This document is an amendment (modification number 0001) to a solicitation for a Pharmacy Flooring Repair project (Project Number: 618-26-600) at the Minneapolis VAMC, issued by the Department of Veterans Affairs, Network Contracting Office 23. The effective date of this amendment is November 14, 2025. The purpose of this modification is to update the accounting and appropriation data to "618-3660162-6017-850400-3223 010020143" and the requisition number to "618-26-2-6017-0010". All other terms and conditions of the original solicitation (36C26326B0003, dated November 6, 2025) remain unchanged. Offerors must acknowledge receipt of this amendment by the specified hour and date to avoid rejection of their offer.
This document is an amendment to Solicitation Number 36C26326B0003 for the Pharmacy Flooring Repair project (Project Number: 618-26-600) at the Minneapolis VAMC, issued by the Department of Veterans Affairs, Network Contracting Office 23. The effective date of this amendment is November 25, 2025, and it is the second amendment to the original solicitation dated November 6, 2025. The purpose of this modification is to provide answers to contractor questions, a site visit agenda, a site visit sign-in sheet, a pharmacy service design guide, and specifications for thermal sealant and resilient flooring. The amendment includes several attachments detailing these items, such as answers to questions, the site visit login sheet, the design guide, and flooring/sealant specifications. Offerors must acknowledge receipt of this amendment.
The Department of Veterans Affairs (VA) is soliciting bids for the "Pharmacy Flooring Repair" project (Solicitation Number 36C26326B0003), a construction, alteration, or repair contract. This project, set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, involves removing and replacing flooring in Building 70, basement, of the Minneapolis VA Health Care System. The NAICS code is 238330 with a $19 million size standard, and the construction cost is estimated between $25,000 and $100,000. Bids are due by December 8, 2025, at 2:00 PM CT, and a site visit is scheduled for November 17, 2025. Technical questions must be submitted by November 24, 2025. Required bid documents include SF 1442, a price schedule, and a bid guarantee of 20% of the bid price (not exceeding $2,000,000). Contractors must be registered in SAM and comply with various federal regulations, including those concerning telecommunications equipment and supply chain security.
The Department of Veterans Affairs (VA) is issuing a presolicitation notice for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center. This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, requiring bidders to be certified in VetCert. The project, estimated between $25,000 and $100,000, involves furnishing all supervision, labor, materials, equipment, transportation, and testing for construction work as per specifications. An Invitation for Bid (IFB) is expected around November 14, 2025, with a 130-calendar-day performance period from the Notice to Proceed. All solicitation documents will be available on SAM.gov, and interested parties must monitor the website for updates. Questions must be submitted via email to Contract Specialist Benjamin Woehrle.
This government file outlines the requirements for resilient sheet flooring and joint sealants, likely for a federal or state construction/renovation project. It details specifications for materials, installation procedures, quality assurance, and warranty information for both resilient sheet flooring with heat-welded seams and integral cove base, and various interior and exterior joint sealants. Key aspects include specific ASTM and other industry standards for product performance (e.g., critical radiant flux, smoke density), installer qualifications (e.g., INSTALL Certification for flooring), submittal requirements (e.g., samples, manufacturer data, warranties), and strict environmental and substrate conditions for installation. The document emphasizes ensuring permanent repairs for existing flooring defects and the proper application of sealants for watertight, airtight, or vapor-tight seals, including adhesion and compatibility testing. Aesthetic matching for flooring is not required due to product discontinuation, but functionality and adherence to VA standards are paramount.
Project 618-26-600, “Pharmacy Flooring Repair” at the Minneapolis VA Medical Center, involves removing and replacing flooring in the Building 70 basement. This project requires a Service-Disabled Veteran Owned Small Business to provide all labor, materials, tools, equipment, and planning services. Key requirements include adhering to VA design guides, regulations, and manufacturer specifications, ensuring the new flooring allows for effective disinfection, and coordinating with VA staff to avoid disrupting pharmacy operations. The contractor must perform moisture testing, provide an OSHA-certified competent person on-site, and ensure all employees have OSHA 10 certification. The anticipated cost is between $25,000 and $100,000, with an estimated completion of 95 calendar days from the Notice to Proceed. The contractor is responsible for comprehensive planning, design, demolition, installation, waste removal, and submitting detailed construction documents for VA approval.
This document addresses contractor questions regarding a flooring replacement project at a VA pharmacy. Key information includes: contractors must verify flooring dimensions during a site visit, with a new visit subject to Contracting Officer approval. The VA requires rubber sheet flooring with a 4-inch integral base, allowing cosmetic flexibility if proposed materials meet durability and infection control standards. Moisture testing is required in all repair areas, or more frequently if specified by the manufacturer, to identify and prevent bubbling recurrence. The pharmacy will remain operational during construction, with normal working hours from 7:00 AM to 4:30 PM, Monday through Friday, and no after-hours work is permitted. Currently, no utility shutdowns are required, but any necessary shutdowns will be coordinated in advance.
The provided document, titled "Solicitation Questions and Answers," is a template for collecting and responding to inquiries related to a government solicitation, likely an RFP, federal grant, or state/local RFP. It is structured to list 20 potential questions alongside fields for their corresponding Statement of Work (SOW) reference and answers. The document's purpose is to facilitate clear communication between the issuing government entity and prospective bidders or grantees by providing a standardized format for addressing clarifications and disseminating official responses. This ensures all parties have access to the same information, promoting fairness and transparency in the procurement or grant application process.
This document outlines the architectural, interior design, and technical specifications for various inpatient pharmacy areas, including the Filling/Assembly Area, Filling/Assembly Carousel, Processing Area, Tube Station, and Restock Area. Key specifications cover ceiling type (Acoustical Ceiling Tile), ceiling height (9'-0"), wall finishes (Gypsum Wallboard and Paint), flooring (Rubber Flooring), and integral base. It details door requirements (3'-6" x 7'-0" steel doors with electronic entry) and notes for structural coordination regarding carousels and slab depressions for high-density storage. The document also specifies lighting (referencing the VA Lighting Design Manual), power (normal and emergency), and comprehensive communication infrastructure including data, telephone, electronic access, motion intrusion detection, security surveillance, and clocks. HVAC requirements refer to the VA HVAC Design Manual for room temperatures, humidity, air changes, and pressurization. This guide ensures consistent design and functionality across these critical pharmacy spaces.
This government file details prevailing wage rates and labor standards for federal contracts, particularly focusing on employee benefits like paid sick leave. It mandates that contractors provide employees with one hour of paid sick leave for every 30 hours worked, up to 56 hours annually. This leave can be used for personal illness, family care, preventative care, or circumstances related to domestic violence, sexual assault, or stalking. The document outlines specific classifications and wage rates for various labor categories, distinguishing between union and survey rates. It also provides guidelines for adding unlisted classifications and emphasizes compliance with federal labor laws, underscoring the government's commitment to fair labor practices and worker protection in federally funded projects.
VAAR 852.219-75 outlines subcontracting limitations for VA contracts, ensuring compliance with 38 U.S.C. 8127(l)(2). Offerors must certify adherence to specific percentages for services (50%), general construction (85%), and special trade construction (75%) that can be paid to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The certification is subject to federal laws, with false statements incurring severe penalties, including criminal prosecution and fines. Contractors must provide documentation to verify compliance upon request. Failure to submit the required certification renders an offer ineligible for award. This clause ensures that VA contracts prioritize certified veteran-owned businesses while maintaining accountability and preventing fraud.
This government file outlines general requirements, safety protocols, and operational procedures for construction contractors, particularly focusing on a flooring alteration project within a VA Medical Center. Key areas include site preparation, demolition, material furnishing, and strict adherence to VA security, safety, and infection control programs. Contractors must provide OSHA-certified training for employees, submit training records, and comply with detailed security plans, including badging, access restrictions, and sensitive information control. The document also covers fire safety, material storage, utility usage, and comprehensive warranty management, with specific response times for different repair priorities. Emphasizing safety, the file details requirements for Accident Prevention Plans and Activity Hazard Analyses, ensuring all work aligns with federal and VA standards to maintain a safe and functional medical environment.
The Minneapolis VAMC is soliciting bids for project 618-26-600, "Pharmacy Flooring Repair," a Service-Disabled Veteran Owned Small Business set-aside for flooring contractors (NAICS 238330). This project, estimated between $25,000 and $100,000, involves removing and replacing inpatient pharmacy flooring in Building 70, Room 2P-135, according to VA design guides. A mandatory site visit is scheduled for November 17, 2025, at 10:00 AM CST. Questions are due by November 24, 2025, at 10:00 AM CST, and proposals by December 8, 2025, at 2:00 PM CST. The contract will be awarded based solely on price, with a period of performance of 42 calendar days. Bid, payment, and performance bonds are required.