BB Correct Patient Privacy Deficiencies 2N/2S Lake City, FL Project # 573A4-18-603
ID: 36C24825R0067Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

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 from qualified contractors to address patient privacy deficiencies at the Lake City Veterans Affairs Medical Center in Florida, under Project Number 573A4-18-603. The project involves comprehensive renovations, including demolition, installation of new HVAC systems, and modifications to existing utility systems, all while maintaining hospital operations. This initiative is crucial for enhancing patient care environments and ensuring compliance with health and safety regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by June 10, 2025, with a performance period of 693 calendar days from the notice to proceed. For further inquiries, contact Amber C. Milton at amber.milton@va.gov or 727-251-2899.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the bid documents for addressing patient privacy deficiencies at the Lake City VA Medical Center, specifically under Project No. 573A4-18-603. The initiative involves a comprehensive renovation of Building 64, focusing on construction, demolition, and modification plans to enhance facility layout, accessibility, and compliance with health and safety regulations. Key phases of the project include abatement of hazardous materials, as well as specific demolition and construction activities designed to maintain operational integrity during renovations. The project is structured in multiple phases to minimize disruption to ongoing medical services, aligning work schedules around patient care needs. In addition, meticulous compliance with federal and state accessibility codes is mandated throughout the construction process. Elements such as plumbing updates, fire safety systems, and patient room modifications are pivotal aspects requiring careful planning and execution. Overall, this undertaking demonstrates the VA’s commitment to improving patient privacy and safety standards in a healthcare setting.
    The document outlines the electrical and lighting specifications for a renovation project at Building 64 of the Lake City Veterans Affairs Medical Center. It details requirements for various fixtures, including lighting types, power devices, receptacles, and equipment connections. Each specification includes mounting heights, operational descriptions, and indicates compliance with the National Electrical Code. Key components in the project include emergency lighting, low voltage switches, and various electrical outlets, ensuring functionality for hospital needs. The plans emphasize safety, including proper grounding and the use of weatherproof and tamper-resistant outlets. Moreover, the document highlights coordination with architectural, plumbing, and mechanical systems to maintain seamless operation during the renovation. General notes underscore the necessity for maintaining service to areas not included in the demolition scope, with responsibilities for patching and repairs clearly delineated. This comprehensive approach signifies a commitment to modernizing the facility while ensuring patient safety and compliance with all applicable regulations.
    The document outlines the specifications for the fire protection system installation at Building #64 of the Lake City VAMC as part of compliance with VA standards and fire safety regulations. It presents detailed hydraulics and fire pump test data, specifying a flow rate of 1,000 GPM under 150 PSI, essential for sprinkler system design. The design focuses on various occupancy types, categorizing them into light and ordinary hazards, with outlined design densities and maximum sprinkler coverage areas. The document emphasizes that all fire alarm systems must comply with NFPA 72 regulations and integrates wiring requirements recommended by manufacturers. It mandates the submission of shop drawings for approval and the coordination of systems with other trades to ensure code compliance. The fire protection plan includes installation practices for concealed piping and guidelines for the use of quick response sprinklers. Moreover, the plan specifies demolition notes regarding the removal of existing fire alarm and sprinkler components, ensuring local authority standards. The multi-layered approach aims to enhance patient safety and facility compliance while addressing fire protection needs in a comprehensive manner. The summary reflects the meticulous planning necessary for executing a complete overhaul of fire safety systems with a commitment to regulations and safety adherence.
    The document outlines specifications and requirements for renovations at the Department of Veterans Affairs facility in Lake City, FL, focusing on correcting patient privacy deficiencies. It details the mechanical systems undergoing updates, including HVAC, plumbing, and ductwork modifications, ensuring compliance with applicable building codes and safety standards. Key notes emphasize the removal, capping, and sealing of existing ductwork and units in certain areas while maintaining airflow to unrenovated spaces. Contractors are instructed to verify existing conditions, coordinate with other trades, and submit shop drawings for approval before commencing work. The renovations promote improved patient privacy and operating efficiencies, highlighting the VA's dedication to enhancing healthcare environments. Measures for safety and compliance, such as properly managing construction debris and ensuring accessibility for maintenance, are outlined throughout the plan. The comprehensive approach illustrates the careful planning and execution required for successful facility improvement projects.
    The provided document outlines structural design and demolition specifications for Building #64 at the Lake City Veterans Affairs Medical Center. It adheres to various codes, including the 2018 International Building Code and specific VA guidelines, focusing on structural integrity and safety during renovations. Key sections address design loads for roofs and floors, seismic, wind, and general safety requirements, along with necessary precautions for existing conditions and demolition activities. The document specifies requirements for materials and construction practices, including detailed instructions for structural steel fabrication and installation, reinforced concrete guidelines, and bar grating notes. It outlines rigorous quality control measures, including special inspections and submittals by licensed engineers. Furthermore, the file emphasizes adherence to safety protocols in demolition, mandates coordination with structural and mechanical elements, and urges verification of existing conditions prior to construction. The comprehensive nature of these instructions highlights the government's commitment to maintaining high standards in infrastructure projects while ensuring compliance with regulatory requirements. This document serves as a vital resource for contractors engaged in federal projects, ensuring clear communication of design and safety expectations.
    The solicitation document outlines a Request for Proposal (RFP) for a construction project aimed at correcting patient privacy deficiencies at the Lake City Veterans Affairs Medical Center (VAMC) in Florida. The project, designated as 573A4-18-603, requires the contractor to provide labor, materials, and supervision for renovations that include demolition, installation of new HVAC systems, and modifications to existing utility systems while maintaining hospital operations. The performance period is set for 693 calendar days post-award, contingent on funding availability. The RFP emphasizes the need for bids from Service-Disabled Veteran Owned Small Businesses (SDVOSB) and details the submittal requirements, including technical proposals, past performance documentation, and pricing breakdowns. The evaluation will assess technical approach, project planning, safety measures, and pricing, with the emphasis on minimizing disruption to hospital functions during construction. Contractors must adhere to a range of Federal standards, including OSHA regulations, and ensure that their proposed management strategies demonstrate a thorough understanding of the project's unique challenges. Overall, this project reflects the government’s commitment to enhancing patient care environments while fostering veteran-owned business participation.
    The document is an amendment regarding a government solicitation related to the "Correct Patient Privacy Deficiencies" project at the Lake City VA Medical Center. Issued by the Department of Veterans Affairs' Network Contracting Office 8, this amendment extends the deadline for proposal submissions from May 19, 2025, to May 26, 2025, at 1300 EDT. The project, identified by the number 573A4-18-603, is set to take place at the medical center located in Lake City, Florida. The period of performance is specified as 693 calendar days from the notice to proceed, and a wage determination relevant to the project is included. The document outlines the procedures for acknowledging receipt of the amendment to ensure compliance from bidders, underscoring the importance of timely acknowledgment to avoid rejection of offers. Overall, this amendment serves to clarify the solicitation process, ensuring that interested parties have adequate time to prepare and submit their proposals while adhering to required regulations.
    The document pertains to an amendment of a government solicitation related to the correction of patient privacy deficiencies at the Lake City VA Medical Center in Florida. Specifically, it extends the deadline for proposal submissions from May 26, 2025, to June 2, 2025, at 1:00 PM EDT. The project, identified by Project Number 573A4-18-603, has an estimated performance period of 693 calendar days from the notice to proceed (NTP). The Wage Determination for this project is FL20250008, effective January 3, 2025. The amendment emphasizes the importance of acknowledging receipt of the amendment prior to the stipulated deadline and provides various methods for doing so. The overall purpose of this document is to facilitate participation in the RFP process by providing necessary updates and clarifying terms to potential bidders, ensuring compliance with the requirements set forth by the Department of Veterans Affairs Network Contracting Office 8.
    The document pertains to an amendment of a solicitation for the "BB Correct Patient Privacy Deficiencies" project at the Lake City VA Medical Center, specifically project number 573A4-18-603. The amendment extends the deadline for proposal submissions from June 2, 2025, to June 10, 2025, at 1:00 PM EDT. It outlines important updates, including a reference to the applicable wage determination (DBA FL20250008 dated May 2, 2025) and additional requirements for submissions, such as site visit sign-in and responses to RFIs (Request for Information). Attached documents include various forms and registries necessary for bidders. The amendment underscores the ongoing efforts to enhance patient privacy standards within the facility, highlighting the VA’s commitment toward compliance and improvement in patient care environments.
    The Department of Veterans Affairs (VA) has issued a presolicitation notice for the project titled "Correct Patient Privacy Deficiencies 2N/2S" at the Lake City VA Medical Center in Florida. This solicitation, identified as RFP #36C24825R0067, is specifically set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) as mandated by 38 U.S.C. 8127. The project aims to rectify patient privacy issues and is budgeted between $10 million and $15 million, requiring completion within approximately 689 calendar days post-award. Key activities include site preparation, demolition, and necessary construction work as per provided specifications. Contractor eligibility necessitates prior certification from the Small Business Administration (SBA) for SDVOSB status, with strict adherence to documentation rules to prevent non-compliance at the time of offer submission. The anticipated solicitation posting is expected on or around March 31, 2025. Contractors must maintain registration with SAM.gov and the SBA throughout the contract duration. This initiative reflects the VA's ongoing commitment to enhancing healthcare facilities while focusing on veteran entrepreneurship.
    The document outlines construction details for a project at the Lake City Veterans Affairs Medical Center to correct patient privacy deficiencies in Building 64. It encompasses specific architectural and engineering work necessary to maintain structural integrity and waterproofing. Notable elements include the installation of duct support frames, modifications to existing brick and plaster walls, and the implementation of proper sealing and flashing techniques to prevent water intrusion. The technical drawings specify the adherence to existing structural elements, use of materials like grade plywood and galvanized metal studs, and requirements for continuous sealant application. Additional details highlight the demolition of specific ceilings and the installation of specialized flashings above windows. The project also requires compliance with building safety regulations, ensuring a fully sprinklered environment is maintained throughout the construction phase. This effort reflects the government's commitment to upgrading facility standards in alignment with VA policies, focusing on patient care quality and safety through detailed planning and execution of construction tasks.
    The document outlines the roofing details for a project at the Lake City Veterans Affairs Medical Center, specifically addressing the requirements for modifications to mechanical curbs and pipe penetrations on a modified bitumen roofing system. Key components include pre-finished metal counter-flashing installed over a metal cleat, mastic seal applications, and specific measurements for installation, such as a minimum height of 4 inches for certain roof features. It emphasizes the need for field verification of pipe penetration and support locations, with instructions for waterproof sealing and weather resistance. The summary of the roofing details indicates collaboration between structural, plumbing, and mechanical designs, focusing on compliance with manufacturer specifications while adhering to safety codes. This document plays a crucial role in federal roofing-related RFPs, grants, and local proposals, underlining the importance of detailed construction stipulations in government projects to ensure quality, durability, and safety standards are met.
    The document outlines a comprehensive signage plan for the VA facility located in Lake City, Florida. It details the specifications for various types of signs required, including ADA-compliant tactile numerals and Braille, and describes the materials such as non-glare acrylic and anodized aluminum frames. The signs serve to designate rooms and areas, promote safety, and ensure proper navigation within the facility. It highlights the collaboration with vendors, interior designers, and compliance with facility guidelines for the installation and removal of signage. Furthermore, the signs’ content varies by location, including identifiers for medical rooms, staff areas, and safety warnings, such as fire extinguisher locations. This initiative demonstrates the VA's commitment to improving accessibility and clarity in facilities to enhance patient care and safety.
    The Tailored Comment Matrix is a structured Excel document developed for potential offerors to provide feedback, questions, and comments regarding a Request for Proposal (RFP) issued by the Veterans Health Administration (VHA). It is organized into a matrix with designated columns that include item reference numbers, section information, comment types (Critical, Substantive, Administrative), and spaces for received dates, comments, and responses. The document facilitates effective communication between the VHA and contractors by allowing for the identification and organization of critical issues, administrative errors, and general inquiries. Each comment type is defined, with "Critical" addressing serious issues, "Substantive" for potentially misleading or confusing information, and "Administrative" for typographical corrections. The matrix contains guidelines which direct users to submit their responses only in the specified Excel format, ensuring consistent data management within the procurement process. This matrix is part of the broader framework for managing federal and local government contracts and grants, promoting transparency and collaboration in the procurement process.
    The document is a "Limitation of Subcontracting Form" that requires bidders or offerors to comply with the federal regulation 13 C.F.R. 125.6. It mandates that companies disclose their plans regarding subcontracting for a particular contract. Offerors must certify one of two options: (1) that no subcontractors will be utilized, or (2) that the contractor and any similarly situated subcontractors will perform at least 50% of the contract value. The form also outlines severe penalties for violating subcontracting limitations, including potential fines and debarment from future government contracts. Contractors are required to maintain compliance documentation throughout the contract duration, including invoices and subcontract details. The form emphasizes the importance of adhering to these regulations to ensure fair practices in government contracting and protect the integrity of the bidding process. It must be completed and submitted via email to a designated contact at the organization. This document reflects the government's commitment to enforcing subcontracting regulations within RFPs and grants, ensuring that prime contractors fulfill their obligations.
    The document outlines the requirements for bidders and offerors regarding their safety and environmental records when applying for government contracts. Bidders must certify that they have no more than three serious OSHA violations or one repeat or willful violation within the last three years. If this certification cannot be provided, an explanation and full documentation of prior violations must be submitted. Additionally, bidders are required to report their Experience Modification Rate (EMR), which should be obtained from their insurance carrier on official letterhead. An EMR above 1.0 necessitates a written explanation detailing the cause and the expected timeline for reduction to below 1.0. For self-insured contractors or those without traditional EMR documentation, alternative methods for acquiring this rating are specified. The information will play a crucial role in determining the contractor's responsibility, which is essential in federal RFP evaluations. The document also includes an evaluation form requesting specific safety data, injury rates, and the administration of the company's safety program, ensuring comprehensive oversight of safety practices and EPA compliance across all contractor tiers.
    The document outlines the requirements for submitting a Contract Progress Schedule as part of government contracting processes. It includes essential components such as contract details (number, starting, and completion dates), project title, and contractor information. Contractors must detail major work elements in a structured format, indicating the estimated percentage of work for each element totaling 100%. The document instructs on tracking planned progress through designated columns, emphasizing the importance of submitting revised schedules if contract modifications occur. Regular progress reports are also mandated to reflect the percentage of work completed, which is critical for contract administration and payment approvals. Overall, this guidance ensures effective monitoring of contract performance and compliance with government standards.
    The provided document details the "Performance Relevancy Survey," a component of the proposal submission process for federal contracts and grants. It outlines the requirements for offerors to present relevant project experience when bidding on new contracts. Offerors must provide essential information about their past performance, including contract specifics, project descriptions, and the relevance of the work performed concerning the new solicitation. Key sections include details about the nature of the contract (prime or subcontractor), monetary values, completion dates, and reasons for any contract modifications. Additionally, offerors are urged to report any liquidated damages incurred, problems faced during relevant projects, and corresponding remediation efforts. The document emphasizes the importance of demonstrating experience and addressing challenges in prior performances to underscore suitability for award evaluations. By collecting this data, the government can effectively assess the capabilities and reliability of potential contractors against their needs for upcoming projects.
    The document outlines the guidelines for the Past and Present Performance Questionnaire, which is a form utilized by contractors looking to secure contracts with the United States Department of Veterans Affairs (VA). Contractors are instructed to fill out their information, referencing projects within the last five years that are relevant to their bid. They must then send the form to clients who previously worked with them, asking these contacts to evaluate the contractor's performance according to a specified rating scale (from unsatisfactory to exceptional), and to provide comments, especially for lower ratings. The questionnaire includes multiple performance criteria, such as the contractor's management capability, hiring practices, problem-solving ability, adherence to schedules, and responsiveness to contract changes. Contact references must return the completed forms to the VA’s Contracting Office for evaluation as part of the contractor's proposal. The document emphasizes the importance of relevant experience and performance quality in the context of federal contracting, ensuring that the VA can select contractors with a proven record of high-quality work.
    This document outlines the "Subcontractor Information and Consent Form," essential for federal government solicitations. It requires major subcontractors and teaming partners to provide consent for the release of their past performance information to the prime contractor, necessary for the government's assessment of proposals. The form emphasizes the importance of past performance in source selections and mandates subcontractors to identify at least three relevant references, including details such as contract numbers and work descriptions. These references cannot come from the proposing prime contractor. The consent form must be completed and submitted with the proposal for consideration, ensuring both accountability and informed evaluations during the government procurement process. Overall, the document supports transparency and collaboration among prime contractors and subcontractors in securing federal contracts.
    The document outlines a Letter of Commitment for a federal solicitation by the Department of Veterans Affairs, specifically the VA Caribbean Healthcare System. It establishes an agreement wherein Prime Contractor X commits to engaging Subcontractor Y for specified services if awarded the contract. The letter delineates the work responsibilities of Subcontractor Y and identifies that Prime Contractor X may leverage Subcontractor Y's experience and expertise for the contract. It emphasizes that substitution of Subcontractor Y requires prior approval from the contracting officer, who holds sole discretion over the acceptance of any substitutes based on qualifications and project efficacy. Importantly, the letter becomes void if Prime Contractor X is not awarded the contract. This document is significant in the context of government RFPs, as it ensures accountability and outlines commitments between contractors and subcontractors. It aims to solidify partnerships and uphold quality standards within government contracting.
    The document is a detailed cost breakdown for various bid items associated with a government construction project. It outlines multiple divisions of work, including general requirements, concrete, masonry, and various trades such as plumbing and electrical, detailing required labor and material costs. Each division remains empty, indicating this is a template awaiting completion by a potential offeror, who would provide specific numerical values tied to their proposal. Overhead and profit margins are set at 0.00%, implying a baseline cost assessment before adjustments. The purpose of this cost breakdown aligns with federal and local government RFPs, facilitating transparent bidding and financial comparisons among contractors. This structured approach promotes fair contract awards by itemizing costs and ensuring compliance with project specifications. The document conveys a placeholder status, allowing bidders to fill in details accordingly to articulate their offer accurately.
    This document outlines the proposal information for a federal construction project valued between $10 million and $15 million. It specifies the North American Industry Classification System code as 236220, relevant for commercial and institutional building construction, and highlights that the project is contingent on the availability of funds. The proposal requires completion and submission of various forms, including the Standard Form 1442 and documentation related to safety, environmental records, and experience modification rates. Additionally, contractors must submit performance and payment bonds, along with verification of compliance with federal contractor employment reporting requirements. A site visit is scheduled as part of the bidding process, and questions can only be submitted via email. The contract includes stipulations on subcontracting limits, safety certifications, and E-Verify registration. Performance evaluations will occur at contract completion or annually for longer engagements. Overall, the RFP emphasizes adherence to federal regulations, safety standards, and proper documentation throughout the bidding process. Compliance with labor laws is also enforced, as indicated by the incorporation of the Davis-Bacon Act wage determination. The file serves as a comprehensive guide for potential offerors in preparing their submissions.
    This document outlines the preparation and submission requirements for proposals in response to a federal government request for proposals (RFP). Proposals must be divided into three volumes: Volume I for Technical Proposals, Volume II for Past Performance, and Volume III for Price and General Information, all submitted electronically by the specified deadline. Each volume has specific formatting and content guidelines, including ensuring factual accuracy and completeness in responses. Proposals should avoid including pricing information in the technical and past performance volumes. The government intends to award a firm-fixed-price contract based on evaluation criteria which include non-price factors and price, using FAR guidelines to determine the most advantageous offer. Offerors are cautioned that the government plans to make awards without discussions, thus initial proposals must embody the best possible terms. Additionally, proposals must comply with formatting rules, include relevant documentation, and accurately represent the offeror's capabilities while marking proprietary information correctly to safeguard against public release. The submission process emphasizes the importance of delivery compliance to ensure consideration.
    This document outlines the evaluation factors and price evaluation for government procurement, focusing on a competitive selection process based on "best value." It details the criteria for assessing proposals, which include Technical Approach, Past Performance, and Price, all weighted equally. The evaluation criteria emphasize the necessity for an articulate Technical Approach that demonstrates understanding of project requirements, effective project planning, safety measures, and a precise project schedule to minimize disruptions. Offerors must submit a well-defined plan inclusive of critical path schedules and other procedural aspects that ensure quality and safety. Past performance will be assessed based on submitted projects over the past five years, particularly those illustrating relevant construction experience. The Government will consider the offeror's performance confidence ratings derived from past contracts, with emphasis on relevant project size and complexity. Lastly, the price evaluation will assess pricing fairness and reasonableness without assigning a score, requiring detailed breakdowns of costs, including labor, materials, and overhead. This comprehensive structure guarantees that proposals align with federal standards while ensuring efficient performance metrics and financial transparency.
    The procurement document outlines a Request for Proposals (RFP) for construction services aimed at rectifying patient privacy deficiencies at the Lake City Veterans Affairs Medical Center in Florida (Project Number: 573A4-18-603). The project involves renovating specific patient care areas while maintaining hospital operations. Key tasks include the demolition of existing structures, installation of new HVAC systems, and extensive site preparations across multiple floors. The contractor is responsible for adhering to various federal, state, and local regulations concerning safety, environmental standards, and waste management. Key requirements highlight the necessity for effective communication with the project manager and coordinating utility shutdowns strategically to minimize disruption. Additionally, contractors must ensure training for VA personnel on newly installed equipment and provide spare parts post-installation. Security and confidentiality measures surrounding VA information are emphasized, mandating that contractors comply with stringent privacy standards. The contract stipulates a performance period of 693 calendar days and includes guidelines for project documentation, meeting summaries, and progress reporting. The purpose of this document is to solicit proposals from qualified contractors to enhance patient privacy in a compliant and operationally sensitive manner.
    The document pertains to pre-bid Requests for Information (RFIs) regarding the correction of patient privacy deficiencies at the Lake City Veterans Affairs Medical Center (VAMC). The responses provided address missing sheets from the design plans and clarify symbols used in the electrical and signage plans, emphasizing the need for comprehensive annexation of all relevant details in the project documentation. Specifically, several sheets, including AE709 and AE503, have been supplied in response to inquiries for cross-section details and signage specifications. The document demonstrates a structured approach to ensuring all architectural and engineering information is adequately communicated and made available to bidders, underscoring the importance of comprehensive and accurate documentation during the bidding process for federal projects. Overall, it reflects the VA's commitment to transparency and thoroughness in fulfilling requirements for facility upgrades.
    This document comprises responses to questions raised during the Request for Proposals (RFP) process for a construction project at a VA facility. The inquiries focus on technical specifications, construction logistics, and compliance with various standards, emphasizing clarity on materials, structural details, and project roles. Key topics include construction dimensions (floor height, wall types), existing systems (nurse call and access controls), and responsibilities for project cleanliness and equipment installation. The responses clarify expectations regarding the integration of old and new technological systems, like compliance with the Buy American Act for parts used in the nurse call system, and delineate oversight roles for quality control and safety within the construction framework. The document serves as a foundational communication tool ensuring contractor understanding of project requirements, ultimately aiding in the solicitation process aimed at achieving efficient, compliant construction operations for the VA facility’s upgrades.
    The document pertains to the procedures and guidelines associated with federal government RFPs (Requests for Proposals) and grants, specifically within a state and local context. The content discusses the essential aspects of these funding mechanisms, highlighting eligibility requirements, evaluation processes, and the application submission timeline. It emphasizes the importance of compliance with federal regulations and relevant state laws, ensuring that proposals meet structured guidelines to secure funding. Additionally, the document delineates the roles of various stakeholders involved in the RFP process, including governmental agencies, local authorities, and potential contractors or grantees. Overall, the document serves as a comprehensive overview for entities seeking financial support through federal and state programs, reinforcing the need for adherence to established criteria to enhance the likelihood of success in their funding endeavors.
    The document discusses various government RFPs (Request for Proposals) and federal and state grant opportunities related to public health and safety initiatives. It outlines the need for comprehensive surveys to identify hazardous materials, particularly in historic structures, and emphasizes the necessity of adherence to safety standards and regulatory compliance during renovation or construction projects. The importance of addressing environmental risks, such as the presence of asbestos and lead-based paint, is highlighted, along with recommended mitigation strategies. Ultimately, the document serves to inform potential stakeholders about the critical steps needed for project execution, focusing on health and safety considerations while ensuring compliance with local and federal regulations. This proactive approach aims to protect public health and preserve historical integrity in government-funded projects.
    The document outlines the specifications for rectifying patient privacy deficiencies at the Lake City VA Medical Center in Florida. It details the scope of work, emphasizing necessary general construction and interior alterations while adhering to VA standards and regulations. Safety protocols are prioritized, including compliance with VA security management programs and specific guidelines for managing confidential information. Key phases of construction are defined to minimize disruption to the Medical Center's operations, which must continue 24/7. The contractor is tasked with preparing a comprehensive plan for sequential work, ensuring access to critical areas, and addressing various patient privacy concerns. The project includes demolition, structural modifications, and installation of new HVAC systems, with stipulated conditions for existing utilities and ongoing operation. Additionally, the document outlines stringent security and environmental controls, procedures for managing materials, and documentation requirements. It stresses collaboration with VA personnel and adherence to safety, testing, and quality control measures throughout the construction period. This initiative reflects the VA's broader commitment to enhancing patient privacy while ensuring operational integrity during facility upgrades.
    The document outlines the project specifications for correcting patient privacy deficiencies at the Lake City VA Medical Center in Florida. It encompasses various work divisions, including general requirements, safety protocols, demolition, fire suppression systems, and plumbing specifications. Key tasks involve the design, installation, and testing of infrastructure necessary to ensure compliance with the National Fire Protection Association (NFPA) standards and Health Care Facility codes. The proposal includes detailed requirements for materials, equipment, and procedures, emphasizing systematic approaches for installation, maintenance, and quality assurance. It specifies the critical need for licensed professionals to handle complex systems, including fire alarms and plumbing, ensuring that all installations meet established safety and operational standards. The project's overarching goal is to enhance patient privacy and safety within the facility through methodical upgrades, underscoring the VA's commitment to providing secure and compliant healthcare environments.
    Similar Opportunities
    Renovate Interventional Radiology Suites (Construction Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to renovate the Interventional Radiology Suites at the Malcom Randall VA Medical Center in Gainesville, Florida. This project involves the renovation of approximately 5,442 square feet to accommodate new interventional radiology equipment, including tasks such as demolition, site preparation, architectural finishes, and mechanical and electrical work. The renovation is critical for enhancing medical services provided to veterans, ensuring that the facility meets modern healthcare standards. Interested firms, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must be registered in SAM.gov and submit proposals by the closing date of December 22, 2025. For further inquiries, contact Adriana N. Gamm at adriana.gamm@va.gov.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for a significant construction project at the Malcom Randall VA Medical Center in Gainesville, Florida, aimed at replacing deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24. This project, designated as 573-21-705, involves comprehensive site preparation, demolition, and installation of new HVAC systems to enhance operational efficiency and reliability within the medical facility. The estimated value of the contract ranges between $50 million and $100 million, with a performance period of approximately 1,095 calendar days following the notice to proceed. Interested contractors should note that the Request for Proposal (RFP) is expected to be posted on or around January 2, 2026, and all inquiries must be directed to Amber C. Milton via email at Amber.Milton@va.gov.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Design-Build contract to install a 1.5T MRI ICC at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. This project requires the contractor to furnish all necessary professional services, equipment, labor, and materials for the design and construction of the new MRI facility, which includes site investigation, demolition, structural modifications, and updates to mechanical, electrical, and plumbing systems. The contract, valued between $2,000,000 and $5,000,000, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a performance period of 740 days, with key deadlines including a site visit on December 17, 2025, and Phase I quotes due by January 6, 2026. Interested parties can contact David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further information.
    DESIGN-BUILD (DB) CONSTRUCTION: Project 675-26-100 - Refresh Lake Baldwin Pharmacy Finishes
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking qualified contractors for the Design-Build (DB) construction project titled "Refresh Lake Baldwin Pharmacy Finishes" (Project Number: 675-26-100) located in Orlando, Florida. The project aims to refresh various finishes within the pharmacy, including paint, flooring, LED lighting, ceilings, and restroom modifications, with an expanded scope that includes new fire alarm and sprinkler head cover plates, diffusers, supply/return vents, and signage, among other requirements. This renovation is crucial for maintaining a modern and functional healthcare environment for veterans, ensuring that all finishes are updated while existing systems remain intact. Interested contractors must acknowledge receipt of Amendment 0003 to the solicitation, which extends the proposal submission deadline to December 15, 2025, at 11:00 AM EST. For further inquiries, contact Jean Olivier Pierre at jean.pierre1@va.gov or Aldwyn Singleton at aldwyn.singleton@va.gov.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    DESIGN-BUILD (DB) CONSTRUCTION: Project 675-26-100 - Refresh Lake Baldwin Pharmacy Finishes
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 8, is seeking qualified contractors for the Design-Build (DB) construction project titled "Refresh Lake Baldwin Pharmacy Finishes" (Project Number: 675-26-100) located in Orlando, Florida. This project involves the renovation of pharmacy finishes, with a specific focus on addressing asbestos-containing materials identified in the Baseline Asbestos Assessment Survey, which necessitates appropriate abatement actions prior to any disturbance activities. The deadline for submitting Phase Two RFP offers has been extended to December 15, 2025, at 11:00 AM EST, and all interested parties must acknowledge receipt of Amendment 0002, which includes critical documents such as Phase 2 Pre-Proposal RFIs and an Asbestos Report. For further inquiries, interested contractors can contact Jean Olivier Pierre at jean.pierre1@va.gov or Aldwyn Singleton at aldwyn.singleton@va.gov.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement – BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project requires comprehensive construction services, including structural modifications, installation of lead-lined walls, and adherence to various safety and quality standards throughout the construction process. This initiative is critical for enhancing the emergency department's capabilities and ensuring compliance with healthcare regulations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Contract Specialist David M Hernandez at David.Hernandez1@va.gov.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.