Z1DZ--Project 502-21-118 (CON) Replace roof and windows of Bldg 4
ID: 36C25625R0067Type: Presolicitation
AwardedAug 6, 2025
$3.9M$3,937,042
AwardeeBLUE CORD DESIGN AND CONSTRUCTION, LLC ORLANDO 32803 FLK
Award #:36C25625C0044
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OTHER HOSPITAL BUILDINGS (Z1DZ)

Set Aside

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

    The Department of Veterans Affairs is seeking proposals for the replacement of the roof and windows of Building 4 at the Alexandria VA Health Care System in Pineville, Louisiana. This project, designated as Project No. 502-21-118, involves extensive renovations to a historic 22,000 square foot structure, including the installation of Ludowici tiles for the roof and energy-efficient windows that replicate the original casement style, in compliance with historical preservation standards. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated budget between $2 million and $5 million, and proposals are due electronically by May 15, 2025. Interested contractors should contact Contract Specialist Jennings Herbst at Jennings.Herbst@va.gov for further details.

    Point(s) of Contact
    Keith MainousContract Specialist
    (601) 618-0761
    keith.mainous@va.gov
    Files
    Title
    Posted
    The project at the Alexandria VA Health Care System in Pineville, LA, aims to replace the roof and windows of Building 4, a historic facility constructed in 1929. The scope includes demolition of the existing roof and windows, installation of a new clay tile and TPO roof, and the setup of new metal canopies. Repairs to the stucco façade and full exterior repainting are also part of the work, along with drainage improvements using new copper gutters and downspouts. Notably, the project plans to maintain food service operations during construction through careful phasing, necessitating temporary partitions. As the building is historic, new windows must replicate the original casement style using energy-efficient materials. The contractor must ensure compliance with local, state, and federal regulations and follow precise safety protocols due to the operational hospital environment. Completion of the project is required within 455 days, including a three-month submittal phase, ensuring minimal disruption to hospital services and patient care while enhancing structural integrity and efficiency.
    The Department of Veterans Affairs is initiating a project to replace the roof and windows of Building 4 at the Alexandria VA Health Care System in Pineville, Louisiana. This project, designated as VA#: 502-21-118, aims to fully prepare the site for construction operations which will include extensive demolition and the installation of new roofing and windows. It incorporates detailed requirements regarding safety, environmental controls, quality management, and adherence to various building standards. The contractor is expected to create a project schedule using the Critical Path Method (CPM) and maintain comprehensive documentation, including an updated project schedule submitted monthly. The work is to be executed in a phased manner to minimize disruption to the Medical Center’s operations, which must continue 24/7. Emphasis is placed on security protocols, waste management, and maintaining existing utility services during construction. The contractor must ensure coordination with the VA to manage any necessary interruptions while robustly protecting existing structures, equipment, and services. This project highlights the VA's commitment to ensuring facility modernization while preserving operational integrity.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs for the Gulf Coast Veterans Health Care System. Its primary purpose is to provide a site visit sign-in sheet, an important detail for potential offerors or bidders involved in the procurement process. The amendment includes various administrative details such as the contract ID code, effective date, and information on the contractor. It emphasizes the necessity for offerors to acknowledge receipt of the amendment by either returning copies or confirming receipt with a reference to the amendment number. While this amendment expands on logistical aspects of the procurement process, it maintains that all other terms and conditions of the original solicitation remain unchanged and in full effect. The document encapsulates the procedural requirements for engagement in federal contracting, which highlights the significance of clear communication and adherence to deadlines in government procurement activities.
    This document is an amendment to a Request for Proposals (RFP) issued by the Department of Veterans Affairs for the Gulf Coast Veterans Health Care System. The primary purpose of this amendment is to extend the deadline for proposal submission to May 15, 2025, at 2:00 PM CDT. It is important to note that additional Requests for Information (RFIs) will not be answered, and no further site visits will be permitted as part of this amendment. All previously established terms and conditions of the solicitation remain unchanged and in full effect. The document includes standard headings and requirements for acknowledging the amendment, stating that offers must recognize receipt of this change to avoid rejection. The amendment reflects administrative changes to accommodate the extended deadline, ensuring that interested contractors have sufficient time to prepare their proposals while maintaining structural compliance with Federal Acquisition Regulations (FAR).
    The document amends a solicitation related to the Department of Veterans Affairs, specifically pertaining to project number 36C25625R0067. The primary purpose of this amendment is to publish a revised Statement of Work (SOW), a Requests for Information (RFI) Register, and a Hazardous Material Survey document. The new SOW is set to replace the previous version dated April 1, 2025, with an update provided on April 30, 2025. The amendment outlines that all terms and conditions of the original solicitation remain intact, aside from specified changes. It also emphasizes the requirement for offerors to acknowledge receipt of this amendment to avoid the rejection of their proposals. The document underscores the importance of proper environmental management and compliance regarding hazardous materials in the execution of the project, facilitating a safe and regulated working environment. This amendment is pivotal in ensuring that all stakeholders are informed of the latest contractual obligations and expectations before the final submission deadline.
    The Alexandria VA Health Care System in Pineville, LA, is initiating a project to replace the roof and windows of Building 4, a 22,000 SF structure dating back to 1929 and listed on the National Historic Register. The renovation includes demolishing the existing roof and windows, installing a new clay tile and TPO roofing system, and replacing windows with energy-efficient designs resembling original casement styles. Structural repairs, such as stucco façade restoration, painting, and upgrading drainage systems, are also part of the project. Careful phasing of construction is required to maintain ongoing food service operations in the hospital. The contractor must ensure compliance with safety, local, state, and federal regulations while performing the work. The project consists of a 90-day pre-construction phase and a construction phase lasting up to 365 days, both requiring thorough documentation and coordination with the Project Engineer. Security, safety, and operational continuity are paramount during this undertaking within a fully operational VA healthcare facility. This project reflects a commitment to preserving historical structures while enhancing functionality and safety.
    The document outlines the requirements for bidders responding to the federal request for proposals (RFP) related to Project No. 502-21-118, which involves replacing the roof and windows of Building 4. The first part requires offerors to provide relevant contract references, detailing their performance on completed projects within the past five years. Each submission should include project specifics such as title, contractual values, timelines, and performance evaluations, categorizing relevance as very relevant, relevant, or somewhat relevant. The second part of the document seeks additional information about the offeror, such as liquidated damages assessments, past performance issues, recognition received, and unique skills. Furthermore, offerors must address specific elements of work, including roles played by major subcontractors. This structured approach fosters thorough evaluation of the offerors’ capabilities and past performances, ensuring only qualified candidates participate in this critical project.
    The document outlines the Past and Present Performance Questionnaire for contractors applying for a project with the U.S. Department of Veterans Affairs (VA) aimed at replacing the roof and windows of Building 4. Contractors are required to fill in their details and send the form to their reference contacts to evaluate their past performance. The questionnaire assesses various performance metrics, ranging from management capabilities to execution of quality control plans, with a scale from 1 (Unsatisfactory) to 6 (Exceptional). Key aspects to be rated include hiring qualified personnel, resolving discrepancies, and supervisor engagement in local issue resolution. The form also includes inquiries regarding the contractor’s overall performance, any cure notices received, and willingness to engage in future contracts. This structured evaluation is essential for the decision-making process related to awarding federal contracts, ensuring that government projects are undertaken by capable contractors. The emphasis on past performance underscores the importance of reliability and efficiency in fulfilling government contracts, reflective of broader standards in federal procurement processes.
    The document outlines the Subcontractor Information and Consent Form required for Project No. 502-21-118, which involves replacing the roof and windows of Building 4 under Request for Proposal No. 36C25625R0067. Its primary purpose is to obtain consent from subcontractors and teaming partners for the release of their past performance information to the prime contractor, a necessary step in facilitating the government’s source selection process. The form outlines the need for subcontractors to provide their company information, including contact details and DUNS/Cage codes, as well as a reference list detailing past projects and performance roles. By signing, subcontractors agree to allow the prime contractor to discuss their past performance, thereby aiding the government in evaluating bid submissions effectively. The consent is rooted in government initiatives to prioritize past performance in evaluating proposals to ensure the best value in contract awards. This approach is crucial in maintaining transparency and fostering collaborative efforts among contractors to enhance project outcomes.
    The document outlines the evaluation criteria for contractors bidding on the replacement of the roof and windows of Building 4, as part of Project No. 502-21-118. It emphasizes the importance of construction safety and requires bidders to provide specific safety data from their Occupational Safety and Health Administration (OSHA) records for the years 2022, 2023, and 2024. Contractors must detail their number of man hours, incidents involving worker injuries leading to time away from work, and serious OSHA violations from the past three years, along with explanations for any infractions. Additionally, the document requests the submission of OSHA 300 and 300a forms, confirming the contractor's adherence to safety protocols. Contractors must also identify the individual responsible for their Safety and Health Program and supply their current Insurance Experience Modification Rate (EMR), with stipulations for explanatory documentation if the EMR exceeds 1.0. Overall, the document serves as a critical tool in evaluating contractor qualifications and safety performance ahead of contract award decisions within a federal contracting context.
    The document serves as a Surety Form required for the technical proposal package related to Project No. 502-21-118, which involves the replacement of the roof and windows of Building 4, as per RFP 36C25625R0067. Contractors must fill out the form with their information and that of their surety, including contact details, bonding experience, contractor ratings, and monetary limits. Key inquiries assess the contractor's financial reliability, including any past project completions by the surety and instances of liability insurance refusal or non-payment complaints from subcontractors/suppliers. This form is critical for evaluating the contractor's qualifications and financial stability in completing government contracts, ensuring that potential risks are identified and addressed before entering into agreements. It is integral to the federal procurement process, aiming to uphold standards of accountability and performance in government-funded projects.
    The document is a Request for Information (RFI) form related to the federal project 36C25625R0067, aimed at replacing the roof and windows of Building 4 under Project No. 502-21-118. It outlines the process for potential contractors to submit their inquiries prior to the proposal submission. Specifically, it instructs interested parties to fill out an editable form with their company's name, contact information, the date, and any inquiries they have concerning the proposal, identifying each question sequentially. All inquiries must be sent via email to a designated government email address. The form is one page long and is labeled as “FOR OFFICIAL USE ONLY,” indicating that it contains sensitive information associated with the source selection process. This document forms part of the broader context of federal RFPs, facilitating clear communication between the government and potential contractors, ensuring that all parties are adequately informed before the bidding process.
    This presolicitation notice details the upcoming project 502-21-118 for the replacement of the roof and windows of Building 4 at the Alexandria VA Health Care System in Pineville, Louisiana. The solicitation number is 36C25625R0067, with a response deadline of May 1, 2025. The project aims to cater to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and falls under the Commercial and Institutional Building Construction category (NAICS 236220). The estimated construction cost ranges from $2 million to $5 million. Interests parties are encouraged to review all RFP materials and submit questions within a specified timeframe, as only one site visit will be conducted before proposals are due. Eligible SDVOSBs must certify their status in the SBA database and be registered in the System for Award Management (SAM). This notice is not a solicitation for proposals; the actual solicitation will be available around April 1, 2025. A Bid Bond will be required for the project, highlighting its regulatory compliance and SDVOSB engagement requirements.
    The document outlines the RFI (Request for Information) Register for Project #502-21-118 concerning the replacement of the roof and windows of Building 4 under RFP 36C25625R0067. It includes responses to various queries regarding project specifications, contractor responsibilities, and requirements for proposal submissions. Key points include the acceptance of dual roles for superintendents as SSHO and QA/QC, the necessity for contractors to verify existing conditions, and the provision of specific quantities for tasks such as decking replacement. The responses confirm that safety measures must be in place for working conditions and that certain hazardous material reports, including lead paint abatement requirements, have been provided. The RFP further clarifies submission guidelines concerning documents, page limits, and evaluation criteria for past performance projects. Emphasis is placed on ensuring that work does not interfere with ongoing kitchen operations and that historic preservation requirements are met. This document serves to facilitate clarity and compliance for prospective contractors, aligning with government standards for RFPs and grants.
    The document outlines a federal Request for Proposals (RFP) from the Department of Veterans Affairs for a construction project designated as "Replace Roof and Windows of Bldg 4" at the Alexandria Veterans Health Care System, Louisiana. The project is a total Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, mandating that only certified SDVOSB entities can apply. Proposals must be submitted electronically by May 1, 2025, and should include performance and payment bonds, past performance documentation, and adherence to a variety of federal regulations including safety and environmental standards. An organized site visit is scheduled prior to submission, and any inquiries must be submitted in writing. The successful contractor must start work within 10 calendar days after award notification and complete it within the specified timeline. The project budget is estimated between $2 million and $5 million. Proposals will be evaluated based on technical approach, past performance, professional qualifications, and pricing, with a focus on achieving the best value for the government. The entire proposal package must meet defined formatting and content criteria to be assessed for award eligibility. This RFP exemplifies stringent federal requirements in contracting while promoting small business engagement through targeted opportunities.
    The project titled "Replace Roof and Windows of Building 4" at the Alexandria VA Health Care System in Pineville, LA, involves replacing the roof, windows, and enhancing the structural integrity of a historic 22,000 SF building originally constructed in 1929. The scope includes demolishing the existing roof and windows, installing a clay tile roof, TPO roofing, and new windows that replicate the historical casement style with energy-efficient glazing. Additional work entails repairing the stucco façade, repainting the building, and replacing the loading dock’s metal canopies. Construction must not disrupt meal services for hospital patients and will be phased accordingly. Environmental considerations include upgrading gutter systems to manage stormwater effectively, ensuring compliance with energy efficiency standards, and adhering to safety regulations. The contractor is tasked with overall site preparation, demolition, and installation, while maintaining security protocols on a fully operational hospital campus. The project is structured into pre-construction and construction phases, with stringent requirements for daily operations, safety, and communication with the Project Engineer. The completion timeframe is set at 365 days post-Notice to Proceed, emphasizing the importance of maintaining operational schedules and adhering to local, state, and federal regulations throughout the process. This initiative demonstrates the commitment to preserving historic structures while ensuring modern functionality.
    The Department of Veterans Affairs (VA) seeks approval for a brand name justification to procure Ludowici tiles for the replacement of the roof and windows of Building 4 at the Alexandria VA Health Care System. This need arises due to the requirement from the State Historic Preservation Office stating that only Ludowici tiles can be used, ensuring standardization across the facility. The acquisition is categorized under "Other than Full and Open Competition," as it meets specific criteria allowing this exemption due to the tiles' unique specifications. The project will be classified as a Service-Disabled Veteran-Owned Small-Business (SDVOSB) set-aside, promoting competition among qualified vendors. Market research indicates a significant number of SDVOSB firms are available, expecting 2-5 proposals that align with the VA's needs. The contracting officer will determine fair pricing based on competition. The overall procurement is set to provide the necessary materials efficiently while adhering to historical preservation standards, thereby supporting the VA’s mission to serve veterans. The justification underscores the importance of brand consistency for successful project completion and emphasizes the agency's proactive approach to ensure compliance and support for small businesses within the veteran community.
    The document outlines a project for replacing the roof and windows of Building 4 at the VA Medical Center in Alexandria, Louisiana, under project number 502-21-118. The primary objective is to remove the existing roofing system and install a new clay tile roof and a TPO roofing system, adhering to historical preservation standards. Additionally, the project involves replacing windows with new aluminum frames featuring insulated glazing to meet energy efficiency requirements. The scope encompasses repairing or replacing damaged stucco, wood trim, and soffits, along with repainting exterior walls and connecting corridors. It specifies a total roofing area of approximately 14,937 square feet, with detailed instructions for the demolition of existing structures and installation procedures. The document serves as part of a Request for Proposal (RFP) for contractors, establishing expectations for adherence to safety regulations and construction standards while emphasizing the importance of retaining the historical character of the building. This aligns with federal guidelines for projects aimed at enhancing infrastructure within VA facilities, ensuring quality and compliance throughout the renovation process.
    Ludowici Roof Tile, Inc. presents the Ludowici Pro 70 Underlayment, a durable roofing solution designed for superior protection and longevity compared to traditional felt underlayment. Made from SBS rubberized asphalt and featuring a fiberglass mat, it boasts a breaking strength of up to 78 lb./in. and a moisture content below 0.4%. The product is available in rolls weighing 68 lbs, each covering one square area. Approved under various ASTM standards and Miami-Dade NOA, it meets crucial safety and building codes. Additionally, the document highlights Ludowici's Classic 14" and Lanai 14" interlocking tiles, manufactured in the U.S. These tiles are recognized for their aesthetic appeal, robust characteristics, and a 75-year warranty against defects and fading. They come in multiple colors and textures, emphasizing sustainability and energy efficiency. The presentation includes details about packaging, application methods, and certifications essential for compliance with governmental regulations. The product details align with efforts to streamline roofing projects under federal and local construction initiatives, underscoring Ludowici's commitment to quality and innovation in the building materials sector.
    Similar Opportunities
    Z2DA--Project 521-22-119 NRM Replace windows (VA-26-00016046)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the construction project titled "Replace Windows Phase III" at the Birmingham VA Medical Center in Alabama. This project involves the demolition and replacement of existing windows, including the installation of non-operable windows, interior wall painting, and the replacement of select windowsills, all while ensuring compliance with safety regulations regarding asbestos and lead removal. The estimated construction cost is between $5 million and $10 million, with the solicitation expected to be released on January 8, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), are encouraged to contact Contracting Officer Zaire Naylor at Zaire.Naylor@va.gov or (803) 776-4000 ext. 4359 for further details.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    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.
    C1DA--596-26-2-5744-0001 - Replace & Repair Facade on Buildings
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the replacement and repair of building facades at the Lexington VA Healthcare System, Sousley Campus. The project involves extensive work, including repairing or replacing deteriorated brick, terra cotta, wood, and metal facades, as well as improving drainage systems and sealing masonry. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), has an estimated construction value between $5,000,000 and $10,000,000, with qualifications due by January 9, 2026, at 2:00 PM EST. Interested firms must submit their SF-330 packages electronically to Contracting Officer Matthew Whisman at matthew.whisman@va.gov, ensuring compliance with all submission guidelines and SBA verification requirements.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a roof repair project at Building 114 of the Hampton VA Medical Center in Hampton, Virginia. The project involves addressing leaks by repairing the flat roof over the sunroom and office, as well as the second-floor cornice work and standing seam roofing areas, with all necessary labor, materials, and equipment to be provided by the contractor. This procurement is critical for maintaining the integrity of the facility, ensuring a safe environment for veterans receiving care. Interested contractors must submit their bids by January 26, 2026, following a mandatory site visit on January 7, 2026, with the project magnitude estimated between $100,000 and $250,000. For inquiries, contact Contract Specialist Gina C. Moriarty at Gina.Moriarty@va.gov.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Z1DA--PN: 438-22-600, Improve Campus Bldg Exteriors (SF) AP: 36C263-26-AP-1039
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice (36C26326R0027) to identify Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) capable of performing construction work for the Improve Campus Building Exteriors project at the Sioux Falls VA Medical Center in South Dakota. The project involves extensive roofing and masonry repairs on multiple buildings, primarily focusing on replacing up to 40 roofs, repairing or replacing masonry elements, and installing access ladders, with an estimated construction magnitude between $10 million and $20 million. This procurement is crucial for maintaining the integrity and safety of the medical center's facilities, ensuring they continue to serve veterans effectively. Interested contractors must submit their responses, including company information and a capability statement, by December 31, 2025, at 12:00 PM CT, to Michael W. Freeman at Michael.Freeman3@va.gov.
    Z1DA--554-26-105 Replace Damaged Windows at RMRVAMC (Const) (VA-26-00010269)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a project to replace damaged windows and glass doors at the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. The procurement involves the repair and replacement of 20 windows and 4 doors, requiring all necessary materials and work to be conducted with minimal disruption to the operational healthcare facility. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside, with an estimated contract value between $500,000 and $1,000,000, and a Request for Proposal (RFP) is anticipated to be issued around January 26, 2026. Interested offerors must ensure they are verified and visible in the SBA certification database at the time of proposal submission and contract award; for further inquiries, contact Elia Laritza Ruiz Manzo at Elia-Laritza.Ruiz-Manzo@va.gov or 303-712-5727.
    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.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.