Y1DA--EHRM Infrastructure Upgrade Construction - Mountain Home
ID: 36C77624B0024Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

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 EHRM Infrastructure Upgrade Construction project at the Mountain Home Veterans Affairs Medical Center in Independence, Ohio. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves comprehensive upgrades to the electronic health records infrastructure, including general construction, demolition, and installation of new mechanical, electrical, fire protection, plumbing, and information technology systems across multiple buildings. The estimated construction cost ranges from $20 million to $50 million, with a performance timeline of 730 calendar days following the Notice to Proceed. Interested bidders must submit their proposals electronically and participate in a scheduled site visit, with all inquiries directed to Contract Specialist Samuel Cornwell at Samuel.Cornwell@va.gov or by phone at 216-447-8300. Key deadlines for proposal submissions and amendments are outlined in the solicitation documents.

    Point(s) of Contact
    Samuel CornwellContract Specialist
    (216) 447-8300
    Samuel.Cornwell@va.gov
    Files
    Title
    Posted
    This document is Amendment 0002 to Solicitation Number 36C77624B0024, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The amendment, effective July 22, 2025, modifies the original solicitation dated June 6, 2025. Its primary purposes are to provide Attachment 12 (Redacted Brand Name Justification), incorporate VAAR 852.236-90, provide updated Attachment 8 Wage Rates, remove FAR 52.211-6, and provide information regarding the transition from VetCert to Small Business Search (SBS). Key revisions include updating the SDVOSB SET-ASIDE language to require certification in SBS at the time of offer submission and award, and mandating joint ventures to provide a copy of their agreement and certification. VAAR 852.236-90 restricts the use of equal products, specifying that only brand name products listed in Attachment 12 will be authorized. Offers must acknowledge this amendment to avoid rejection.
    Amendment 0003 to solicitation 36C77624B0024, issued by the Department of Veterans Affairs, extends the proposal due date from July 30, 2025, to August 8, 2025, at 13:00 EDT. This modification ensures all offerors are aware of the new deadline, allowing sufficient time for proposal submission. The amendment, administered by the VA Program Contracting Activity Central, is a standard adjustment to the bidding process, maintaining the integrity and compliance of federal contracting procedures. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0004 to Solicitation 36C77624B0024, issued by the Department of Veterans Affairs, extends the proposal due date from August 8, 2025, to August 21, 2025, at 13:00 EDT. This modification, signed by Contracting Officer Joseph Rossano, ensures all other terms and conditions of the original solicitation remain unchanged. The amendment is crucial for bidders, requiring acknowledgment of the new deadline to ensure their offers are considered.
    Amendment 0005 to solicitation 36C77624B0024, issued by the Department of Veterans Affairs, updates a federal government RFP. Key changes include the issuance of a technical question tracker, the replacement of FAR By Ref Clause 52.222-55 DEV 2023 with FAR 52.222-55 JAN 2022 due to the rescission of Executive Order 14026, and revisions to Attachment 10, alongside the addition of Attachment 12, which must be submitted with bids. The amendment also extends the offer receipt date, and all terms and conditions of the original document remain in effect. This modification ensures compliance with updated regulations and provides essential documents for the bidding process.
    Amendment 0006 to Solicitation Number 36C77624B0024, issued by the Department of Veterans Affairs, Program Contracting Activity Central, provides conformed copies of specifications and drawings for the Mountain Home EHRM project. The amendment, dated August 11, 2025, and effective June 6, 2025, extends the offer receipt deadline. It includes Revised Drawings and Revised Specs for Mountain Home EHRM, both in Volumes 1 and 2. This modification ensures all offerors have the latest documentation for the project, with Joseph Rossano as the Contracting Officer.
    Amendment 0007 modifies solicitation 36C77624B0024 by providing corrected conformed copies of specification volumes 1 and 2, and drawings volume 2. Additionally, due to the removal of specification section 28 31 00, the requirement for a brand name fire alarm system, as previously stated in Attachment 12 – Redacted Brand Name Justification from Amendment 0002, has been removed. Offerors are instructed to disregard the brand name fire alarm system requirement. All other terms and conditions of the original solicitation remain unchanged. Offers must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on the offer submitted, or by separate letter or electronic communication referencing the solicitation and amendment numbers. The Department of Veterans Affairs, Program Contracting Activity Central, issued this amendment.
    Amendment 0008 to Solicitation 36C77624B0024, issued by the Department of Veterans Affairs, extends the proposal due date. The new deadline for offer submissions is August 28, 2025, at 11:30 AM EDT. This modification, signed by Joseph Rossano, Contracting Officer, is a standard amendment to a federal government Request for Proposal (RFP), ensuring offerors have additional time to prepare and submit their bids. All other terms and conditions of the original solicitation remain unchanged.
    This document is Amendment 0009 to Solicitation Number 36C77624B0024, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The amendment, effective August 21, 2025, extends the deadline for offers and releases an updated technical question tracker related to the Mountain Home EHRM project. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, returning copies, acknowledging on the offer, or sending a separate communication. Failure to acknowledge may result in rejection of the offer.
    This document, Amendment 0010 to Solicitation 36C77624B0024 issued by the Department of Veterans Affairs, Program Contracting Activity Central, extends the deadline for offers and provides essential dial-in information for the bid opening. The amendment specifies that the bid opening will occur on August 28, 2025, at 11:45 AM ET, via Microsoft Teams, and includes the Meeting ID and Passcode. Offerors must acknowledge receipt of this amendment to ensure their bids are considered. This modification ensures all potential contractors have the necessary details to participate in the bidding process, adhering to federal acquisition regulations.
    This document, Amendment 0011 to Solicitation 36C77624B0024, issued by the Department of Veterans Affairs, Program Contracting Activity Central, on August 28, 2025, serves to amend the original solicitation. The primary purpose of this amendment is to issue the redacted bid abstract and the attendee list from the bid opening. This amendment clarifies that offers must acknowledge receipt by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. It explicitly states that the hour and date for receipt of offers are not extended. The document is signed by Joseph Rossano, Contracting Officer, and includes references to the attached Bid Opening Attendees List and the Redacted Bid Opening Abstract Statement - Mountain Home EHRM.
    The Department of Veterans Affairs is preparing to solicit bids for a Firm-Fixed-Price contract for EHRM Infrastructure Upgrades at the James H. Quillen VAMC in Mountain Home, TN, with a project cost ranging from $20 million to $50 million. This total Service-Disabled Veteran-Owned Small Business set-aside contract will involve site preparation, demolition, and installation of various infrastructure systems over approximately 730 days, following issuance in mid to late August 2024. Interested parties must submit questions in writing to the designated contracting specialists.
    The federal request for proposals (RFP) is for the EHRM Infrastructure Upgrades project at the James H Quillen VA Medical Center in Mountain Home, TN. This project is set aside for competitive bidding from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes general construction, demolition, and the installation of a fully operational electronic health records infrastructure system. The estimated construction cost ranges from $20 million to $50 million, with performance required within 730 calendar days after the Notice to Proceed. Potential bidders must be certified SDVOSBs and registered in the System for Award Management (SAM). They must submit bids electronically and participate in a scheduled site visit. Essential bid documents include performance and payment bonds, which must be submitted as part of the bid. The solicitation emphasizes compliance with construction wage rate standards, the Buy American Act, and other federal provisions. The proposal process involves several critical steps, from bid guarantee requirements to technical questions submission, ensuring that all bidders adhere to specified conditions and timelines to maintain validity and responsiveness of their bids.
    This document is an amendment (0002) to a solicitation issued by the Department of Veterans Affairs (VA) pertaining to a program related to Service-Disabled Veteran-Owned Small Business (SDVOSB) set-asides. The amendment serves multiple purposes: it introduces updated wage rates, provides a redacted brand name justification, and modifies the solicitation to reflect changes in certification authority from VetCert to the Small Business Search (SBS). Notably, it stipulates that all SDVOSB offerors must be listed as certified in the SBS at the time of offer submission and award; failure to meet this requirement will result in bids being deemed non-responsive. The amendment also includes revised proposal requirements for joint ventures, necessitating specific documentation to validate compliance with regulatory standards. Additionally, it restricts the usage of equal products for certain items, emphasizing a preference for brand name products as justified in the associated attachment. Overall, this amendment aims to clarify criteria for bidders and ensure compliance with updated certification processes in procurement activities within the VA.
    The document is an amendment (0003) to a solicitation by the Department of Veterans Affairs (VA), specifically from the Program Contracting Activity Central. Its primary purpose is to notify potential offerors about an extension of the proposal due date from July 30, 2025, to August 8, 2025, at 1:00 PM EDT. The amendment requires confirmation of receipt by the offerors and outlines several methods for acknowledgment. It also specifies the administrative modifications related to the existing contract/order number referenced in the document. While the document indicates that all terms remain in effect except for the changes outlined, it emphasizes the importance of compliance for submissions to avoid rejection. The overall intent demonstrates the VA's ongoing commitment to ensuring adequate time for bidders to respond to contractual opportunities while adhering to federal procurement standards.
    The James H. Quillen VA Medical Center in Johnson City, TN, issued a Request for Proposal (RFP) for EHRM Infrastructure Upgrades. This comprehensive project, managed by Bancroft Architects + Engineers, involves a complete overhaul of the medical center's electronic health records infrastructure. The scope includes extensive demolition and removal of existing mechanical, electrical, fire protection, plumbing, and information technology systems, followed by the installation of new, fully operational systems. The project encompasses various divisions, from general requirements and existing conditions to masonry, wood, thermal and moisture protection, openings, finishes, specialties, fire suppression, plumbing, HVAC, electrical, communications, electronic safety and security, earthwork, and exterior improvements. Detailed drawing sheets are provided for civil, hazardous materials, architectural, fire suppression, plumbing, mechanical, electrical, and telecommunications aspects, spanning numerous buildings within the medical center. Safety requirements and site visit protocols are also outlined, emphasizing a commitment to modernizing facilities while prioritizing safety and compliance.
    The James H. Quillen VA Medical Center's Project 621-22-700 involves descoping specific construction elements from various buildings. In Building 160, Fourth Floor, all trades are descoped except for electrical and A/B path fiber backbone cabling for TRN4616 (relocated to IT Room N4537) and TR P4128. This electrical work includes normal and emergency circuits, grounding, vertical rack PDUs, Zonit PDUs, and UPS units. For Building 200, all trades are descoped in numerous rooms on the First and Second Floors, including specific
    An organized site visit for the Mountain Home EHRM Infrastructure Construction project is scheduled for Monday, June 23, 2025, at 1:00 PM EST. Participants are to meet at the James H. Quillen VAMC, Building 37, Conference Room W103, located at the Corner of Lamont & Veterans Way, Mountain Home, TN 37684. Detailed directions for accessing the campus, proceeding to the main hospital entrance, and locating visitor parking are provided. Further instructions guide attendees from the visitor parking lot to Building 37 and Conference Room W103, emphasizing the need to inquire at the reception desk. This site visit is a critical component of the federal government's Request for Proposal (RFP) process for the EHRM infrastructure project, facilitating on-site evaluation and understanding of the project scope.
    RFI #39 outlines the pricing requirements for Work Area Outlets, detailing both additions and deductions. Bidders must provide a unit price for installing additional outlets, including labor and materials for Cat 6A cabling (80m x 3), terminations, and the outlet itself. Conversely, a separate unit price is required for deducting Work Area Outlets deemed unnecessary. The document specifies that any additions or deductions exceeding the listed amounts will necessitate a modification. This RFI is a standard component of government procurement processes, allowing for flexible adjustments to project scope based on evolving needs, ensuring transparent cost management for infrastructure-related projects.
    The James H. Quillen VA Medical Center's EHRM Infrastructure Upgrades project outlines detailed specifications for commissioning fire suppression systems and installing wet pipe sprinkler systems. Division 21 mandates commissioning for all fire suppression systems, managed by a VA-appointed Commissioning Agent (CxA), requiring contractor cooperation for documentation, testing, and VA personnel training. Key steps include construction inspections, pre-functional checklists, contractor tests, and functional performance testing, all coordinated with the CxA and adhering to Section 01 91 00 General Commissioning Requirements. Division 22 focuses on plumbing systems, outlining design, installation, and testing requirements for wet-pipe sprinkler systems in accordance with NFPA 13. It specifies design criteria, material submittals (including detailed drawings and hydraulic calculations), quality assurance, and installation procedures, emphasizing compliance with codes, product quality, and installer qualifications. Both divisions stress comprehensive documentation, safety, and adherence to VA standards and applicable industry publications like NFPA and ASME.
    The document outlines the comprehensive design and general notes for the EHRM Infrastructure Upgrades project at the James H. Quillen VA Medical Center in Johnson City, TN. This federal government RFP details electrical work, including general conditions, demolition, installation, and coordination with other trades. Key aspects cover adherence to national and local codes (NEC, OSHA, ADA), mandatory site examinations, coordination among various engineering disciplines (architectural, structural, mechanical, plumbing, electrical), and strict protocols for electrical service disruptions requiring six weeks' notice. It specifies mounting heights for electrical devices, cabling standards, conduit requirements, and safety procedures, ensuring all work is new, UL-listed, and guaranteed. The project involves multiple buildings and emphasizes safety, quality control, and compliance with all applicable regulations.
    This government file details the "EHRM Infrastructure Upgrades Design" project for the James H. Quillen VA Medical Center. The project, identified by VA Contract No. 36C77622R0034 and VA Project No. 621-22-700, involves significant infrastructure upgrades across 28 buildings. Bancroft Architects + Engineers leads the design-build, supported by Keystone Engineering + Surveying (Civil) and Buholtz Professional Engineering, Inc. (Telecommunications). The document outlines comprehensive general notes for contractors, emphasizing adherence to all applicable federal, state, and local codes, VA directives, and project-specific requirements. Key aspects include mandatory site visits, strict adherence to project plans, coordination among all trades, and procedures for unforeseen conditions and equivalent material substitutions. A detailed 11-step protocol for equivalent substitution requests is provided, ensuring all proposed changes meet or exceed design intent and performance characteristics, with final approval resting with the VA Contracting Officer. The file also specifies rigorous protection protocols for occupied areas, including dust and moisture prevention, temporary containment enclosures, and daily cleanup. Emphasis is placed on maintaining facility operations with minimal interruption, coordinating utility shutdowns, and adhering to strict safety regulations like OSHA 30 and OSHA 10 certifications for personnel. The project prioritizes the integrity of existing fire systems and requires non-combustible, smoke-tight temporary partitions. Overall, the file serves as a comprehensive guide for contractors, ensuring a safe, compliant, and efficient execution of the infrastructure upgrades.
    The document outlines architectural plans for the EHRM Infrastructure Upgrades Design project at the James H. Quillen VA Medical Center, encompassing Buildings 200, 201, and 204. The plans detail demolition, construction, and renovation work across multiple floors, including enlarged plans for the first and second floors of Building 200, the first floor of Building 201, and the ground, first, second, and roof plans for Building 204. Key aspects include maintaining fire-rated partitions, installing fire-rated sealants, and ensuring continuous operation of existing IT/TR/OI&T rooms during construction. Specific instructions are provided for removing and installing various building components, such as doors, walls, ceilings, flooring, and electrical fixtures. The project emphasizes infection control precautions, hazardous material handling (e.g., lead-based paint, asbestos), and coordination with other trades like telecom, security, mechanical, plumbing, and electrical. The general contractor is responsible for verifying field conditions and ensuring compliance with all specified standards and safety measures.
    The provided document, likely part of a government RFP or grant, details an extensive infrastructure project involving the conversion and upgrade of numerous rooms across multiple buildings (identified by numbers like 3, 5, 8, 15, etc.) and floors (Basement, Ground, 1st, 2nd, 3rd, 4th, Penthouse, Mezzanine). The project focuses on both non-clinical and clinical spaces, primarily involving the establishment of new or existing IT rooms (TR/TE), offices, waiting areas, and patient/exam rooms. Many entries indicate "New TE" or "New TR" installations, as well as conversions of existing offices and patient rooms. The document specifies "Rack Count," "Days" (mostly 14 or 21), and whether a room is "Clinical" or "Non-Clinical." Notably, some entries highlight specific access requirements, such as scheduling with police for Basement room 1 in building 44. This file outlines the scope and locations for significant facility modifications, emphasizing IT infrastructure and clinical space reconfigurations.
    The document details an infrastructure assessment for the VA Health Care System, likely part of a federal RFP or grant for facility upgrades. It lists numerous site codes and types, predominantly "MOU" (Memorandum of Understanding) and "VA Health Care System" hostnames. For each entry, the document provides "Current Switch Count," "Current Port Count (excludes uplink switches)," "Current Ports with Active Physical Connection," "Ports Needed to Support Active, Inactive, & Extra Connections," "New Switch Count to be Installed to Support Ports Needed," "APs Connected to Switch/Stack," and "VoIP Phones Connected to Switch/Stack." Additionally, it includes "New Room Number," "Wired WAOs in new Room per DA 16," "Rack Count Shown in Drawings," "Rack Count Based on Switches," "Known Future Adds," and "HEFP Confirmation" for some entries. The overall purpose is to quantify current network infrastructure and project future needs, indicating a comprehensive plan for network expansion or modernization within various VA Health Care System sites, including Mountain Home and VISN 9.
    Terracon conducted an asbestos survey for 26 buildings at the James H. Quillen VA Medical Center in Mountain Home, Tennessee, between August and December 2022. The survey's objective was to identify asbestos-containing materials (ACMs) for informational purposes, future renovations, and to develop an Operations and Maintenance Plan. Previous surveys from 2006 and 2010 were reviewed. A total of 1,711 bulk samples were collected and analyzed. The report details the presence of both friable and non-friable ACMs in various buildings, with some buildings having no identified ACMs. Recommendations include removal of Regulated Asbestos-Containing Materials (RACM) prior to renovation or demolition, notification to TDEC-DAPC, and disposal at appropriate landfills. The report emphasizes that most ACMs are in good condition and only require removal if impacted by renovation activities.
    This document, General Decision Number: TN20250191, outlines prevailing wage rates and labor standards for Building Construction Projects in Washington County, Tennessee, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts entered into or renewed on specific dates, emphasizing that these rates may supersede listed wages if higher. The document provides a comprehensive list of classifications for various trades, including asbestos workers, power equipment operators, ironworkers, laborers, plumbers, and sheet metal workers, along with their respective hourly rates and fringe benefits. It also clarifies identifiers for union, weighted union average, survey, and state-adopted wage rates. Additionally, the document addresses the Paid Sick Leave for Federal Contractors under Executive Order 13706 and outlines the appeals process for wage determination matters, including contacts for initial decisions and review requests.
    This government file, General Decision Number: TN20250191, issued on June 6, 2025, outlines prevailing wage rates for Building Construction Projects in Washington County, Tennessee. It explicitly excludes single-family homes or apartments up to four stories. The document details compliance requirements for Executive Orders 14026 and 13658, setting minimum wage rates for covered federal contracts at $17.75 per hour (for contracts entered into on or after January 30, 2022) and $13.30 per hour (for contracts awarded between January 1, 2015, and January 29, 2022), respectively, or the higher applicable wage rate. It also addresses Executive Order 13706 regarding paid sick leave for federal contractors. The file lists specific wage rates and fringe benefits for various construction trades, including asbestos workers, power equipment operators, ironworkers, laborers, plumbers, and sheet metal workers. It clarifies different rate identifiers (Union, Union Average, Survey, State Adopted) and provides a detailed appeals process for wage determination matters, including contacts for the Wage and Hour Division and the Administrative Review Board.
    VAAR 852.219-75 outlines the Department of Veterans Affairs' (VA) requirements for limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) in construction contracts. It mandates that prime contractors for general construction cannot pay more than 85% of the government-provided amount to firms not certified as SDVOSBs or VOSBs. The cost of materials is excluded. The document stresses that false certifications can lead to severe penalties, including criminal prosecution, civil or administrative fines, and debarment. Contractors must cooperate with VA requests for documentation (e.g., invoices, subcontracts) to prove compliance and acknowledge that failure to do so may result in remedial action. The offeror must complete and return a formal certification with their bid, or their offer will be deemed ineligible for evaluation and award.
    The James H. Quillen VA Medical Center is soliciting bids for the EHRM (Electronic Health Records Management) Infrastructure Upgrades project. This initiative aims to enhance the facility’s operational systems, including mechanical, electrical, plumbing, and information technology infrastructure. Key tasks involve site preparation, demolition of existing structures, and installation of new systems in compliance with Veterans Affairs (VA) guidelines. The project includes necessary safety measures, particularly for infection control and fire protection, ensuring comprehensive operational readiness. The document outlines details regarding project schedules, general requirements, and a comprehensive listing of drawing sheets to support the construction phase. Bancroft Architects + Engineers will provide technical oversight during the project, guiding the implementation of upgrades. The bid solicitation emphasizes the importance of the selected contractor to possess requisite expertise in managing complex healthcare facility projects. This upgrade reflects the VA’s commitment to modernizing healthcare delivery systems while meeting rigorous safety and quality standards.
    The James H. Quillen VA Medical Center is managing Project 621-22-700, which involves the descope of specific items within the construction documents for various rooms across multiple buildings, primarily focusing on electrical and fiber backbone cabling installations. Notably, electrical and A/B path cabling work will be maintained for designated areas including the existing IT Room N4537 and TR P4128. In Buildings 200 and 204, a comprehensive list of rooms has been identified where all trades are descoped, impacting extensive interior areas across the first and second floors. The document also invites bidders to submit unit prices for additional work area outlets and for deductions of unnecessary outlets, which implies flexibility in subcontracting based on the project’s evolving requirements. This project aligns with federal directives regarding infrastructure enhancements, reflecting the VA's ongoing commitment to maintaining functional and modern healthcare facilities while ensuring robust telecommunications capabilities. Overall, this document serves as an official communication related to the procurement process for construction services at the VA Medical Center.
    A site visit for the Mountain Home EHRM Infrastructure Construction project is scheduled for June 23, 2025, at 1:00 PM EST, taking place at the James H. Quillen VA Medical Center in Mountain Home, TN. Participants are directed to park in Visitor Parking before proceeding to Building 37. Upon entry, attendees should ask for Conference Room W103 at the reception desk. The document outlines the logistical details for the visit, including specific directions to the venue to ensure easy access for all participants. This site visit likely serves as a preparatory meeting for stakeholders involved in the federal RFP process related to the construction infrastructure enhancements aimed at improving electronic health record management systems at the facility, reflecting the government's ongoing commitment to supporting healthcare infrastructure developments.
    The Department of Veterans Affairs is seeking to procure specific brand name construction materials for the EHRM Infrastructure Upgrades at the James H. Quillen VA Medical Center, justifying the need for other than full and open competition due to the standardization of equipment required for compatibility and operational integrity. The project, valued between $20 million and $50 million, includes essential security and fire alarm systems that must integrate with existing infrastructure, and the procurement will be set aside for Service-Disabled Veteran-Owned Small Businesses. Market research confirmed compliance with the Buy American Act across the selected products, ensuring all necessary components are sourced appropriately.
    The document outlines the specifications for the EHRM Infrastructure Upgrades at the James H. Quillen VA Medical Center, focusing on critical infrastructure improvements including fire suppression systems and plumbing. The project includes detailed commissioning and testing procedures to ensure systems are operational, compliant with standards (NFPA), and ready for maintenance personnel training. Sections cover various aspects such as the commissioning of fire suppression systems, design criteria for wet-pipe sprinkler systems, and plumbing work aligned with industry standards. The document emphasizes the need for careful design and installation, safety protocols, and detailed submittal processes regarding materials and specifications. As part of a federal infrastructure enhancement initiative, this project asserts the VA's commitment to modernizing facilities to ensure safety, efficiency, and regulatory compliance throughout the upgrades.
    The document outlines the plans and guidelines for the EHRM Infrastructure Upgrades at the James H. Quillen VA Medical Center in Johnson City, Tennessee. This project, numbered 621-22-700, aims to enhance various electrical and infrastructure systems ensuring compliance with VA standards and applicable local building codes. Key focuses include the installation of new electrical systems, adherence to safety regulations, and the coordination of work across multiple disciplines, including mechanical and plumbing systems. Specific requirements dictate the execution of work, stipulating adherence to local safety protocols, proper installation techniques, and the necessity for thorough site examinations before bidding. Contractors are held responsible for damage assessment and compliance verification throughout the process. Importantly, the document stipulates that all work must follow life safety and infection control regulations, reflecting the VA's commitment to maintaining quality healthcare facilities while ensuring safe operations. This initiative symbolizes a broader effort to upgrade veteran facilities, reflecting the importance placed on reliable infrastructure in supporting veteran care.
    The document outlines the plans for the EHRM Infrastructure Upgrades at the James H. Quillen VA Medical Center. This project, registered under project number 621-22-700, aims to enhance electrical infrastructure, access control systems, and telecommunication solutions within the facility. The engineering design entails the integration of emergency and normal power systems, installation of advanced telecommunications equipment, and modifications to existing systems to ensure compliance with current standards and regulations. Key components include the installation of electrical panels, grounding systems, and fire-rated cable pathways. The contractors are required to maintain active connections for legacy systems and ensure minimal disruption to ongoing operations during construction. Detailed drawings and specifications reference compliance with various telecommunications and safety standards, emphasizing the project’s focus on security and data integrity. The intent of the project is to modernize the facility while adhering to the U.S. Department of Veterans Affairs’ guidelines and ensuring the uninterrupted functioning of critical services during upgrades. This underscores the VA’s commitment to improving health care infrastructure for veterans by implementing state-of-the-art systems that facilitate comprehensive patient care.
    The document outlines the EHRM Infrastructure Upgrades for the James H. Quillen VA Medical Center, detailing the responsibilities and requirements for contractors involved in the project. It emphasizes adherence to local, state, federal, and VA safety regulations while ensuring minimal disruption to hospital operations during construction. Key aspects include the requirement for construction phasing, temporary barriers, and access management for ongoing medical services. Contractors must perform detailed coordination with the VA to maintain utility services and implement safety measures such as dust control and infection protocols. A systematic approach to demolition and construction must be observed, ensuring that existing structures are protected from damage. Furthermore, there are guidelines on equivalent material substitutions, which necessitate formal processes for approval to maintain design integrity. The project underscores a comprehensive approach to upgrading infrastructure while prioritizing patient safety and regulatory compliance, thus demonstrating the VA’s commitment to improving healthcare facilities through modernized infrastructure and thorough contractor oversight.
    The document outlines a request for proposal (RFP) for infrastructure upgrades at the James H. Quillen VA Medical Center in Mt. Home, TN, which includes architectural, mechanical, and electrical enhancements. The primary focus is on updating the existing facilities to ensure compliance with current healthcare standards, improving operational systems such as telecommunications, plumbing, and fire protection. Key construction requirements include maintaining operational integrity of existing IT rooms during upgrades, rigorous infection control measures, and installation of fire-rated partitions. Contractors must follow specific demolition, construction, and safety protocols to protect the facility and its occupants. The RFP emphasizes critical deadlines and thorough documentation to ensure successful project execution while adhering to federal grant guidelines and regulations. In essence, this initiative demonstrates the VA's commitment to modernizing its facilities for improved patient care and operational efficiency.
    The document outlines a detailed inventory of IT and clinical room spaces across various floors and buildings, primarily for non-clinical and clinical use. It categorizes existing and new Technology Equipment (TE) and Technology Rooms (TR), noting the specifics of each room, such as their locations and intended purposes. The spaces are organized by ground, first, second, third, and basement levels, with room descriptions focusing on existing conditions and proposed conversions for clinical applications. The report emphasizes the importance of proper scheduling for access, particularly for rooms located in challenging areas. Overall, the data serves as a foundational reference for planning upgrades, reallocating resources, or repurposing existing spaces to enhance service delivery in a clinical environment while ensuring compliance with federal and local guidelines. This document is likely related to federal grants or RFPs aimed at improving healthcare facilities.
    The document provides a detailed inventory of sites operated by the VA Health Care System, focusing on their respective network switch configurations, including current switch counts, port availability, and future needs. Each entry identifies a specific site code, hostname, and associated metrics such as switch and port counts, connectivity for VoIP phones, and connected access points. The analysis highlights current infrastructure capabilities, including active physical connections and the required switch installations to meet future demands. Furthermore, it outlines the organizational structure for efficient technology management within the health care system, revealing the importance of maintaining up-to-date technology infrastructure to support health services for veterans. This data suggests a proactive approach towards upgrading and expanding network capabilities, which is essential for delivering quality healthcare and ensuring patient safety. The emphasis on resource allocation and planning is particularly relevant to government RFPs and grants, focusing on securing funding for advancing infrastructure needs within health care systems.
    The Asbestos Survey Report for the James H. Quillen Veterans Administration Medical Center in Mountain Home, Tennessee aims to document the presence of asbestos-containing materials (ACMs) in 26 buildings on the campus. Conducted by Terracon between August and December 2022, the survey was initiated for informational purposes related to future renovations and the development of an Operations and Maintenance Plan for managing ACMs. The report outlines findings from a visual and physical assessment of accessible areas, with bulk sampling of suspect materials analyzed per EPA guidelines. Key findings indicated various non-friable and friable ACMs identified across the surveyed buildings, with specific materials categorized based on their condition. Recommendations emphasize maintaining ACMs in good condition unless impacted by renovation activities, as well as contracting accredited firms for necessary abatement. It is crucial for future construction activities to adhere to regulations regarding the handling and disposal of identified ACMs. The report underscores the importance of awareness regarding unexposed materials that may exist within the structures, directing towards sampling and analysis should such materials be uncovered in future work.
    The document outlines wage determinations for building construction projects in Washington County, Tennessee, under the Davis-Bacon Act. It stipulates that contracts awarded on or after January 30, 2022, must pay workers at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour, unless a higher rate is specified. The wage determination includes specific classifications, rates, and fringe benefits for various skilled labor positions, such as asbestos workers, power equipment operators, and electricians. Additionally, it briefly discusses the appeals process for wage determinations, emphasizing the rights of affected parties to request reviews and clarifications. The document ensures compliance with executive orders aiming to enhance worker protections, including provisions for paid sick leave and annual adjustments to wage rates. Overall, this wage determination reflects federal efforts to maintain fair labor standards in public contracts related to construction projects.
    The document outlines the wage determination for construction projects in Washington County, Tennessee, under the Davis-Bacon Act and related Executive Orders. Applicable to building construction contracts, it specifies minimum wage rates for various classifications of workers as of 2025. Executive Order 14026 mandates a minimum of $17.75 per hour for certain workers; contracts awarded before January 30, 2022, but not renewed, require at least $13.30 per hour. The document provides detailed wage rates for specific labor positions, including asbestos workers, power equipment operators, and plumbers, along with their respective fringe benefits. It emphasizes compliance with contractor requirements and worker protections under the Executive Orders, highlighting the importance of submitting conformance requests for any missing classifications necessary for contract performance. The document also describes the process for appealing wage determinations, indicating the channels for interested parties to seek review or reconsideration. Overall, this file serves as a critical resource for contractors involved in federal construction projects, ensuring adherence to federal wage laws in Tennessee.
    The VAAR 852.219-75 document outlines the certification requirements for offerors concerning limitations on subcontracting for services and construction contracts under Section 38 U.S.C. 8127. Offerors must ensure that no more than 85% of amounts received from the government are paid to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The document emphasizes that any false certifications may lead to criminal, civil, or administrative penalties. Should the VA determine that an SDVOSB or VOSB has not acted in good faith, they may face debarment or fines. The document also stipulates that the contractor is obligated to provide documentation to verify compliance with these limitations upon request. This includes invoices and subcontract documentation. Failure to comply with the request for documentation may result in remedial actions. A formal certification must be completed and submitted with the offer to be considered for the contract. The document serves to ensure adherence to legal requirements while promoting the use of veteran-owned businesses in federal contracting opportunities.
    The document is a
    The James H. Quillen VA Medical Center in Johnson City, TN, is undertaking an EHRM Infrastructure Upgrades Design project (VA Project No. 621-22-700). This project, managed by Bancroft Architects + Engineers, involves significant electrical upgrades across multiple buildings (3, 5, 8, 15, 17, 19, 34, 35, 36, 37, 39, 40, 41, 42, 43, 44, 45, 46, 47, 53, 69, 77, 160, 162, 200, 201, 204, 205, 206 & 208). Key aspects include adhering to national and local electrical codes, VA design manuals, and strict safety protocols like Lock-Out/Tag-Out procedures. The electrical contractor is responsible for all aspects of the electrical work, including coordination with other trades, material procurement, installation, and ensuring all new equipment is UL listed. Specific requirements cover mounting heights for devices, cabling types and sizes with color coding (e.g., voice-white, data-yellow/green/gray, fire alarm-red), raceway specifications (EMT, GRS, PVC coated GRS), and the provision of temporary lighting and power during construction. The contractor must perform site examinations, resolve discrepancies before bidding, and provide as-built documents. Power disruptions require six weeks' notice and must occur during off-hours. This project emphasizes comprehensive compliance, safety, and precise execution for critical infrastructure improvements.
    The James H. Quillen VA Medical Center in Johnson City, TN, is undergoing EHRM Infrastructure Upgrades. This project, issued for bid on May 22, 2025, involves comprehensive site preparation, demolition, and installation of new mechanical, electrical, fire-protection, plumbing, and information technology infrastructure. The specifications detail various construction divisions, including general requirements, existing conditions (demolition), masonry, wood, thermal and moisture protection, openings, finishes, specialties, and special construction. The document also includes extensive lists of drawing sheets covering general, civil, hazardous materials abatement, architectural, fire suppression, plumbing, mechanical, electrical, and telecommunications plans for numerous buildings within the medical center.
    The James H. Quillen VA Medical Center in Johnson City, TN, is undergoing EHRM Infrastructure Upgrades. This project, issued for bid, focuses on comprehensive upgrades to fire suppression and plumbing systems across various divisions. Key aspects include the commissioning of fire suppression systems, requiring contractor coordination with a VA-appointed Commissioning Agent for inspections, pre-functional checklists, and functional performance testing. The project also details the design, installation, and testing of wet-pipe sprinkler systems in accordance with NFPA 13, including specific design criteria, submittal requirements, and quality assurance measures. Additionally, the project outlines common work results for plumbing, defining terms, abbreviations, related work, applicable publications, and extensive submittal requirements for equipment, coordination drawings, and maintenance data. Emphasis is placed on quality assurance, product criteria, installer qualifications, and strict adherence to codes and manufacturer recommendations to ensure safe, reliable, and maintainable systems.
    The James H. Quillen VA Medical Center's Project 621-22-700 involves descoping specific construction elements from various buildings. In Building 160 (Fourth Floor), most trades are descoped, except for electrical and A/B path fiber backbone cabling for TRN4616 (relocated to IT Room N4537) and TR P4128. This electrical work includes normal and emergency circuits, grounding, vertical rack PDUs, Zonit PDUs, and UPS units. For Building 200, all trades are descoped across numerous rooms on both the First and Second Floors. Similarly, in Building 204 (Second Floor), all trades are descoped from a comprehensive list of rooms. This document outlines the precise scope reductions for construction activities within these facilities.
    The EHRM Infrastructure Upgrades project at the James H. Quillen VA Medical Center in Johnson City, TN, outlines detailed electrical specifications for extensive facility modernization. The project involves upgrading electrical infrastructure across multiple buildings (3, 5, 8, 15, 17, 19, 34, 35, 36, 37, 39, 40, 41, 42, 43, 44, 45, 46, 47, 53, 69, 77, 160, 162, 200, 201, 204, 205, 206 & 208). Key requirements include strict adherence to national and local electrical codes, VA design manuals, and safety regulations like OSHA. The contractor is responsible for site examination, coordination with all trades, and ensuring all materials and equipment are new, UL-listed, and installed to high standards. Specific guidelines are provided for mounting heights of electrical devices, cabling types and sizes, conduit systems, lighting, receptacles, and power disruption protocols, requiring 6 weeks' notice for any outages. The project emphasizes the contractor's responsibility for all aspects, including temporary utilities, demolition, and providing
    The EHRM Infrastructure Upgrades project at the James H. Quillen VA Medical Center in Johnson City, TN, focuses on design-build enhancements across numerous buildings (3, 5, 8, 15, 17, 19, 34, 35, 36, 37, 39, 40, 41, 42, 43, 44, 45, 46, 47, 53, 69, 77, 160, 162, 200, 201, 204, 205, 206 & 208). Key participants include Bancroft Architects + Engineers, Keystone Engineering + Surveying, Buholtz Professional Engineering, Inc., and Johnson Wilbur Adams. The project, under VA Contract No. 36C77622R0034 and VA Project No. 621-22-700, outlines comprehensive guidelines for contractors. These include adherence to all applicable codes and VA directives, mandatory insurance, thorough site examination, and a strict protocol for proposing and approving equivalent substitutions for materials and equipment. Emphasized are site safety, maintenance of facility operations, stringent protection protocols for occupied areas (dust control, temporary barriers), and careful management of demolition debris. The document details requirements for firestopping, utility shutdowns, and maintaining the integrity of existing systems. Overall, the project prioritizes safety, compliance, and minimal disruption to the operational medical center.
    The James H. Quillen VA Medical Center in Johnson City, TN, is undergoing EHRM Infrastructure Upgrades. This project, issued for bid on May 22, 2025, involves extensive infrastructure improvements across numerous buildings. The scope includes demolition and installation of new mechanical, electrical, fire protection, plumbing, and information technology systems. Key components of the project involve detailed specifications for general requirements, demolition, masonry, carpentry, thermal and moisture protection, openings, finishes, specialties, fire suppression, plumbing, HVAC, electrical, communications, and electronic safety and security systems. The file also includes a comprehensive list of drawing sheets for general, civil, hazardous materials, architectural, fire suppression, plumbing, mechanical, electrical, and telecommunications aspects, indicating the project's broad and multi-faceted nature under Contract No. 36C77622C0129.
    The James H. Quillen VA Medical Center's EHRM Infrastructure Upgrades project outlines specifications for commissioning fire suppression systems and installing wet-pipe sprinkler systems. Division 21 details the commissioning process, requiring contractor cooperation with a VA-appointed Commissioning Agent for inspections, pre-functional checklists, and system performance testing. It also mandates training for VA personnel on the installed systems. Division 22, focusing on common plumbing work results, establishes general requirements, definitions, and an extensive list of abbreviations for plumbing systems. It emphasizes adherence to applicable publications like ASME, ASTM, ICC, and NFPA standards, alongside VA-specific guidelines. The document also sets forth comprehensive submittal requirements for drawings, manufacturer data, and maintenance manuals, stressing quality assurance, installer qualifications, and strict compliance with codes and cleanliness standards for all plumbing work.
    This document is Amendment 0001 to Solicitation Number 36C77624B0024, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The amendment, effective June 30, 2025, provides the site visit sign-in sheet for interested offerors and bidders. It explicitly states that answers to technical questions will be issued in a future amendment. The solicitation is not extended. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. This amendment ensures transparency by providing attendees' information from the site visit, while deferring technical responses to a subsequent release.
    The document is an amendment regarding solicitation number 36C77624B0024, issued by the Department of Veterans Affairs, specifically the Program Contracting Activity Central. Its primary objective is to provide a site visit sign-in sheet for prospective bidders. Additionally, it mentions that responses to technical questions will be disseminated in a forthcoming amendment. Offerors are reminded that they must acknowledge receipt of this amendment to avoid the rejection of their offers. The document outlines the procedures for acknowledging the amendment, including methods such as returning copies of the amendment or stating acknowledgment on submitted offers. Overall, this amendment is a procedural document aimed at ensuring transparency and compliance among bidders in the context of federal contracting processes.
    The document contains a sign-in sheet for a site visit related to the EHRM Infrastructure Upgrades Construction at the James H. Quillen VA Medical Center, scheduled for June 23, 2025. It lists attendees from various companies along with their contact information, including names, titles, email addresses, and phone numbers. The list includes representatives from construction, electrical, and utility companies, among others.
    The document outlines a series of contractor questions and the VA's responses regarding the Mountain Home EHRM Infrastructure Upgrades – Construction project. Key areas of clarification include tax exemption, personnel roles (SSHO, Quality Control Manager, Superintendent), change order pricing, and the availability of missing specification sections and drawings (Divisions 27, 31, 32, Appendix A). Contractors also sought clarification on payment for stored materials, demolition scope, delegated design, after-hours work, specific certifications (PACS, Video Surveillance), badging requirements, site safety qualifications, and the provision of a project website. Numerous questions address existing infrastructure details for security, fire alarm, and telecommunications systems, including manufacturer information, maintenance contractors, and license requirements. The document also addresses site-specific concerns such as geotechnical reports, underground utility work, rock removal, contaminated soil, staging areas, and ICRA requirements. Overall, the Q&A focuses on clarifying project scope, technical specifications, site conditions, and administrative procedures for the construction project.
    The document, titled "Mountain Home EHRM Infrastructure Upgrades - Construction CONTRACTOR QUESTION," compiles numerous questions from contractors regarding a federal government RFP for infrastructure upgrades. The primary purpose of this file is to seek clarification on various aspects of the project, including technical specifications, scope of work, site conditions, logistical requirements, and administrative procedures. Key areas of concern include missing specification sections and drawings, details on existing systems (security, fire alarm, telecommunications), clarification on material payments, personnel certifications, site access, work hours, and environmental considerations (asbestos, lead paint, contaminated soil, storm water management). Many questions highlight discrepancies in provided documents, request additional details for planning and bidding, and seek confirmation on responsibilities and requirements for a complex construction project within an operational medical center.
    Similar Opportunities
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project located at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project is crucial for enhancing the data management capabilities of the VA, with an estimated cost between $5,000,000 and $10,000,000. Interested bidders must submit their proposals electronically by January 8, 2026, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    Y1DZ--EHRM Infrastructure Upgrades Tier 1 Construction 695-21-700 Milwaukee
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the EHRM Infrastructure Upgrades Tier 1 Construction project at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This project involves a single firm-fixed-price contract for design-bid-build infrastructure improvements, including electrical upgrades, HVAC assessments, communication infrastructure enhancements, and physical security upgrades across multiple buildings on the campus. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is anticipated to be issued in early to mid-January 2026, with a performance period of approximately 1,460 calendar days and an estimated construction magnitude between $50 million and $100 million. Interested parties should direct all inquiries to Contract Specialist Bailey Donato at bailey.donato@va.gov.
    Y1BG--Brooklyn EHRM Infrastructure Upgrades Construction VA Medical Center Brooklyn, NY 630A4-22-700
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for a firm-fixed-price contract for the EHRM Infrastructure Upgrades construction project at the Brooklyn VA Medical Center in New York. The project entails comprehensive site preparation, including demolition and removal of existing structures, and the provision of labor and materials for various infrastructure upgrades, such as electrical systems, HVAC, communication infrastructure, and physical security enhancements. This initiative is critical for modernizing the facility's capabilities and ensuring efficient operations within the healthcare system. The solicitation, set to be issued in January 2026, is designated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $20 million and $50 million. Interested parties should direct inquiries in writing to Kara Evert at kara.evert@va.gov, as phone calls will not be accepted.
    Z1DA--648-24-701 EHRM Infrastructure Upgrades Phase 2 Construction - Portland, OR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for the Design-Bid-Build EHRM Infrastructure Upgrades Phase 2 project at the Portland VA Health Care System, which encompasses significant construction and infrastructure enhancements in Portland, OR, and Vancouver, WA. The project requires contractors to assess existing conditions, perform demolition, and provide comprehensive labor, materials, and supervision across various disciplines, including civil, plumbing, mechanical, electrical, and electronic work. This initiative is crucial for upgrading the facility's infrastructure, including fiber optic installations, HVAC systems, and fire safety measures, ensuring improved operational efficiency and safety for veterans. The solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be issued as an Invitation for Bid (IFB) in late October 2025, with an estimated construction value between $5 million and $10 million and a performance period of approximately 365 days. Interested parties can direct inquiries to Contract Specialist Sierra Tate at Sierra.Tate@va.gov or by phone at 216-447-8300.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    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.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    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--Renovate MICU/SICU 539-20-104
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under project number 539-20-104. The project entails comprehensive renovations covering approximately 11,000 square feet, including demolition, new layouts, fixtures, finishes, and the installation of a HEPA pandemic filtration system, with an estimated construction value between $5,550,000 and $7,250,000. This procurement is particularly significant as it aims to modernize critical care facilities, ensuring compliance with safety and infection control standards while maintaining operational efficiency. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by 1:00 PM EST on January 8, 2026, following a mandatory site visit scheduled for November 3, 2025. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.