Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
ID: 36C24125R0008Type: Solicitation
AwardedDec 12, 2025
$9.5M$9,526,036
AwardeeEPERNAY DESIGN & CONSTRUCTION LLC NEWTON UPPER FALLS
Award #:36C24126C0003
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER HOSPITAL BUILDINGS (Y1DZ)
Timeline
    Description

    The Department of Veterans Affairs is seeking contractors for the "Upgrade VISN 1 Laundry Building 45" project at the Brockton Medical Center in Massachusetts. This federal contract involves extensive renovations, including the demolition and reconstruction of mechanical, electrical, and plumbing systems, as well as structural improvements to enhance the facility's operational efficiency and safety. The project is critical for modernizing the laundry services provided to veterans, ensuring compliance with federal, state, and local building codes. Proposals are due by August 21, 2025, at 4:00 PM EDT, and interested parties should contact Contract Specialist Alexis C. Duda at Alexis.Duda@va.gov for further information.

    Point(s) of Contact
    Alexis C DudaContract Specialist
    Alexis.Duda@va.gov
    Files
    Title
    Posted
    Amendment 0001 to Solicitation 36C24125R0008, issued by the Department of Veterans Affairs, addresses the 'Upgrade VISN 1 Laundry Building 45' project at the Central Western Massachusetts VAMC. The amendment provides a site visit sign-in sheet from April 24, 2025, and incorporates special notes regarding FAR 52.229-3, Federal, State, and Local Taxes. It clarifies that sales of building materials for this federal project in Massachusetts are exempt from state sales tax under G.L. c. 64H, § 6(f). The VA will provide contractors with a Massachusetts Form ST-5C for tax exemption. Offerors are advised to exclude Massachusetts Sales Tax or Use Tax from their bids. The proposal due date remains June 20, 2025, at 4:00 PM EDT. All other terms and conditions of the solicitation remain unchanged.
    Amendment 0002 to Solicitation Number 36C24125R0008, issued by the Department of Veterans Affairs, Network Contracting Office 1, Central Western Massachusetts VAMC, addresses forthcoming changes to the solicitation. The amendment notifies all offerors that a future amendment will be issued to address Requests for Information (RFIs). Consequently, the RFI due date and the proposal submission date will be extended, with the new dates to be announced in that subsequent amendment. This document serves as an administrative modification to inform potential offerors of these impending changes, ensuring they are aware of the upcoming adjustments to the solicitation timeline.
    This document is Amendment 0003 to Solicitation Number 36C24125R0008 for the Department of Veterans Affairs. Issued by the Network Contracting Office 1, Central Western Massachusetts VAMC, this amendment primarily extends the hour and date for receipt of offers to August 1, 2025, at 4:00 PM EDT. It also notifies all offerors of a second site visit scheduled for July 8, 2025, at 8:00 AM EDT, with participants meeting outside Building 45. The RFI cut-off date is set for July 15, 2025, by 4:00 PM EDT. Additionally, it states that a future amendment will be issued to address RFIs and provide updated revised drawings. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0006 for solicitation number 36C24125R0008, issued by the Department of Veterans Affairs, Network Contracting Office 1, on July 21, 2025, provides crucial updates for offerors. This amendment incorporates updated drawings, specifications, and attachments. It also includes responses to RFI (Request for Information) questions, with the RFI cut-off date remaining August 4, 2025. The site visit is scheduled for July 28, 2025, at Building 45, and the proposal due date is still August 21, 2025. A total of twelve attachments are part of this amendment, encompassing updated specifications and various revised drawings (plumbing, mechanical, electrical, architectural, and structural). All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0007 modifies Solicitation Number 36C24125R0008, issued by the Department of Veterans Affairs, Network Contracting Office 1, for the "Upgrade VISN 1 Laundry Building 45" project. The amendment provides responses to Request for Information (RFI) questions and answers, along with a site visit sheet from the July 28, 2025, site visit. The RFI submission date is now closed, but the proposal due date remains August 21, 2025, at 4:00 PM EDT. Offerors are reminded to review and acknowledge all amendments and attachments. This modification, effective August 11, 2025, ensures all terms and conditions of the original solicitation remain in full force and effect, except as explicitly changed herein.
    The Department of Veterans Affairs is announcing a presolicitation notice for the upgrade of the VISN 1 Laundry Building 45 at the Brockton VA Medical Center. This unrestricted competitive solicitation, under solicitation number 36C24125R0008, invites all business sizes to participate. The project involves extensive renovations, including the demolition of existing systems, structural improvements, and the installation of new mechanical, electrical, and plumbing systems. The contractor is required to ensure structural integrity to support laundry equipment and must have specialized expertise in various fields for successful project completion. The estimated construction cost ranges from $5 million to $10 million, with a performance period of 420 calendar days. Proposals will be evaluated based on the Lowest Price Technically Acceptable Source Selection Process. All bidders must have a registered System for Award Management (SAM) account and be compliant during the acquisition process. Specifications and drawings will be available for download upon solicitation issuance in April 2025. This initiative reflects the VA's commitment to upgrading facilities to better serve veterans.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for the upgrade of the VISN 1 Laundry Building 45 at the Brockton Medical Center. The procurement is unrestricted, inviting bids from all business classifications under the Lowest Price Technically Acceptable (LPTA) method. The project encompasses substantial renovations including the demolition and reconstruction of mechanical, electrical, and plumbing systems, ensuring compliance with federal, state, and local building codes. Interested contractors must provide proposals electronically by June 20, 2025, with a mandatory performance period of 420 calendar days following the issuance of the Notice to Proceed. Key requirements include submission of completed forms, technical proposals demonstrating expertise in similar projects, and past performance records from comparable contracts valued between $5 million and $10 million. A site visit is scheduled for April 24, 2025, to facilitate the bidding process. The document also emphasizes the importance of adherence to the Veterans First Contracting Program, providing evaluation preference for veteran-owned businesses, and outlines necessary compliance with wage determinations and bonding requirements. This procurement reflects the VA's commitment to enhancing facilities for veterans while ensuring competitive and fair bidding processes.
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice for the "Upgrade VISN 1 Laundry Building 45" project in Brockton, MA, under solicitation number 36C24125R0008. This notice, primarily for market research, aims to identify potential sources, especially qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Veteran-Owned Small Businesses (VOSBs), Women-Owned Small Businesses (WOSBs), and other small businesses interested in the project. The project encompasses extensive renovations, including selective demolition and construction of new mechanical, electrical, plumbing (MEP) systems, and structural enhancements to meet required laundry equipment loads. The estimated construction cost ranges from $5 million to $10 million, based on NAICS code 236220. Interested firms must demonstrate relevant experience managing similar-sized projects, provide bonding capabilities, and confirm realistic project timelines. Submission details emphasize the need for active SAM registration and relevant certifications to facilitate potential set-asides. Responses are due by 4:00 PM EST on November 1, 2024, with the formal solicitation expected in January 2025. The notice clarifies that it is not a solicitation and purely for information gathering, insisting that all submitted materials will be treated confidentially.
    The amendment to solicitation number 36C24125R0008 concerns the renovation of the VISN 1 Laundry at the Veterans Affairs Medical Center in Brockton, Massachusetts. Issued on April 29, 2025, this amendment includes a site visit sign-in sheet from April 24, and emphasizes the importance of FAR 52.229-3 regarding federal, state, and local taxes. Notably, sales of materials used for construction projects for federal buildings are exempt from Massachusetts sales tax, a provision that contractors must take into account when preparing bids. The proposal due date remains unchanged, set for June 20, 2025, by 4:00 PM EDT. The amendment clarifies that all bids should presume this tax exemption, and that submissions must reflect the absence of Massachusetts sales tax in their pricing. All other terms and conditions of the solicitation are unchanged. The contracting point of contact for this project is Alexis Duda, whose email is provided for bidders seeking clarification.
    The amendment 0002 for Solicitation No. 36C24125R0008, issued by the Department of Veterans Affairs’ Network Contracting Office 1, announces changes relevant to all offerors. The primary purpose of this amendment is to notify stakeholders of an upcoming amendment addressing requested for information (RFIs) and to inform that the due dates for RFIs and proposal submissions will be extended. These crucial dates will be specified in a subsequent amendment. The document ensures that all involved parties acknowledge receipt of the amendment before the specified deadline to avoid rejection of their offers. Overall, this amendment serves as a communication tool to maintain transparency and compliance within the federal procurement process. It reflects the commitment to adapting the solicitation timeline in response to offeror feedback, highlighting the responsive nature of the government procurement process.
    The document is an amendment (Amendment 0003) to a solicitation (36C24125R0008) issued by the Department of Veterans Affairs Network Contracting Office 1. Its primary purpose is to inform potential offerors and bidders about important updates related to the proposal timeline and site visits for an unspecified project. Key changes include an extension of the proposal submission deadline to August 1, 2025, at 4:00 PM EDT, and a scheduled second site visit on July 8, 2025, at 8:00 AM EDT. Furthermore, the cutoff date for submitting Requests for Information (RFIs) is set for July 15, 2025, at 4:00 PM EDT. The amendment indicates that subsequent documentation will be provided to address RFIs and include revised drawings relevant to the solicitation. Overall, this amendment serves to ensure all interested parties are adequately informed, facilitating participation in the contracting process while adhering to established timelines.
    The file details Amendment 0006 to solicitation number 36C24125R0008 issued by the Department of Veterans Affairs, specifically managed by the Network Contracting Office 1 in Central Western Massachusetts. The amendment includes essential updates such as revised drawings, specifications, and responses to Requests for Information (RFI) with a cut-off date for inquiries established for August 4, 2025. A site visit is scheduled for July 28, 2025, with the meeting point specified outside Building 45 of the VAMC campus. The deadline for proposal submissions remains August 21, 2025. The document also indicates there are a total of twelve attachments providing detailed project information, which must be reviewed by prospective bidders. Overall, this amendment reflects the ongoing processes involved in an RFP for infrastructure work within the VA system, ensuring that all parties are updated on changes and requirements for compliance in their proposals.
    The project entails the comprehensive renovation of the VISN 1 Laundry Facility, Building 45, at the Brockton Veterans Affairs Medical Center in Massachusetts. The contractor is responsible for all aspects of construction including labor, equipment, materials, and supervision to restore the laundry facility to operational status. Key tasks include selective demolition of existing mechanical, electrical, and plumbing (MEP) systems, structural improvements, installation of new systems, and enhancement of exterior finishes. The project requires adherence to safety, infection control measures, and compliance with federal, state, and local regulations. Construction is organized into two informal phases: the initial phase focuses on remedial structural work, and the subsequent phase covers interior modifications and system installations. Critical documents and project management tools such as submittal registers and construction schedules in Primavera P6 are required for effective oversight. Furthermore, there are stringent safety requirements due to the facility's proximity to sensitive areas, necessitating permits for hazardous work and a site safety plan. The projected duration for completion is 420 calendar days post-contract award, emphasizing the importance of maintaining cleanliness and safety throughout the construction process. This renovation is a vital component in enhancing the operational capacity of the facility while prioritizing the health and safety of veterans and staff.
    The VA Acquisition Regulation (VAAR) and VA Handbooks 6500.6 and 6500.1 delineate comprehensive information and IT security requirements for contractors handling VA sensitive information. These regulations, effective March 12, 2010, mandate compliance with federal laws, VA directives, and industry standards like HIPAA, FISMA, and NIST. Key provisions include strict access controls, personnel suitability investigations, and adherence to data use, storage, and destruction protocols. Contractors must encrypt sensitive data, ensure software compatibility with VA configurations, and promptly report security incidents. The document outlines liquidated damages for data breaches, requiring independent risk analyses and contractor-funded credit protection services for affected individuals. Annual security control assessments and mandatory security and privacy training for all contractor personnel are also stipulated.
    The document outlines the technical project information sheet for contractors responding to a government solicitation, likely an RFP. It details the required expertise for offerors to demonstrate their ability to perform work related to structural repairs and construction. Contractors must provide a narrative on a project information sheet showcasing experience in at least eight of nine specified work elements, including concrete repair and strengthening, structural framing, cast-in-place concrete, CMU wall installation, concrete beam enlargement, epoxy injection, and slab repair. The narrative must detail the steps taken, specific structural work completed, and professional qualifications of key personnel. Additionally, offerors must provide administrative information such as company name, contract and project details, contact information, contract type, award and final amounts, dates, change order information, OSHA citations, and a list of major subcontractors.
    The "PROJECT INFORMATION SHEET FOR CONTRACTORS PAST PERFORMANCE EVALUATION FACTOR" outlines the requirements for contractors to demonstrate acceptable past performance in federal, state, and local RFPs. To qualify, offerors must have served as a prime contractor on at least two construction projects within the last five years, each valued between $5,000,000 and $10,000,000. These projects must be of similar size, complexity, and scope to the solicited work. The sheet requires detailed information for each project, including contract and project numbers, titles, locations, contact information for contracting officers and owners, contract type, award and final amounts, important dates (award, notice to proceed, original and actual completion), number and reasons for change orders, OSHA citations, and a list of major subcontractors. Offerors must also provide a detailed description of the work performed and explain its relevance to the current solicitation, ensuring a comprehensive evaluation of their experience and capabilities.
    The document, titled "Base Offer Cost Breakdown," is a template for detailing project costs within government RFPs, federal grants, or state/local RFPs. It provides a structured format for offerors to present a comprehensive cost breakdown by project division, including labor, material, and total costs. The template categorizes expenses across various construction divisions, from general requirements to utilities and transportation. It also includes sections for overhead, profit, and bond percentages, culminating in a total base offer cost. Additionally, the document provides sample examples for breaking down labor costs by category, rate, and hours, and material costs by item, rate, and units, demonstrating how to populate the form. This standardized breakdown ensures transparency and clarity in project bidding and financial reporting for government-funded initiatives.
    The document appears to be a site plan for the V.A.M.C. Brockton facility, specifically detailing the parking lot layout. The plan indicates dimensions and typical measurements for parking spaces, including designated areas for "VAN HANDICAPPED" parking. Key dimensions provided are 9 feet, 18 feet, 57 feet, 62 feet, 90 feet, and 165 feet, suggesting the overall size and arrangement of the parking area within the Brockton Site. This type of document is crucial for federal government RFPs, particularly for projects related to infrastructure development, facility upgrades, or maintenance at government properties, ensuring compliance with accessibility standards and efficient space utilization.
    The government file details an extensive procurement list for a large-scale textile processing facility, likely for a federal or state entity. It outlines new equipment and systems from various manufacturers like Rice Lake, E-Tech, Milnor, Energenics, McClure, Felins, Sonicare, Bogen, Spencer, T.E.A, Parker, JL Wingertt, Kibler, Atlas Copco, and Softrol. Key categories include soiled textile handling (scales, conveyors, sorting systems, monorails), washing and extraction (continuous batch washers, press extractors, washer-extractors), drying and conditioning (tumblers, lint collectors), clean textile processing (monorails, flatwork feeders, folders, strapping machines, scales), utility systems (air filters, vacuum systems, wastewater treatment, heat recovery, water heating, water softening, air compressors), and plant management (energy monitoring, industrial management systems). The document also lists existing equipment to be integrated, indicating an upgrade or expansion of an existing facility. The comprehensive nature of the list suggests a full-scale operational setup for textile management, focusing on efficiency, automation, and environmental considerations.
    The document outlines the structural design criteria for the Upgrade B45 Laundry project at the Brockton VA Medical Center, likely part of a federal government RFP. It specifies adherence to the International Building Code (IBC) 2021, ANSI/ASCE 7-16, ACI 318-19, and AISC 360-16, along with VA-specific seismic requirements. The criteria detail design loads, including existing and collateral dead loads, live loads for roofs (20 psf) and walls (5 psf), and snow loads (35 psf). Wind load specifications include an ultimate speed of 123 mph and a Risk Category II. Seismic loads are defined by a Risk Category II, specific mapped spectral response accelerations (SS=0.22, S1=0.059), Site Class D, and an Equivalent Lateral Force Procedure for analysis. Serviceability criteria for drift and deflection are provided, ensuring compatibility with building materials and specifying limits for lateral, horizontal, and vertical deflections for existing and new roof and floor members under various load conditions.
    The document "Attachment 2 Structural Calculations" outlines the design criteria and analytical approaches for assessing an existing steel-framed building. It details the methodology for evaluating the floor system, which is based on existing conditions with a 100 psf load, adjusted for areas with new equipment exceeding this load. The document also specifies checks for the existing steel-framed building foundation, the design of existing concrete beam/slab reinforcing, and the analysis of existing steel joist floors and stair members. This attachment provides critical structural calculation details, likely forming a foundational component for proposals related to renovation, upgrades, or modifications of the building within government RFPs or grants.
    The document outlines the applicable codes and standards for the VA Brockton, Building 45 Laundry project, focusing on life safety and building requirements. Key references include VA Planning, Design, and Construction Criteria, International Building/Existing Building/Energy Conservation Codes (2024 editions), ADA Standards, NFPA codes (1, 10, 99, 101), OSHA, and various environmental acts and executive orders. The NFPA 101 Life Safety Review details occupancy classifications (Industrial, Ordinary Hazard Contents for Laundry), means of egress requirements (stairs, occupant load factors, capacity factors, number and arrangement of exits, exit discharge, and exterior access), and fire protection features (construction, wall markings, and fire-resistance ratings for shafts and corridors). It also specifies criteria for Industrial Occupancies, including dead-end corridors and travel distances. The IBC Review covers Factory Group F (F-1 for laundry), special requirements for combustible storage and concealed spaces, general building height and area limitations (Type IIB Construction), separation of occupancies, and incidental uses requiring fire separation or sprinkler systems (e.g., furnace rooms, boiler rooms, laundry rooms over 100 SF). It further details shaft enclosure ratings, concealed space material restrictions, occupant load calculations, egress sizing, minimum number of exits, travel distances, and minimum plumbing facilities for various areas within the basement and first levels.
    The Healthcare Laundry Accreditation Council (HLAC) 2023 Accreditation Standards provide essential guidelines for processing reusable textiles in healthcare facilities to ensure patient and personnel safety and infection prevention. The document outlines comprehensive standards across various aspects of laundry operations, including textile control, facility design, contingency planning, equipment maintenance, personnel qualifications and safety, customer relations, and quality assessment. Key areas of focus include maintaining a functional separation between soiled and clean textile areas with appropriate ventilation, implementing robust hand hygiene and personal protective equipment (PPE) protocols, managing hazardous materials, and ensuring equipment calibration and preventive maintenance. The standards also detail requirements for handling, collecting, sorting, washing, drying, finishing, storing, and delivering healthcare textiles, as well as specific protocols for surgical pack assembly rooms. Emphasizing compliance with federal regulations (e.g., OSHA, FDA, EPA) and evidence-based best practices from leading healthcare organizations, the HLAC standards mandate strict adherence to
    The document provides an inventory of laundry equipment at the VA Boston Healthcare System's Brockton Campus, specifically within Laundry Facility Building 45. It is divided into two main attachments: "SAVED LAUNDRY EQUIPMENT" and "EXCESS LAUNDRY EQUIPMENT." The first attachment lists 12 items of current laundry equipment, including washer-extractors, lint collection systems, flatwork ironers, spreaders, folders, and stackers, with manufacturing years primarily ranging from 2014 to 2017. The second, more extensive attachment, details 52 items of "Excess Laundry Equipment," encompassing a wide array of machinery such as soiled textile storage and sorting systems, various washer-extractors and dryers, monorail conveyors, lint collection systems, and clean textile handling equipment. This section also includes laundry mechanical support equipment like water softening systems, waste water treatment, and hot water and compressed air systems. The manufacturing years for the excess equipment largely fall between 1991 and 2015, with some items listed as "UNKNOWN." The document's purpose is to itemize and categorize existing and excess laundry machinery, likely for internal asset management, potential disposal, or reallocation within the VA healthcare system, common in federal government property assessments.
    The document outlines Revision 01 for the VA Brockton Laundry Upgrade project (VA Project No: 523A5-10-316, TMM Project No: 2224), issued on November 22, 2024. This revision details specific changes across architectural, structural, mechanical, and plumbing aspects of the project. Key architectural revisions include deleting a slab demolition area on drawing AD100 and removing a new inspection vault pit, safety railings, gate, and a related keynote on AE101A. Structural modifications on S102 involve adding detail markers and S201 adds a new detail 10/S201. Mechanical changes on M503 include adding a flashing note and revising a general note to specify "FURNISHED AND INSTALLED BY MECHANICAL CONTRACTOR," with a similar change on M603 for the FAN SCHEDULE. Plumbing revisions on PF101 involve deleting a flow meter and a key note, and FM-1 flow meter is deleted from the plumbing specialties schedule on P601 and from the sanitary piping riser on P704.
    The document outlines specifications for the "Upgrade VISN 1 Laundry, Building 45" project at the VA Boston Healthcare System in Brockton, MA. This project, detailed in Volume 1 (Architectural & Structural Sections) dated August 21, 2024, covers extensive upgrades including architectural, structural, plumbing, mechanical, electrical, telecommunications, and fire protection systems. Key aspects include site preparation, demolition, new construction, and installation of various building systems and laundry equipment. The document emphasizes stringent security requirements for personnel and sensitive information, strict adherence to safety protocols including managing hazardous materials like PCBs, and careful coordination to maintain continuous operation of the Medical Center. It also details procedures for site surveys, protection of existing infrastructure, waste management, and comprehensive warranty management, ensuring compliance with federal regulations and VA standards for this critical facility upgrade.
    The VHA Pre-Construction Risk Assessment (PCRA) template (VHA-PCRA-2023-1.0) outlines minimum requirements for assessing and mitigating safety risks during construction, renovation, and maintenance activities within VHA facilities. It categorizes activities (Inspection/Upkeep, Small-scale, Large-scale) based on their scope and potential impact, with each higher category incorporating the control measures of the preceding ones. The document emphasizes the use of activity statements of work and drawings for assessment and stresses the importance of communication and coordination with affected areas. It also requires a separate Infection Control Risk Assessment (ICRA) for infection-related risks. A fillable permit form is included for posting at activity sites, detailing the activity type, location, project information, and required control measures. The example provided illustrates a "Large Scale" project at Brockton VA Medical Center for a Laundry FCA Upgrade, highlighting specific control measures like dust control and coordination with various departments.
    The document outlines a Statement of Work for Project #523A5-10-316, focusing on the renovation and upgrade of VISN 1 Laundry Building 45 at the Veterans Affairs Medical Center in Brockton, Massachusetts. The project requires the contractor to provide all labor, equipment, materials, and supervision for selective demolition of existing MEP systems, finishes, and structural elements, followed by the construction of new structural improvements, electrical, HVAC, and plumbing systems. Key aspects include sealing the exterior envelope, designing and constructing a service platform for emergency generators, and ensuring all work adheres to federal, state, and local codes. The scope also covers general construction, safety measures, infection control, and the startup of previously installed equipment like elevators and generators. The project emphasizes strict submittal and phasing requirements, including a two-phase construction plan focusing first on structural remediation and then interior systems. Safety protocols, such as confined space permits, site fencing, and adherence to OSHA regulations, are paramount, especially given the proximity to a boiler plant and wetlands. The entire project must be completed within 420 calendar days from the Notice to Proceed. Additionally, the contractor is bound by comprehensive records management obligations, ensuring compliance with federal record-keeping laws and proper handling of all project-related data and deliverables.
    The Department of Veterans Affairs (VA) is issuing a single-source justification for construction materials for the 523A5-10-316 Laundry Building 45 project at the VA Medical Center in Brockton, MA. This justification, under FAR 13.106-1, is for procurements over the micro-purchase threshold but not exceeding $250,000. Key items requiring specific brands include Stanley door locks and cylinders, Innerface interior signage, Siemens HVAC Building Management System, General Electric/EST-3 Fire Alarm System, and Hirsh Electronics/ExacqVision Electronic Safety & Security and Video Monitoring Systems. The rationale for single-source procurement is standardization, system compatibility, existing inventory, maintenance contracts, and continuity of critical safety and security systems. While these components are brand-name specific, the overall procurement will be a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set Aside. Market research was not conducted as the specified products are integral parts of existing facility systems.
    The VISN 1 Laundry B45 Renovation project at VA Brockton, Massachusetts, outlines a comprehensive submittal register for various construction and safety requirements. The document details necessary submissions for general requirements, including confined space programs, security plans, OSHA training records, and abatement procedures. It also specifies submittals for project schedules, safety requirements like accident prevention plans and fire safety plans, and environmental controls such as debris management and sustainable construction plans. The project further requires detailed documentation for commissioning, including preliminary and final plans, checklists, and test reports. Specific construction trades, including cast-in-place concrete, masonry, structural steel, and various other architectural finishes, also have their own submittal requirements for product data, samples, test reports, and certifications.
    The General Decision Number: MA20250012, effective April 4, 2025, outlines prevailing wage rates and labor requirements for building construction projects in Plymouth County, Massachusetts, excluding single-family homes or apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022). The document also lists specific wage rates and fringes for various trades like Asbestos Workers, Bricklayers, Carpenters, Electricians, and Plumbers, along with provisions for paid sick leave under EO 13706. It clarifies identifiers for union, weighted union average, survey, and state-adopted wage rates, and provides a comprehensive appeals process for wage determination matters, including contacts for initial decisions and review by the Wage and Hour Administrator or Administrative Review Board.
    The VA Handbook 6500.6 establishes a framework for information security within contracts involving access to Veterans Affairs (VA) sensitive information. It outlines security requirements for contractors, subcontractors, and associated personnel, mandating compliance with Federal laws and VA Directives on information security and privacy. Key provisions include strict access protocols, background investigations for contractors requiring access to sensitive data, and the necessity for data to remain within U.S. borders wherever possible. The handbook emphasizes the requirement for contractors to notify the VA of any security incidents immediately, undertake annual security assessments, and use VA-approved encryption for transmitting sensitive information. It also stipulates that all sensitive data must be properly sanitized before any media is returned or disposed of, in accordance with federal records management regulations. Liquidated damages are outlined for breaches involving sensitive personal information, establishing contractors' liability for costs incurred from data breaches, including notifications and credit protection services for affected individuals. Compliance with ongoing security control assessments and training requirements for contractor personnel forms an essential part of the outlined security framework. This comprehensive approach underscores the VA's commitment to protecting sensitive information while ensuring that contractors uphold the same security standards as VA personnel across all operations involving sensitive data.
    The government document outlines requirements for contractors responding to a solicitation for structural repair and strengthening projects. Key tasks include repairing heavy load-bearing concrete elements, structural framing, cast-in-place concrete work, CMU wall installation, beam enlargement, epoxy injection for crack repair, and slab repairs. Offerors must demonstrate expertise in at least eight of nine specified areas, detailing steps taken, completed structural work, and the qualifications of key personnel or subcontractors. Contractors are required to submit a project information sheet, providing essential details such as company name, contract and project numbers, award amounts, completion dates, and any OSHA citations. The evaluation focuses on the contractor's capability to deliver work of comparable size and complexity while adhering to safety and regulatory standards. This document illustrates the government's approach to ensuring qualified contractors are selected for critical structural improvements by emphasizing relevant experience and qualifications in project submissions. It underscores the importance of safety compliance and successful execution in federal contracting.
    This document outlines the criteria for evaluating past performance of contractors as part of a federal Request for Proposal (RFP). Contractors must demonstrate their experience as prime contractors on at least two construction projects, completed in the last five years, of similar size and complexity (ranging from $5,000,000 to $10,000,000). This evaluation aims to determine if their performance is "Acceptable" or "Unacceptable." The project information required includes details such as contracting officer contacts, project title, award amounts, completion dates, change orders, OSHA citations, and a description of the work performed. Contractors must provide clear, concise comments on their performance to establish relevance to the current project. This structured approach helps ensure that only qualified and experienced contractors are selected for future work, promoting accountability and quality in government-funded construction projects.
    The document outlines the cost breakdown for a construction project, detailing costs associated with various divisions of work. It includes sections for labor and material costs across different disciplines, such as concrete, masonry, plumbing, HVAC, and more. Each division provides space for specifying details like labor categories, rates, hours, and total costs. Additionally, the summary incorporates subtotals for each division, as well as overall totals which factor in overhead, profit, and bond percentages. The purpose of this comprehensive cost breakdown is to facilitate transparency and adherence to budgeting requirements in government RFPs and grants. By clearly delineating labor and material costs for each division, the document supports stakeholders in understanding project expenditures, ensuring all parties can evaluate the financial proposals adequately. This systematic presentation is essential for both federal and state/local contracting processes, promoting a standardized approach to project cost estimation and management. Overall, it encapsulates critical budgetary components necessary for informed decision-making in public sector construction projects.
    The document pertains to the site plan for the V.A.M.C. (Veterans Affairs Medical Center) in Brockton, detailing specifications for parking and handicapped access. Key dimensions related to parking areas and pathways are outlined, indicating a meticulous layout designed to accommodate vehicles, including those for handicapped individuals. The plan specifies various area lengths and widths, contributing to efficient use of space while adhering to accessibility standards. The project reflects the government's commitment to enhancing infrastructure for veteran services through thoughtful and inclusive planning. This site plan is likely part of a larger RFP or federal grant aimed at improving healthcare facilities for veterans, ensuring their needs are met effectively.
    The document outlines a comprehensive list of equipment and systems requested through a government Request for Proposal (RFP) for a textile processing facility. Key items include various types of machinery such as soil side non-recessed floor scales, automated conveyors, washing systems, drying tumblers, and air filtration units, all marked as new. Renowned brands like Rice Lake, E-Tech, and Milnor are prominently featured, indicating a focus on high-quality equipment. The document specifies quantities for each item, with additional details on dimensions and capacities, ensuring clarity on requirements. The RFP highlights the procurement process for essential equipment aimed at enhancing operational efficiency and compliance within textile processing environments. The organization appears committed to modernizing its facilities by integrating advanced technology to optimize production and workflow. Overall, this document serves as a critical roadmap for potential suppliers, detailing specific needs that align with federal and state operational standards.
    The document outlines the structural design criteria for the upgrade of the Laundry facility at the Brockton VA Medical Center. It specifies adherence to various codes and standards, including the 2021 International Building Code and seismic design requirements specific to the Department of Veterans Affairs. Key design loads are detailed, including dead, collateral, live, snow, wind, and seismic loads applicable to the facility. The document also includes thorough serviceability criteria, specifying allowable drift and deflection for existing and new structural members. For instance, lateral drift is limited to 0.1 times the building height, and vertical deflection for new floor members must not exceed L/360 for live loads. This structured approach ensures that the upgraded facility meets safety and performance standards for resilience in the face of seismic and wind threats, aligning with federal compliance and design expectations. The standards set forth in the document are crucial for guiding construction, maintaining structural integrity, and ensuring operational efficacy of the laundry facility.
    The document outlines structural calculations and design criteria for an existing steel-framed building, focusing on floor and foundation analyses. The floor was evaluated under a standard load of 100 pounds per square foot (psf), with adjustments in locations where new equipment exceeds this load, indicating a tailored approach to structural integrity based on specific conditions. Additionally, it references checks on the existing concrete beam and slab, as well as reinforcing designs. The analysis includes the assessment of steel joist flooring and stair member designs, ensuring they meet safety and design standards. These calculations are integral to determining the building's capability to support new installations, reflecting a methodical process necessary for compliance with relevant regulations and the successful execution of potential RFPs or grants aimed at building improvements. Overall, the document highlights the importance of thorough structural evaluation in aligning with government expectations for safety and functionality.
    The document outlines the regulatory and design requirements for the renovation of the laundry facilities at the VA Brockton, specifically Building 45. It includes references to essential VA planning and construction criteria such as the master specifications, design manuals, accessibility standards, and seismic design requirements. Additionally, it specifies adherence to various building codes and standards, including the International Building Code and National Fire Protection Association guidelines. Key points include occupancy classifications, egress requirements, fire protection features, plumbing facilities, and specific guidelines on industrial occupancy and safety systems. The document highlights the necessity for clear exit routes and adequate plumbing fixtures based on occupancy loads, ensuring compliance with local and federal safety regulations. The emphasis on integrated fire protection and egress planning reveals the commitment to maintaining high safety standards during the renovation. Overall, this document serves as a comprehensive guideline for contractors and designers involved in the project, ensuring it aligns with federal and state regulatory frameworks.
    The Healthcare Laundry Accreditation Council (HLAC) established the 2023 Accreditation Standards for Processing Reusable Textiles for Use in Healthcare Facilities, aimed at ensuring hygienically clean textiles in healthcare settings. The document outlines essential elements such as textile control procedures, laundry facility design, management of hazardous materials, and contingency planning for emergencies. Key standards require physical separation between soiled and clean textile areas, adherence to safety protocols, and comprehensive training for laundry personnel. Important updates to this edition include a focus on compliance with federal guidelines and the removal of subjective language, ensuring clarity in expectations. The standards emphasize documentation for equipment maintenance and water quality, along with a structured protocol for handling potential hazards, including contaminated textiles. Furthermore, a thorough inspection process is mandated to achieve accreditation. This document serves as a regulatory framework supporting healthcare facilities' operations, aligning with government RFPs and grants by enhancing patient safety and infection control practices within the textile processing sector.
    The file outlines the inventory of laundry equipment at the VA Boston Healthcare System's Brockton Campus, detailing both excess and saved laundry items within the facility. The saved section lists operational equipment including a lint collection system, automatic flatwork spreader feeder, thermal fluid flatwork ironer, and various folders and stackers, primarily manufactured by Energenics and Chicago. The equipment years range from 2014 to 2017. Conversely, the excess equipment section catalogs outdated items available for removal or replacement, including a weighing scale, textile storage systems, monorail conveyors, and an array of washer extractors and dryers, mostly from 1991 but some as recent as 2015. This also includes supports for cleaning processes and mechanical attributes like pumps and storage tanks. The listing emphasizes the age and condition of equipment, directing attention toward the need for upgrades and considerations for potential disposal or repurposing. This document serves to facilitate government RFPs regarding the maintenance, replacement, or disposal of laundry equipment, demonstrating a systematic approach to asset management in public healthcare environments. By maintaining an organized inventory, the VA aims to ensure operational efficiency while complying with federal guidelines for equipment and facility management.
    The Upgrade VISN 1 Laundry project at the Brockton VA Medical Center aims to restore the operational capacity of Laundry Building 45, which has been unused since 2016 due to structural issues. This project addresses necessary rehabilitation, focusing on structural, electrical, mechanical, plumbing, and fire protection systems. Key actions include reinforcing the existing building infrastructure to support new laundry equipment, which remains stored offsite. Significant demolition is required to rectify previously non-code-compliant plumbing work and to adjust HVAC systems left unoperational due to the prior incomplete renovations. The renovation is planned in phases; the first addressing structural remediation, followed by the integration of all systems necessary for a fully functional laundry facility. Cost estimates from initial proposals have risen significantly, now approximating $8.8 million upon final design completion. The project will comply with all applicable codes and standards, ensuring thorough evaluation and adherence to updated safety and efficiency guidelines. This strategic renovation embodies the government’s commitment to updating facilities that serve veterans, ensuring optimal functionality under modern standards.
    The U.S. Department of Veterans Affairs has issued a Request for Proposals (RFP) for the Upgrade project of the VISN 1 Laundry Building 45 located in Brockton, MA (Project Number: 523A5-10-316). This project aims to modernize the laundry facilities, including enhancements to mechanical, electrical, and plumbing systems. Key engineering firms involved include ClarkNexsen for MEP engineering, Innovative Engineering for structural services, and Axias, Inc. for cost estimation, complemented by Laundry Design Group for laundry equipment. The upgrade is part of broader compliance with federal regulations and building codes relating to safety, accessibility, and fire protection. The plans encompass demolition of outdated structures, installation of new systems, and integration with existing infrastructure, emphasizing safety measures during construction, such as maintaining fire-rated assemblies and exits. This project represents the VA's commitment to improving operational efficiency and safety within healthcare facilities while adhering to regulatory standards.
    The document outlines Revision 01 of the VA Brockton Laundry Upgrade project, specifically detailing revisions to the contract documents. Key modifications include the deletion of a flow meter from the plumbing plan and adjustments to architectural, structural, mechanical, plumbing, and electrical components of the project. Highlights of the revisions involve removing certain construction elements on specified grid lines, updating detail markers in the structural plans, and changing notes related to contractor responsibilities for installations. The document emphasizes the importance of maintaining existing conditions and fire-rated assemblies throughout the project duration, as well as the necessity for the contractor to verify existing conditions prior to commencement of work. The revisions are presented in a systematic format, referencing detailed drawings and specific sections to ensure clarity and compliance with project specifications. This file serves as a formal amendment to the project’s contract documents, signaling the need for accuracy and adherence to safety protocols during construction activities. It reflects the VA’s commitment to improving facilities while ensuring regulatory compliance and maintaining operational standards.
    The Upgrade VISN 1 Laundry project at the VA Boston Healthcare System involves extensive renovations to Building 45, focusing on improving laundry facilities as per the issued specifications and drawings. The contractor is tasked with site preparation, including demolition, and ensuring compliance with safety and environmental standards. The project is framed within a structured schedule covering various divisions, including general requirements, existing conditions, concrete, masonry, mechanical systems, and electrical systems. Key components include maintaining site security, ensuring continuous utility service, and following strict protocols for the demolition and handling of hazardous materials. A comprehensive approach is mandated for project management, emphasizing coordination with medical center operations to prevent interruption of services. The contractor must adhere to specific testing, commissioning, and warranty management processes to guarantee quality and compliance with VA standards. This project underscores the VA's commitment to enhancing healthcare infrastructure for veterans while prioritizing safety and operational integrity.
    The VHA Pre-Construction Risk Assessment (PCRA) document serves as a guideline for conducting facility risk assessments associated with construction, renovation, and maintenance activities within Veterans Health Administration facilities. It outlines the minimum requirements for identifying the type of activity and corresponding safety risks to patients, employees, and contractors, thereby informing the necessary precautions to mitigate these risks. The document categorizes activities into different types—inspection/upkeep, small-scale, and large-scale—each with its specific control measures. Key points include the requirement for detailed communication and coordination with affected areas during the planning phase to minimize disruption. It stresses the importance of adhering to Infection Control Risk Assessment (ICRA) directives where applicable. Additionally, the template allows customization to incorporate site-specific requirements, necessitating a thorough hazard analysis, daily inspections, and site-specific safety plans for various activity levels. It highlights the need for toxic substance management, proper training for personnel involved, and adherence to safety protocols such as lockout/tagout (LOTO) procedures. Overall, this document reinforces the VHA's commitment to maintaining safety and operational integrity during construction and renovation efforts, ensuring minimal impact on the healthcare environment.
    The document is a comprehensive Schedule Review Checklist used for evaluating contractor performance on federal projects, particularly for the Department of Veteran Affairs (VA). It outlines several sections aimed at confirming compliance with project milestones and schedule management processes. Key areas of focus include the review of milestone completion dates, the accuracy of schedule updates, confirmation of remaining activity durations, and the identification of potential schedule delays. The contractor is required to submit various reports, including S curves, cash flow reports, and schedule logs, which should all align with the project's original scope and anticipated timelines. Additionally, it emphasizes the necessity for meticulous documentation of any changes, justification for lags, and monitoring of resource assignments to ensure project completion within contract requirements. The purpose of the checklist is to promote quality control and accountability in project execution, thereby facilitating successful project delivery and adherence to predetermined schedules. Overall, the document supports governmental oversight in managing federal contracts, ensuring contractors fulfill their obligations effectively.
    The document details the Scope of Work (S.O.W.) for project #523A5-10-316, which focuses on the renovation of the VISN 1 Laundry, Building 45 at the Brockton Veterans Affairs Medical Center in Massachusetts. The contractor is responsible for all aspects of the renovation, including demolishing existing systems, upgrading mechanical, electrical, and plumbing (MEP) systems, and ensuring a weather-tight building envelope. Key tasks include structural improvements, installation of service platforms for emergency generators, and starting up existing equipment. The project emphasizes compliance with federal, state, and local regulations, with strict safety, infection control, and environmental protection requirements. Work shall be completed in two phases: first addressing structural deficiencies, followed by mechanical and architectural upgrades. Contractors are required to manage and submit detailed schedules, maintain site safety, and adhere to records management obligations according to federal laws. The overall timeline for project completion is set at 420 calendar days from the Notice to Proceed. The document underscores the importance of safety and compliance in delivering a fully operational laundry facility for the VA, aligning with federal guidelines and standards.
    The Department of Veterans Affairs (VA) is seeking to justify a single-source procurement for specific construction materials necessary for the Laundry Building 45 project at the VA Medical Center in Brockton, MA, under the Simplified Acquisition Procedures. The justification addresses materials such as specialized door locks from Stanley, customized lock cylinders, Innerface signage, and a Siemens Direct Digital Control HVAC system, all of which are required for standardization across the facility. The request asserts that only these particular brands are accepted due to their compatibility with existing systems and inventory management, eliminating the need for new supplier relationships and potential operational risks. Market research was not performed as these items and systems have been previously obtained through competitive means and are integral to current operations. Although brand names are specified, the overall procurement will be open to Service-Disabled Veteran-Owned Small Businesses. The Contracting Officer certifies the justification’s accuracy, affirming that the procurement process will ensure competitive and fair pricing before contract award.
    The VISN 1 Laundry B45 Renovation project at the VA facility in Brockton, Massachusetts, involves extensive planning and compliance with various regulatory requirements, including submittals related to safety, environmental impact, and construction management. The document outlines a comprehensive submittal register detailing the types of required submissions such as general requirements, security plans, and safety inspections, along with procedures for review by architectural and engineering (A/E) authorities as well as the VA itself. Essential components include plans for confined space programs, dust and debris management, sustainable construction practices, commissioning requirements, and safety protocols. Each listed item necessitates specific documentation, inspections, and approvals, reflecting the project's complexity and the importance of adhering to federal standards for construction and facility management. In summary, this document serves as a guide for contractors to facilitate compliance and ensure thorough oversight throughout the renovation process, highlighting the VA's commitment to maintaining high standards for its infrastructure projects.
    This document outlines the General Decision Number MA20250012 related to wage determinations for building construction projects in Plymouth County, Massachusetts. It emphasizes compliance with the Davis-Bacon Act and relevant Executive Orders on minimum wage. For contracts initiated or renewed post-January 30, 2022, a minimum wage of $17.75 per hour is mandated, while contracts awarded between January 1, 2015, and January 29, 2022, require payment of at least $13.30 per hour. A detailed table lists various construction labor classifications (e.g., electricians, carpenters, and plumbers) along with their respective pay rates and fringe benefits, reflecting prevailing wages for unionized and surveyed classifications. The document also notes the annual adjustments to minimum wage rates and stipulates requirements for additional classifications not listed. Furthermore, it outlines the appeals process for wage determinations, providing contact information for the Wage and Hour Division of the U.S. Department of Labor. This document serves to ensure fair compensation in federal contracts, supporting compliance and worker protections within government-funded construction projects.
    This Addendum No. 2, dated July 18, 2025, details changes to the contract documents for the 2224 VA Brockton, Bldg. 45, Laundry Upgrade project. It outlines modifications to specifications, including replacing the Table of Contents, adding Aluminum Windows (Section 085113), deleting Steel Windows (Section 08 51 23), and replacing Door Hardware (Section 87 10 00). The document also specifies extensive revisions to architectural, structural, mechanical, plumbing, and electrical drawings. Key updates include relocating water tanks, adding service access doors, modifying sump pits and louver locations, updating RTU frame structures, and revising fan and ductwork layouts. Structural changes involve adding sumps, pads, lintels, and framing details. Mechanical updates focus on boiler flue routing, tunnel washer exhaust, and fan schedules. Plumbing revisions include new sewer piping, floor drains, and compressed air taps. Electrical modifications cover equipment connections for louvers, fan relocation, and panel schedule adjustments. Fire protection notes address sprinkler piping removal, re-installation, and relocation. This addendum ensures all bidders incorporate these changes into their proposals, maintaining compliance with VA requirements.
    Amendment 0004 for Solicitation 36C24125R0008, issued by the Department of Veterans Affairs, Network Contracting Office 1, addresses several key changes. The most significant update is the extension of the hour and date for receipt of offers to August 21, 2025, at 4:00 PM EDT. Additionally, the second site visit, originally scheduled for July 8, 2025, has been canceled and rescheduled for August 21, 2025, at 8:00 AM EDT, with participants meeting outside Building 45. The Request for Information (RFI) cut-off date is also extended to August 4, 2025, by 4:00 PM EDT. Finally, the amendment announces that a future amendment will be issued to address RFIs and provide updated revised drawings.
    Amendment 0005 to solicitation 36C24125R0008, issued by the Department of Veterans Affairs, Network Contracting Office 1, clarifies key dates and details for offerors. The amendment specifies that a rescheduled second site visit will occur on July 28, 2025, at 8:00 AM EDT, with participants meeting outside Building 45. Crucially, the proposal due date remains unchanged, set for August 21, 2025, at 4:00 PM EDT. This modification ensures offerors are aware of the updated site visit schedule while confirming the final submission deadline, maintaining the integrity of the solicitation process for the contract identified as 523A5-10-316.
    The document addresses questions and answers related to Project # 523A5-10-316, "Upgrade VISN 1 Laundry Building 45," under Solicitation # 36C24125R0008. Key inquiries cover discrepancies in signage schedules and drawings, submission guidelines for proposals, unlisted demolition work, missing bolts in structural connections, and methods for concrete beam reinforcement. For most technical questions regarding signage, demolition, structural connections, and concrete beams, the answer consistently refers to updated drawings, specifications, and attachments issued in Amendment 0006. For proposal submissions, the document confirms the correct email address (NCO1constructionteam2proposals@va.gov), advises on a 20MB file size limit for Outlook, and permits multiple emails for comprehensive submissions, recommending clear subject lines (e.g., "e-mail 1 of 3") for organization.
    This document addresses questions and answers for Project #523A5-10-316, "Upgrade VISN 1 Laundry Building 45," a federal RFP. Key clarifications include resolving discrepancies in signage schedules by referring to updated drawings in Amendment 0006, confirming that proposals can be submitted via multiple emails to NCO1constructionteam2proposals@va.gov with a recommended subject line format for clarity, and detailing demolition requirements for structural upgrades, emphasizing that contractors are responsible for removing and reinstalling existing ceilings, ductwork, and electrical/fire suppression components. The document also specifies providing a 3/16" fillet weld for missing structural connection bolts, advises removing and replacing masonry walls for concrete beam reinforcement, and clarifies that new interior windows will be aluminum for cleanability while exterior windows remain. It confirms an existing roof warranty and states that no fireproofing is required for supplemental steel. For bidding purposes, offerors should price equipment replacement for a complete functioning system, and conflicts between structural repairs and existing electrical systems will be processed as changes during contract performance under the FFP contract. Finally, the document notes that existing mechanical and plumbing components should be removed as required for new structural steel installation, and identifies Softrol for laundry process controls and Siemens for HVAC controls.
    The document is a site visit sign-in sheet for Solicitation Number 36C24125R0008, Project Number 523A5-10-316, titled "Upgrade VISN 1 Laundry Building 45." The site visit occurred on July 28, 2025, at 8:00 AM at the VAMC in Boston, Brockton, MA. The purpose of the visit was for contractors and their representatives to review all site requirements related to the project. The contracting point of contact is Alexis Duda. The sheet lists attendees from both the government and contracting companies, confirming their presence at the site visit.
    The document outlines the electrical power plans and equipment connection schedules for the VISN 1 Laundry Building 45 Upgrade project at the Brockton Campus, managed by the U.S. Department of Veterans Affairs. It details the mechanical and general power layouts for the basement, first floor, and roof, including various HVAC units, hot water unit heaters, exhaust fans, and Variable Refrigerant Flow (VRF) systems. Key notes specify responsibilities for Division 23 (equipment) and Division 26 (electrical), emphasizing inspection, testing, and commissioning of existing and new equipment to manufacturer's requirements. The document also provides comprehensive schedules for plumbing, mechanical, and VRF system connections, along with an electrical panel schedule, highlighting power loads and demand factors. The project aims to upgrade the laundry facility while ensuring compliance with electrical and mechanical standards.
    The document outlines comprehensive structural design and construction requirements for a federal government project, likely an RFP. It specifies adherence to various design codes including IBC 2021, ACI 318-19, AISC 360-16, and ASCE 7-16, along with VA-specific manuals for structural, seismic, and physical security design. Key aspects covered include detailed design loads for roofs, floors, rain, flood, snow, wind, and earthquake, with specific parameters provided. The document also addresses shop drawing submittal procedures, emphasizing contractor responsibility and review timelines. It provides extensive guidance on handling existing conditions, equipment coordination, anchorage, and structural support. Demolition and removal procedures are detailed, focusing on safety, environmental compliance, and protection of existing structures. Furthermore, the document lays out reinforced concrete, structural steel, post-installed anchors, steel floor decking, bar grating, and reinforced masonry requirements, including material specifications, fabrication, installation, quality control, and repair. This detailed file ensures structural integrity, safety, and compliance with federal standards for the project.
    The document outlines a comprehensive project to upgrade the VISN 1 Laundry Building 45 in Brockton, MA, for the U.S. Department of Veterans Affairs. It includes detailed architectural plans for demolition, equipment layout, life safety, and new construction across the basement and first floor. The project focuses on modernizing the laundry facility's infrastructure, incorporating mechanical, electrical, and plumbing engineering services. Key aspects involve demolition of existing structures, installation of new concrete slabs and equipment, and updates to fire barriers and safety systems. The plans emphasize coordination between various trades and adherence to safety protocols, including maintaining fire-rated assemblies and egress paths during construction. The project aims to enhance the functionality and safety of the laundry facility.
    The document outlines the Basement and First Floor Fire Suppression Plans for the upgrade of VISN 1 Laundry Building 45 at Brockton Campus, Massachusetts, for the U.S. Department of Veterans Affairs. The project involves significant modifications and upgrades to the existing fire suppression systems to ensure full compliance and operational efficiency. Key aspects include relocating existing riser components, completing sprinkler system installations (including branch lines and sprinklers), and coordinating with structural remediation efforts. On the first floor, additional branch lines and connections for drying equipment are required, along with relocation of existing piping to accommodate new room layouts and monorail systems. The plans emphasize adherence to NFPA 13 criteria and require all exposed sprinkler piping to be painted red. The project is managed by Clarknexsen (MEP), Innovative Engineering, Inc. (Structural), Axius, Inc. (Cost Estimating), and Laundry Design Group, LLC (Laundry Equipment Vendor).
    The document outlines the mechanical HVAC and piping demolition and installation plans for the upgrade of VISN 1 Laundry Building 45 at Brockton Campus, Massachusetts, for the U.S. Department of Veterans Affairs. This project, identified as 523A5-10-316, involves extensive modifications to the basement, first floor, and roof. Key aspects include demolition of existing ductwork, hangers, accessories, and piping, with some components to be removed and reinstalled for structural reinforcement. New installations cover ventilation supply and exhaust ductwork, hot water hydronic systems, and refrigerant piping, with detailed specifications for sizes and connections. The plans emphasize coordination between mechanical and laundry equipment contractors for duct routing and roof penetrations, ensuring compliance with manufacturer recommendations and balancing of air devices. The project aims to modernize the laundry facility's infrastructure while adhering to safety protocols and detailed engineering requirements.
    The document outlines a comprehensive project to upgrade the VISN 1 Laundry Building 45 at Brockton Campus, Massachusetts, for the U.S. Department of Veterans Affairs. This initiative, identified by Project Number 523A5-10-316, focuses on extensive plumbing and mechanical system improvements. Key aspects include detailed plans for sanitary, domestic water, hot water, tempered water, and compressed air piping systems across the foundation, basement, and first floor. The project emphasizes connecting new plumbing to existing infrastructure, replacing outdated components, and ensuring compliance with current standards. Specific installations include new waste pipes, vent pipes, domestic water service pipes, and well water supply lines. The document also highlights the integration of laundry equipment, water heating and treatment systems, and air compression. The project involves multiple consulting firms for mechanical, electrical, plumbing, structural, cost estimating, and laundry equipment vendor services. Overall, it aims to modernize the laundry facility's infrastructure, ensuring operational efficiency and safety.
    The document outlines the master specifications for the "2224 VA Brockton, Bldg. 45, Laundry Upgrade" project, detailing a comprehensive range of construction and system requirements. It is structured into multiple divisions, including Special Sections, General Requirements, Existing Conditions, Concrete, Masonry, Metals, Wood/Plastics/Composites, Thermal and Moisture Protection, Openings, Finishes, Specialties, Fire Suppression, Plumbing, HVAC, Electrical, Communications, and Electronic Safety and Security. Key aspects covered include project scheduling, safety, quality control, demolition (including lead-based paint removal), and specific technical standards for various trades. The document emphasizes adherence to VA standards and covers all phases of the project, from structural elements and finishes to complex mechanical, electrical, and communication systems, including commissioning requirements for several systems.
    The document,
    This government file details specifications for door hardware, including installation, maintenance, and compliance standards, for a VA project in Brockton, Building 45, focusing on a Laundry Upgrade. It outlines requirements for various hardware components such as hinges, closers, locks, and keying systems, emphasizing adherence to accessibility standards (ABAAS), fire safety codes (NFPA 80, NFPA 101), and industry standards (ANSI/BHMA). The document also covers submittal procedures, warranty information, and pre-installation meeting protocols. Key aspects include specific material and finish requirements, detailed hardware heights, and installation guidelines. The file lists various hardware sets, noting that many are not used, and provides a legend for electrical hardware abbreviations.
    This document, "General Decision Number: MA20250012 07/18/2025," outlines prevailing wage rates and labor standards for building construction projects in Plymouth County, Massachusetts, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts post-January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022) for federal government contracts subject to the Davis-Bacon Act. The document lists specific wage and fringe benefit rates for various construction trades, including asbestos workers, bricklayers, carpenters, electricians, elevator mechanics, power equipment operators, ironworkers, laborers, painters, glaziers, plumbers/pipefitters, roofers, sprinkler fitters, and sheet metal workers. It also addresses paid sick leave under Executive Order 13706 and provides a comprehensive appeals process for wage determinations, detailing contact information for initial decisions and subsequent reviews by the Wage and Hour Administrator and the Administrative Review Board.
    The document outlines Addendum No. 2 for the Laundry Upgrade project at the VA Medical Center in Brockton, detailing modifications to the contract documents as mandated by the Department of Veterans Affairs. Key changes include the replacement and addition of specific architectural sections, such as those concerning aluminum and steel windows, as well as door hardware specifications. Significant drawing changes involve the relocation of a water tank, updated exit path striping, and the addition of service access doors in Room 118. Structural and mechanical plans have also been revised to incorporate new framing details and updated ductwork for exhaust systems. Plumbing updates include new sewer connections, while electrical modifications reflect adjustments for equipment connections and fan relocation. The addendum ensures contractors integrate these updates into their proposals to maintain compliance with VA guidelines. Overall, this document serves to inform bidders of essential changes and to guide project execution in alignment with federal standards.
    The document is an amendment to a federal Request for Proposals (RFP) concerning a contract administered by the Department of Veterans Affairs Network Contracting Office 1, focusing on a project at the Central Western Massachusetts VAMC. The amendment, identified as Amendment 0004, includes essential updates affecting the solicitation process. Key points include the cancellation of a second site visit initially planned for July 8, 2025, which has been rescheduled for August 21, 2025, at 8:00 AM EDT. Additionally, the cut-off date for Requests for Information (RFIs) has been extended to August 4, 2025, at 4:00 PM EDT, and the proposal submission deadline is now set for the same date of August 21, 2025, at 4:00 PM EDT. The document also notes that a subsequent amendment will be released to address RFIs and provide updated drawings. These changes reflect efforts to enhance communication and clarify requirements for bidders, ensuring compliance with the formal procurement process as the VA moves forward with this project.
    This document serves as Amendment 0005 to solicitation number 36C24125R0008, issued by the Department of Veterans Affairs' Network Contracting Office 1 in Massachusetts. The amendment clarifies two key components for potential bidders. Firstly, it reschedules a second site visit to July 28, 2025, at 8:00 AM EDT, requiring participants to convene outside Building 45, as outlined in the attached campus map. Secondly, it confirms that the proposal submission deadline remains unchanged at August 21, 2025, by 4:00 PM EDT. The amendment aims to ensure that all involved parties have clear and updated information necessary for the bidding process, aligning with federal RFP protocols. The document emphasizes the importance of acknowledging receipt of the amendment to avoid rejection of offers, highlighting procedural compliance in government contracting. All previously established contract terms remain intact unless explicitly modified by the amendment.
    The document relates to the upgrade of the VISN 1 Laundry Building 45 and provides responses to various questions posed by prospective contractors. It addresses discrepancies in signage indicated in the drawings, querying the attachment limitations for proposal submissions, and concerns about demolition work required for structural modifications. The responses consistently reference updated drawings and specifications issued in Amendment 0006 for clarification. Specific issues discussed include the removal of existing structural supports and connections needing repair, as well as concrete beam reinforcement work options beneath masonry walls. The focus is on ensuring contractors have the necessary information to submit accurate proposals while adhering to project specifications and standards. This document is part of the RFP process, emphasizing clear communication between the government agency and vendors, reflecting the importance of precise planning and coordination in federal construction projects.
    The document outlines the Upgrade VISN 1 Laundry Building 45 project at the Brockton Campus, managed by the U.S. Department of Veterans Affairs. The project focuses on enhancing mechanical, electrical, and plumbing systems, addressing existing installations and their compliance with current standards. Key services are provided by ClarkNexsen for MEP engineering, Innovative Engineering for structural needs, and Axias, Inc. for cost estimating. The upgrades involve inspecting current equipment, making new power connections for various mechanical units, and ensuring all installations meet manufacturer and safety requirements. Emphasis is placed on coordination among contractors, testing, and commissioning of new and existing systems. Detailed plans, schedules, and the location of each mechanical unit are described to facilitate efficient implementation. This initiative reflects the VA's commitment to improving facility infrastructure to better serve veterans.
    The document outlines structural design requirements for a construction project involving the upgrade of the VISN 1 Laundry Building, including adherence to various building codes and standards. It specifies the design criteria based on the 2021 International Building Code and includes extensive detail on design loads, including dead, live, snow, wind, and earthquake loads. Attention is given to existing conditions and necessitates the contractor's responsibility for verifying site conditions and ensuring safety during demolition and construction. The document emphasizes the need for proper coordination and submission of shop drawings while ensuring structural integrity through detailed requirements on concrete, steel, and masonry specifications. Regulatory compliance with federal, state, and local guidelines is mandated throughout the project. This summary reflects the project's focus on safety, adherence to building codes, and the commitment to a structurally sound and resilient construction process under federal regulations.
    The document outlines a comprehensive upgrade plan for the VISN 1 Laundry Building 45 in Brockton, MA, spearheaded by the U.S. Department of Veterans Affairs. It includes extensive renovations aimed at enhancing internal infrastructures, such as mechanical, electrical, and plumbing systems. Key tasks involve verifying existing conditions, demolition of damaged components, installation of new equipment, and ensuring fire safety compliance. The plan emphasizes coordination between various engineering disciplines and contractors to maintain operational efficiency and public safety during construction. Additionally, it addresses essential safety measures, including fire barriers and egress paths to adhere to building code requirements. This initiative exemplifies the VA's commitment to improving facility reliability while adhering to safety regulations and operational standards.
    The federal document outlines plans for upgrading the VISN 1 Laundry Building 45 at the Brockton Campus, under the U.S. Department of Veterans Affairs. It details modifications to the building's fire suppression system, indicating an extensive redesign and repositioning of existing sprinkler systems to ensure compliance with safety regulations and operational efficiency. Key engineering partners include ClarkNexsen for mechanical, electrical, and plumbing services, Innovative Engineering, Inc. for structural engineering, and Axias, Inc. for cost estimating. Specific tasks involve relocating components within the mechanical room, reconfiguring sprinkler layouts to accommodate new equipment, and meeting fire safety criteria. The document emphasizes maintaining functionality while coordinating with structural upgrades, aiming for a fully sprinklered environment to enhance safety standards. The initiative demonstrates a commitment to modernizing VA facilities, ensuring effective fire suppression and reliable service for laundry operations.
    The government document outlines the upgrade project for the VISN 1 Laundry Building at the Brockton Campus as part of the U.S. Department of Veterans Affairs' initiatives. The project involves comprehensive mechanical, electrical, and plumbing engineering services to enhance the facility's infrastructure. Key tasks include the demolition of outdated systems, installation of new ductwork and equipment, and coordination with multiple engineering disciplines. The document specifies the need for fire safety measures and compliance with local building regulations throughout the renovation process. It emphasizes the importance of maintaining operational efficiency by ensuring that new installations align with the latest technologies and methodologies while providing easy access to maintenance areas. The upgrade reflects the VA's commitment to providing modernized facilities that meet the operational requirements of laundry services in a healthcare setting, implementing improvements that prioritize health standards and overall building performance.
    The document outlines the upgrade project for the VISN 1 Laundry Building 45 at the Brockton Campus, overseen by the U.S. Department of Veterans Affairs. It details the planning and engineering requirements for mechanical, electrical, and plumbing services, provided by various specialized firms. The project aims to improve existing systems, ensuring compliance with safety and operational standards. Key activities include connecting new piping systems, integrating equipment, and addressing sanitary and waste management needs. The document contains technical specifications, drawings, and notes for installation, highlighting the importance of coordination among contractors. Revisions to the plans and timelines are noted, ensuring the project's alignment with federal guidelines and quality assurance. The overall goal is to enhance facility effectiveness while maintaining health, safety, and efficiency standards within the VA infrastructure.
    The file outlines specifications for the Laundry Upgrade project at the Brockton Veterans Affairs building. It serves as part of the federal RFP process, detailing requirements and guidelines across various construction divisions. The document is organized into divisions covering general requirements, existing conditions, concrete, masonry, metals, wood, thermal protection, openings, finishes, specialties, plumbing, HVAC, electrical systems, communications, and electronic safety. Key points include strict adherence to quality control measures, environmental controls, sustainable construction practices, and extensive documentation, such as shop drawings and product data. Specific attention is given to safety requirements and inspections throughout the project. Additionally, the file includes provisions for the demolition of existing structures, the installation of new systems, and ongoing maintenance considerations. This comprehensive overview underscores the commitment to meeting VA standards and ensuring the project's success and compliance with federal and local regulations.
    The document outlines specifications for the aluminum windows renovation project at the VA Brockton facility's laundry building. It details the design, material, and performance requirements for the aluminum windows to be installed, emphasizing compliance with various industry standards, including those from the American Architectural Manufacturers Association (AAMA) and ASTM International. The document mandates pre-installation meetings involving key stakeholders and the need for comprehensive submittals, including drawings, product data, and warranty information. Additionally, it establishes quality assurance procedures, stressing the importance of using certified manufacturers with a proven history in similar installations. The specifications dictate that windows must be energy-efficient, contain high recycled aluminum content, and adhere to structural performance standards to withstand wind loads and resist moisture. The installation process must follow predetermined guidelines to ensure durability and functionality. The document serves as a formal framework for contractors responding to government RFPs, ensuring that all aspects of the window installation meet safety, environmental, and quality standards required for federal projects.
    The document outlines the specifications for door hardware related to the remodeling of Laundry Upgrade at the Brockton VA facility, due for completion by August 2024. It details the requirements for the installation, compliance with building codes, hardware types, warranties, and maintenance manuals. The project mandates adherence to the Architectural Barriers Act Accessibility Standard (ABAAS) and the latest International Building Code, ensuring all hardware complies with fire safety standards. It emphasizes the necessity of a pre-installation meeting to address various aspects, including coordination with involved parties and inspecting the door hardware. The document also includes specific product standards and installation details for hinges, locks, closers, and access control systems, noting that all products must be from certified manufacturers. Keying requirements are outlined, specifying removable core cylinders for master key systems. The emphasis on comprehensive hardware specifications signifies adherence to increased security and safety protocols necessary for VA facilities. Overall, this project illustrates a commitment to enhancing operational efficiency and security within the VA healthcare system through structured hardware upgrades.
    The document provides a wage determination for building construction projects in Plymouth County, Massachusetts, under the Davis-Bacon Act, effective July 18, 2025. It outlines minimum wage requirements based on Executive Orders 14026 and 13658, mandating that contractors pay covered workers at least $17.75 or $13.30 per hour, depending on the contract's award date and renewal circumstances. The wage determination details various construction-related job classifications, associated wage rates, and fringe benefits for skilled trades such as electricians, carpenters, and plumbers. Additionally, it highlights requirements for paid sick leave under Executive Order 13706 and procedures for appealing wage determinations. The regulations aim to ensure fair labor standards and worker protections in federally funded projects, emphasizing compliance with prevailing wage rates for construction work. The document serves as a guide for contractors and stakeholders involved in RFPs and grants associated with government contracts that involve building construction.
    Similar Opportunities
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Veterans Affairs, Department Of
    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.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov for further information.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Correct FCA Deficiencies Chiller Plant" project at the Coatesville VA Medical Center, specifically aimed at addressing deficiencies in the chiller plant. The project requires contractors to provide all necessary labor, materials, and equipment to install a water softening system, rooftop exhaust fans, motorized dampers, and other essential components, with a performance period of 120 calendar days from the notice to proceed. This construction effort is critical for maintaining efficient cooling operations within the facility, ensuring compliance with various safety and building codes. Interested bidders, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit their offers by January 16, 2026, at 10:00 AM EST, and can contact Contract Specialist Kevin A Rodgers at kevin.rodgers2@va.gov for further information.
    36C25726R0010 | Project # 674-21-252 Renovation of Bldg. 62 AC Shop
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans’ Medical Center in Temple, Texas, under Solicitation Number 36C25726R0010. This project, designated as Project 674-21-252, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires the contractor to provide all necessary labor, supervision, materials, and equipment for comprehensive electrical, mechanical, and plumbing reconfigurations. The estimated contract value ranges from $2 million to $5 million, with a mandatory performance period of 360 calendar days, and proposals are due by January 29, 2026, at 10:00 AM CST. Interested parties can contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov for further details.
    Z1DA--630A4-26-102 GI RENOVATION PHASE III
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the GI Renovation Phase III project at the VA New York Harbor Healthcare System, Brooklyn Campus. This project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires turnkey services for design and construction, including all labor, materials, tools, supervision, and equipment, with a performance period of 365 calendar days. The scope encompasses finalizing construction in Area B (4th Floor) with minor remaining work and extensive interior construction in Area A (4th Floor), which is currently in a rough-in condition, as well as replacing the AC-5 unit in the 5th-floor Mechanical Room and installing new high-pressure steam lines. Interested contractors must coordinate with Premier Engineering Group, Inc. for the Design-Build Package, adhere to strict safety regulations, and utilize the VISN 2 Autodesk Build Construction management platform for all project correspondence. For further inquiries, contact Contracting Officer Vladimir Stoyanov at Vladimir.Stoyanov@va.gov or by phone at 718-836-6600 ext 8889.
    Y1DA--598-23-136 Permanent Structural Repairs Laundry Building 159
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a Service-Disabled Veteran-Owned Small Business (SDVOSB) to perform permanent structural repairs on Laundry Building 159 at the North Little Rock VA Medical Center. The project involves addressing significant structural deficiencies, particularly in the lower basement, where issues such as spalled concrete and corroded rebar have been identified, necessitating the removal and replacement of damaged materials and the enhancement of shear capacity using Fiber-Reinforced Polymer (FRP). This procurement is critical for maintaining the integrity and safety of the facility, which operates continuously as a medical center. Proposals are due by December 29, 2025, at 10:00 AM CST, and interested contractors should contact Contract Specialist Andrew Misfeldt at andrew.misfeldt@va.gov or (479) 443-4301 ext 66194 for further details.