the bid price, not exceeding $3,000,000, is required, along with performance and payment bonds upon award. Technical questions must be submitted in writing by September 17, 2025, at 1:00 PM ET. A formal site visit is scheduled, and all potential bidders are encouraged to attend. Offerors must be certified SDVOSBs at the time of bid submission and award, and registered in the System for Award Management (SAM). The contract will be a Firm-Fixed-Price type, and award will be made to the responsible bidder offering the most advantageous price.
    This special notice, solicitation number 36C77625B0047, is for a minor construction project titled "549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC." The contracting office is the Department of Veterans Affairs, Program Contracting Activity Central, located in Independence, OH. The contact person for this solicitation is Contract Specialist Amanda Webster, whose email is Amanda.Webster@va.gov. The NAICS code for this project is 236220. Additional details are available in an attached "Attendee List" document. This notice serves as a public announcement for an upcoming federal contracting opportunity related to construction services.
    The Department of Veterans Affairs (VA) is preparing to solicit bids for a construction project aimed at developing the Herzog Shuttle Parking Lot at the Dallas Veterans Affairs Medical Center (VAMC). This presolicitation notice outlines that the project will be managed as a Firm-Fixed-Price contract, requiring interested contractors to provide all necessary labor, materials, and equipment for the construction. It includes site preparation, demolition, grading, and drainage work. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), ensuring that only bids from these entities will be considered. The anticipated solicitation release is expected in late July 2025, with a project duration of approximately 200 days and a budget range of $5 million to $10 million. Interested bidders are instructed to direct any questions via email to the designated contact, Contract Specialist Joseph Rossano. This notice serves as an essential step in the procurement process, emphasizing the VA's commitment to supporting veteran-owned businesses while enhancing facilities for veterans' care.
    This document is an Abstract of Offers—Construction for Solicitation Number 36C77625B0047, concerning the "549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC" project. The Department of Veterans Affairs Program Contracting Activity Central (PCAC) issued this solicitation. The abstract details 18 offers received, each including the offeror's name, bid security type and amount (all 20% Bid Bonds), and acknowledgment of 4 amendments. The government's estimate for the project is a reasonable contract (including profit) of $2,399,010.00. The offers range from a low of $2,180,123.00 by B2 CONSTRUCTIORS LLC to a high of $5,053,406.00 by ALLIED. Joseph Rossano, Contracting Officer, certified the opening and recording of all offers on October 23, 2025. This document provides a comprehensive overview of the bids submitted for the construction project.
    The Herzog Shuttle Parking Design project for the US Department of Veterans Affairs in Dallas, TX, involves comprehensive site preparation, demolition of existing structures, and construction of a new parking lot. The project requires strict adherence to VA security, safety, and environmental regulations, including a detailed security plan, controlled access, and proper handling of sensitive information. The contractor is responsible for developing a Critical Path Method (CPM) schedule, cost-loading all activities, and ensuring compliance with all specifications, including those related to electrical installations, earthwork, exterior improvements, and utilities. The project also emphasizes detailed documentation, including as-built drawings and a comprehensive warranty management plan, to ensure long-term functionality and maintenance of the new facilities.
    The “STUDY DESIGN HERZOG SHUTTLE PARKING” project, identified by Contract No. 36C25720D0060 and Project No. 549-919, is for a shuttle parking facility located at 5002 S. Lancaster Rd., Dallas, TX 75216. Issued on March 22, 2024, the project is managed by the U.S. Department of Veterans Affairs, Office of Construction and Facilities Management, with O'Brien Engineering Inc. and OEI-LBL Joint Venture LLC as the Architect/Engineer of Record.The project outlines comprehensive plans for civil, electrical, landscape, and irrigation works. Key civil components include existing site and grading plans, demolition plans, proposed fencing, light poles, paving, pavement marking, signage, grading, drainage, and storm sewer systems. Electrical plans cover demolition, temporary power, new power, single-line diagrams, and panel schedules. Landscape and irrigation plans detail planting schedules, tree requirements, and irrigation systems, including specific tree bubblers and spray irrigation for planting beds and turf. The document emphasizes adherence to codes such as IBC, UL, IEEE, NFPA, and OSHA, requiring all materials and installations to meet or exceed these standards. The project prioritizes safety, minimal disruption to existing facilities, and coordination among trades.
    The Safety Pin document outlines comprehensive risk assessment and control measures for construction, renovation, and maintenance work at the VA North Texas Health Care System's Veterans Resource Center. The project involves building a new parking lot and upgrading the main electrical distribution panel. This is classified as a "Large Scale" activity under the VHA Pre-Construction Risk Assessment (PCRA) and a "Category D" activity under the Infection Control Risk Assessment (ICRA). The project is determined to be a "Categorical Exclusion" for NEPA purposes and requires an Interim Life Safety Measure (ILSM) assessment. Key control measures include excavation safety, dust control, pollution prevention, and adherence to Level II infection prevention and control precautions due to the low patient risk in the adjacent areas, which are primarily outside the building.
    The Environmental Assessment for the William Herzog Memorial USARC in Dallas, Texas, details plans for transferring the property from the U.S. Army to the Department of Veterans Affairs (VA) due to space limitations at the current VA Medical Center. The VA intends to utilize the premises for administrative functions and potentially for primary care clinics, requiring minor renovations and the addition of a new building for emergency preparedness. The assessment concludes that, while some temporary and minor environmental impacts are anticipated, no significant adverse effects are expected on local environmental resources or community services.
    J3 Resources, Inc. conducted a Bulk Asbestos Fiber Analysis by Polarized Light Microscopy (PLM) for VAMC Dallas, Herzog Bldg, on samples received November 24, 2014, analyzed on December 1, 2014, and reported on December 2, 2014. The project, referenced as K1402, involved testing numerous materials including joint compound, wallboard, sealants, cove base mastic, mastic wrap, insulation, ceiling tiles, floor tiles, paint, texture, tape, duct sealant, interior window caulk, CMU block paint/texture, and fire stop. Chrysotile asbestos was detected in several samples, including mastic wrap (5%), interior window caulk (2-3%), floor tile mastic (5%), and various caulk/joint compound samples (3-4%, <1%). Amosite asbestos was found in one insulation sample (2%). Many materials were found to have no asbestos detected, often containing cellulose fiber, fibrous glass, and other non-fibrous materials. The report emphasizes that it relates only to tested materials and recommends TEM confirmation for materials reported as None Detected or <1% asbestos by PLM.
    The document outlines requirements for a comprehensive system, likely a government Request for Proposal (RFP) or grant, focusing on detailed operational and technical specifications. It covers various aspects, including system functionality, user interfaces, data handling, and security protocols. Key components involve robust data processing capabilities, clear presentation of information, and adherence to specific technical standards. The file emphasizes the need for a system that can effectively manage and disseminate information, with provisions for user interaction and data integrity. It details requirements for integration, performance, and maintenance, ensuring the system's longevity and efficiency. Furthermore, the document addresses compliance, reporting, and operational support, underscoring a holistic approach to system development and deployment.
    The VAAR 852.219-75 clause outlines subcontracting limitations for VA contracts, ensuring compliance with 38 U.S.C. 8127(l)(2). Offerors certify adherence to specific subcontracting percentages: 50% for services, 85% for general construction, and 75% for special trade construction, restricting payments to non-certified SDVOSBs/VOSBs. The certification is legally binding, with false statements potentially leading to criminal, civil, or administrative penalties. Contractors must provide documentation to verify compliance upon request, with non-compliance resulting in referral to the VA Suspension and Debarment Committee, fines, or prosecution. Failure to submit the required certification renders an offer ineligible for evaluation and award. This ensures that a significant portion of contract work benefits certified veteran-owned small businesses.
    The Department of Veterans Affairs (VA) is issuing a Justification and Approval (J&A) for Other Than Full and Open Competition for the Herzog Shuttle Parking Lot Minor Construction project at the Dallas VAMC. This justification supports the procurement of specific brand-name construction materials—Motorola Avigilon security camera and monitoring systems and Hirsch Card Reader physical security access control systems. These items are required to maintain standardization with existing systems at the facility, preventing significant duplication of costs and ensuring proper functionality and compatibility. The total project value is estimated between $2,000,000 and $5,000,000. The procurement will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and the J&A will be posted with the solicitation.
    The North Texas HCS Parking Lot Minor Construction project has scheduled an organized site visit for Tuesday, September 9, 2025, at 9:00 AM (CT). Participants will meet at the North Texas Healthcare System, Dallas VA Medical Center, located at 4500 S Lancaster Rd., Dallas, TX 75216. All visitors are instructed to enter through the second gate on Ann Arbor Rd and park in the Liberty parking garage, building #80. Due to limited parking, early arrival or carpooling is recommended. Attendees must check in at the reception in Building 9 (Engineering Building), provide a valid ID, and will be issued a visitor's badge. For further directions, the Engineering office can be contacted at 214-857-1005.
    The bid opening for Solicitation 36C77625B0047, concerning minor construction for the Herzog Shuttle Parking Lot at Dallas VAMC, will be held on October 16, 2025. While bid submissions are due at 1:00 PM (ET), the virtual bid opening will commence at 1:30 PM (ET) via Microsoft Teams teleconference. No in-person attendance will be facilitated. Interested offerors can participate by calling 1-872-701-0185 and entering access code 864 385 944#, or by joining the Microsoft Teams meeting using Meeting ID 286 692 384 724 3 and Passcode TM9ku2GJ. The Teams meeting will open 30 minutes prior to the bid opening for participants to join. This announcement provides essential details for virtual participation in the bid opening.
    The document outlines specifications for the installation of various utility systems, including conductors buried underground and floodlight placements, within the Dallas Army Reserve Training Center. It details materials, construction methods, and dimensions for lawn hydrant facilities, floodlights, and concrete markers. Additionally, it references a change order and various design notes associated with the project.
    The document details construction specifications for a utility and drainage plan at the Dallas Army Reserve Training Center, including the installation of various concrete pipes, manholes, and surface inlets. It specifies dimensions, elevations, materials, and connection details to ensure proper drainage and utility functionality. Additionally, it includes approval and revision information from the U.S. Army Engineer District.
    The document outlines a project to replace 300 feet of existing cold water pipe at an underground armory service in Fort Hood, Texas, with plastic pipe and fittings. It includes technical details such as the type of valves and existing amenities, along with a plot plan and approval information. The project was documented and approved on July 5, 1962, by various officials.
    The document outlines a construction plan involving the removal and replacement of existing infrastructure at AF 7559 Gravel Area, including the abandonment of an old sewer line and installation of new water and sewer lines. Additional work includes compacting existing material for a new access lane and wash rack, as well as applying a hot-mix asphalt topping over existing concrete. The plan is part of a larger project managed by the US Army Engineer District in Fort Worth, Texas.
    The Safety Pin file outlines comprehensive risk assessment and control measures for a large-scale construction project at the VA North Texas Health Care System's Veterans Resource Center. The project involves building a new parking lot and upgrading the main electrical distribution panel. It requires a Pre-Construction Risk Assessment (PCRA), Infection Control Risk Assessment (ICRA), VA Categorical Exclusion (CATEX) for NEPA, and an Interim Life Safety Measures (ILSM) assessment. The PCRA categorizes the activity as "Large Scale" due to its duration and scope, requiring extensive control measures, including excavation, dust, and crane lift plans. The ICRA assesses patient risk as "Low" and the activity category as "D" (Large-scale), leading to a Level II precaution. The CATEX confirms the project as a categorical exclusion for NEPA review, while the ILSM assessment indicates no immediate requirements for Interim Life Safety Measures or Hot Work Permits. This document ensures safety, infection control, and environmental compliance throughout the project.
    The document is a sign-in sheet from a bidwalk for the Herzog Parking Lot project (549-191), held on September 9, 2025, overseen by COR Hemant Mehta at the Engineering Building. It lists various participants along with their titles, services, contact numbers, and emails, although several entries contain incomplete or unclear information. Notably, the sheet highlights significant attendees, including project managers, estimators, and business owners associated with construction services.
    The government file details technical questions and responses for Solicitation #36C77625B0047, "549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC." This Invitation for Bid (IFB) outlines project requirements, working hours (7:30 AM to 4:00 PM, Monday-Friday, with off-hour work for utility shutdowns), and a 320-day period of performance. Key points include: no design-build work, a lump sum bid, 16 hours for badging/training, and no administrative Notice to Proceed (NTP). The project requires ICRA barriers, 9-foot-tall fencing, and confirmation of 124 standard parking spaces. Contractors must provide their own temporary office trailer and are responsible for hazardous material disposal and site cleanup, with the VA handling homeless individual removal. Security camera licenses (ACC 7 Enterprise) are required, and the contractor must provide an appliance-type multiport NVR with 30-day recording capacity. The Project Superintendent can dual-hat as SSHO and Quality Control Manager, but not triple-hat. Geotechnical reports and commissioning are not required. Specific details for bus shelters, signage, and utility connections are also addressed.
    Similar Opportunities
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the expansion of the B330 Staff Parking Lot at the Dayton VA Medical Center, under project number 552-26-502. The project entails constructing an approximately 93,200 square foot gravel parking lot that will accommodate around 320 parking spaces, thereby enhancing the existing staff parking area. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated construction cost ranging from $250,000 to $500,000, and a projected period of performance of 90 calendar days. The solicitation is expected to be posted on SAM.gov around November 14, 2025, with proposals due approximately 30 days thereafter; interested parties should contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov for further inquiries.
    Valet Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Valet Services at multiple locations within the North Texas Health Care System, including Dallas, Fort Worth, and Bonham. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires the contractor to provide professional valet services, including managing vehicle traffic, securing vehicles, and ensuring timely service for disabled veterans and visitors. This service is crucial for enhancing accessibility and convenience at VA facilities, with a contract duration from January 28, 2026, to January 27, 2027, and four optional one-year extensions potentially extending to January 27, 2031. Interested parties should contact Dayna Cantu at dayna.cantu@va.gov or Shannon Hodgson at shannon.hodgson@va.gov for further details, and proposals must adhere to the outlined evaluation criteria and submission deadlines.
    Y1LZ--Project 620-23-102 Repave Parking Lot G at the Montrose VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking bids for Project 620-23-102, which involves repaving Parking Lot G at the Montrose VA Medical Center in New York. This project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requiring contractors to provide all necessary materials, equipment, and personnel to complete the work, which includes general construction, demolition, grading, drainage, and the installation of pole-mounted lighting. The project has a construction magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days from the Notice to Proceed. Interested bidders must be registered in SAM.gov and verified as an SDVOSB, with the solicitation expected to be released around December 9, 2025. For further inquiries, contact Contracting Officer Daniel Barone at Daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project at the West Texas VA Health Care System in Big Spring, Texas. This procurement, set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days, with an estimated project cost between $5,000,000 and $10,000,000. The project is critical for modernizing the facility's data management capabilities, ensuring compliance with federal regulations, and maintaining operational efficiency. Interested bidders must submit their proposals electronically by December 11, 2025, at 12:00 PM EST, and are encouraged to attend a mandatory site visit scheduled for November 18, 2025, to gain a comprehensive understanding of the project requirements. For further inquiries, contact Devin M. Russell at devin.russell@va.gov.
    Z2DA--Resurface Parking Garage C
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting proposals for design-build services to resurface Parking Garage C at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The project aims to restore the structural integrity and surface condition of the garage, addressing issues such as deterioration, drainage improvements, and safety system upgrades. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran entrepreneurs. Interested contractors must submit their technical and price proposals in a two-phase process, with the contract period spanning 730 days, contingent on fund availability. For further inquiries, potential bidders can contact Contracting Officer Ana G. Alvarado at ana.alvarado@va.gov.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.