Y1DA--589-702 Construct Endoscopy Suite (VA-25-00001401)
ID: 36C77625B0003Type: Presolicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

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

    The Department of Veterans Affairs is seeking qualified contractors for the construction of an Endoscopy Suite at the Wichita VA Medical Center, identified by solicitation number 36C77625B0003. This project falls under the NAICS code 236220, which pertains to commercial and institutional building construction, and is part of the VA's ongoing efforts to enhance healthcare facilities for veterans. Bids for the project range from approximately $20.6 million to $24.1 million, with a requirement for a 20% bid bond from the successful bidder. Interested parties should contact Contract Specialist Thomas Council at Thomas.Council@va.gov for further details, as submissions are archived after 99 days and the project does not involve Recovery Act funds.

    Point(s) of Contact
    JOHN FANCELLACONTRACT SPECIALIST
    216.447.8300 x3618
    JOHN.FANCELLA@VA.GOV
    Files
    Title
    Posted
    The document is a special notice regarding a contracting opportunity from the Department of Veterans Affairs (VA) for constructing an Endoscopy Suite, identified by solicitation number 36C77625B0003. The contracting office is located at 6100 Oak Tree Blvd, Suite 490, Independence, OH 44131, with a point of contact listed as Contract Specialist Thomas Council. The notice indicates that this project falls under the product service code Y1DA and is associated with the NAICS code 236220, which pertains to commercial and institutional building construction. The document specifies that response submissions are archived after 99 days and does not involve Recovery Act funds. Additional details are appended in an attached document referenced as "Bid Log - Wichita - Public." This RFP is part of the VA's ongoing efforts to enhance healthcare facilities for veterans, reflecting the agency's commitment to improving healthcare infrastructure.
    The Department of Veterans Affairs (VA), through its Veterans Health Administration (VHA), is preparing to issue a solicitation for a Firm-Fixed-Price contract to construct an Endoscopy Suite at the Wichita VA Medical Center in Kansas. This project entails a three-level addition spanning approximately 15,000 square feet, designed to support surgical waiting and recovery areas on the second floor, with the first and ground floors allocated for Office of Information and Technology and Bio-Medical Repair & Maintenance functions. Given the active medical environment, the construction will require careful phasing to ensure uninterrupted medical care. The solicitation, categorized as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, will follow an Invitation for Bid (IFB) process under FAR Part 14. It is estimated to have a construction value between $20 million and $50 million and will be issued around late August to early September 2023, with a performance span of approximately 608 days. This presolicitation notice emphasizes the VA’s commitment to engaging veteran-owned businesses in government contracting while ensuring compliance with applicable regulations and standards.
    The document outlines a Solicitation for a construction project to establish an Endoscopy Suite at the Robert J. Dole VA Medical Center in Wichita, KS. This project is set as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, indicating a competitive bid process exclusively for SDVOSB concerns. The contractor is responsible for comprehensive project delivery, including all necessary tools, materials, and personnel, to be completed within 608 calendar days after the notice to proceed. The estimated project cost ranges from $10 million to $20 million, with tools for bid submissions laid out, including bid guarantees, pricing schedules, and requirements for performance/payment bonds. Important procedural details are included, such as the need for an organized site visit, submission of electronic bids, and registration in the System for Award Management (SAM) by bidders. Failure to comply with these requirements could result in bid rejection. Overall, the document emphasizes compliance with federal regulations and offers detailed guidelines for potential bidders to ensure their submissions are responsive and competitive.
    The document is an amendment to a solicitation related to the Department of Veterans Affairs (VA), specifically promoting transparency and updates for potential bidders. It provides essential details, including the contract and modification numbers, addresses for the VA Program Contracting Activity, and instructions for acknowledging the amendment. Key updates include an attachment of the Site Visit Sign-In Sheet and the latest construction wage rates, which were made available to bidders. Both attachments are crucial for ensuring compliance and awareness regarding project specifics and labor costs. The document underlines the importance of adhering to deadlines for acknowledging receipt of this amendment, reinforcing that delays can result in rejection of bids. Overall, the document serves to facilitate clear communication between the VA and bidders, ensuring they possess the necessary information to participate effectively in the procurement process.
    This document serves as an amendment to a solicitation from the Department of Veterans Affairs (VA), specifically concerning the procurement process for a contract. The amendment outlines critical changes, including an extended deadline for bid submissions to April 24, 2025, at 1:00 PM EDT. It details specific clauses that have been removed or updated within the solicitation, indicating adjustments to various FAR provisions, including those related to labor laws and contractor compliance. Notably, all potential bidders are mandated to submit bids using the updated version of the solicitation, emphasizing that failure to do so will render their bids non-responsive, thereby disqualifying them from consideration for the contract. The document maintains clarity and structure, ensuring that all necessary amendments and requirements are explicitly communicated for adherence by contractors and bidders, which reflects standard government practices in managing RFP processes. Ultimately, this amendment highlights the VA's commitment to transparency and regulatory compliance in its contracting procedures.
    This document serves as an amendment to a solicitation issued by the Department of Veterans Affairs for a specific program (36C77625B0003), providing responses to technical inquiries made by prospective bidders. It outlines the procedures for acknowledging receipt of the amendment, stating that offers must be submitted by the specified deadline to remain valid. Key sections include instructions for bidders to return copies of the amendment or acknowledge it within their offers. The document confirms that all original contract terms remain unchanged except for those noted in the amendment. The comprehensive nature of the document aligns with standard practices in federal RFP processes, reinforcing the emphasis on transparency and clarity in contractor interactions, particularly concerning technical specifics relevant to project execution. The amendment includes contact details of the contracting officer and emphasizes the importance of prompt acknowledgment to avoid rejection of submissions. The attached technical questions and responses, noted as finalized, provide additional clarity on the solicitation, showcasing the agency's thorough approach to addressing bidder queries.
    This document serves as an amendment to a solicitation related to a construction project overseen by the Department of Veterans Affairs. The amendment primarily updates the most recent construction wage rates, as referenced in attached document "ATTACHMENT 10 - Construction Wage Rates - Sedgwick 4-4-25." It also provides logistical details for a bid opening, which will occur via teleconference rather than in person. Interested offerors can participate by calling the specified phone number with an access code on April 24, 2025, at 1:30 PM (ET). It's crucial to note that bid submissions are due earlier, at 1:00 PM (ET) on the same date. Aside from these updates, all other terms and conditions of the initial solicitation remain unchanged. The aim of this document is to facilitate clarity and enhance participation in the bidding process for the construction project, ensuring compliance with wage rate standards and providing the necessary communication details for potential bidders.
    The document outlines the specifications and requirements for the construction of an Endoscopy Suite at the Robert J. Dole Veterans Affairs Medical Center in Wichita, Kansas (VA Project #589-702). Issued on August 4, 2023, it details the steps needed to prepare the site for construction, including demolition, labor, and materials. The document is organized into divisions that cover various construction aspects such as general requirements, existing conditions, utilities, safety measures, and environmental considerations. Each section specifies standards, codes, and the need for compliance with VA security protocols. Key construction components include provisions for temporary construction security, careful management of existing utilities, and ensuring minimal disruption to healthcare operations during the project. The file also includes provisions for multiple deduct options, allowing flexibility in construction choices based on budget considerations. All contractors must adhere to strict protocols for material storage, access control, and maintaining safety and environmental standards throughout the duration of the project. This document serves the purpose of promoting efficient, compliant, and safe construction practices in federally funded projects.
    The document outlines prevailing wage determinations for construction projects in Sedgwick County, Kansas, specifically addressing contracts covered by the Davis-Bacon Act. It emphasizes compliance with minimum wage requirements under Executive Orders 14026 and 13658, requiring contractors to pay workers a minimum of $17.75 or $13.30 per hour, depending on the contract's award date. The document details wage rates for specific classifications, including trades like electricians, plumbers, and laborers, indicating rates and fringe benefits. It notes that applicable wage rates are adjusted annually, alongside stipulations for additional classifications not listed. Furthermore, it explains the appeals process for wage determinations and related decisions, directing parties to appropriate contacts within the Department of Labor for inquiries or disputes. This document is crucial for ensuring fair labor practices and compliance in federally funded construction projects in Kansas, effectively guarding worker rights and upholding wage standards.
    The document outlines wage determination specifics for building construction projects in Sedgwick County, Kansas, under General Decision Number KS20250057, effective March 14, 2025. It highlights requirements related to the Davis-Bacon Act, whereby federal contracts must comply with minimum wage stipulations as dictated by Executive Orders 14026 and 13658. Contracts initiated or extended post-January 30, 2022, mandate payment of at least $17.75/hour for covered workers, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30/hour for the same workforce. The document lists various worker classifications—such as electricians, ironworkers, and laborers—along with their respective wage rates and fringe benefits. Additional notes clarify the process for addressing unlisted classifications and appeals regarding wage determinations. Overall, this document serves as a regulatory guide for contractors to ensure compliance with federal wage standards for construction work funded by federal dollars, thereby protecting worker rights and promoting fair labor practices.
    The document outlines the wage determination for building construction projects in Sedgwick County, Kansas, under General Decision Number KS20250057, effective April 4, 2025. It specifies compliance with the Davis-Bacon Act and related Executive Orders, detailing minimum wage rates for various labor classifications, including specific trades such as electricians, plumbers, and laborers. The rates included are based on a combination of union and non-union surveys, highlighting differences in wage requirements based on contract award dates. For contracts started or renewed after January 30, 2022, the wage rate is at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum rate of $13.30 unless otherwise specified. Additional details relate to paid sick leave for federal contractors as per Executive Order 13706, ensuring workers gain eligibility based on hours worked. The document also explains the appeals process for wage determination disputes and provides resources for further information on labor rights and contractor obligations. This summary emphasizes the federal government’s structure for wage rates and worker protections related to federal construction contracts within Kansas, ensuring that contractors adhere to legal labor standards.
    A site visit is organized for the construction of an Endoscopy Suite at the Robert J. Dole VA Medical Center, scheduled for March 20, 2025, at 1:00 PM (CT). Participants are to meet at the Engineering Conference Room in Building 10, located in the Northeast corner of the campus. Due to limited parking on-site, attendees may need to park and walk across the campus. The contact person for the day of the event is Jarod Rutliff, reachable via email or phone. This document serves to inform potential bidders about the site visit as part of the Request for Proposals (RFP) process, facilitating their understanding of the project and logistics before formal proposals are submitted. Efficient planning and communication are emphasized, aligning with federal requirements for transparency and accessibility in government contracting.
    The document outlines specifications for the construction of an Endoscopy Suite at the Robert J. Dole Veterans Affairs Medical Center in Wichita, Kansas, identified by VA project number 589-702. It details various construction divisions, including general requirements, existing conditions, metal framing, finishes, HVAC, plumbing, electrical, and safety systems, emphasizing adherence to VA standards and various ASTM specifications. Key components include subsurface preparation for flooring, installation of metal framing, and gypsum board, among others. Project timelines and quality control measures, including safety and environmental controls, are also specified. The document serves as a comprehensive guide for contractors responding to the RFP to ensure compliance with design standards, project specifications, and safety regulations, reflecting the federal government's commitment to providing quality healthcare facilities to veterans.
    The document outlines the construction specifications for the Endoscopy Suite project (VA project #589-702) at the Robert J. Dole VAMC in Wichita, KS. It includes final construction documents dated August 4, 2023, detailing various divisions related to general requirements, existing conditions, materials and equipment, and electrical installations. Each section specifies quality assurance standards, submittals, installation methods, and testing protocols. Emphasis is placed on adherence to industry codes (such as IBC, NFPA, and UL), ensuring safety and environmental compliance during construction. The specifications specify the use of sustainable materials, high-quality electrical components, and meticulous procedural requirements to guarantee operational integrity and safety for the healthcare facility. This documentation is essential for contractors participating in the bidding process, establishing clear expectations for performance and compliance in line with federal standards for government projects.
    The document outlines the specifications and requirements for the construction of an Endoscopy Suite at the Robert J. Dole Medical Center in Wichita, Kansas. It details architectural designs, bid items, and the necessary compliance with safety and accessibility regulations. The project includes multiple bid items each addressing different scopes, allowing for deductions if specific work related to mechanical, security systems, and office spaces is omitted. Each section lists technical details, structural and mechanical system requirements, and key safety protocols according to the 2018 International Building Codes. The design emphasizes the importance of durable materials and efficient space utilization while addressing future expansions. Furthermore, the document indicates ongoing communication with various construction teams and stakeholders, ensuring that all aspects conform to federal standards. Overall, the initiative reflects the Department of Veterans Affairs’ commitment to providing advanced medical facilities while maintaining high safety and operational standards.
    The document outlines the fire protection specifications for the construction of an Endoscopy Suite in Wichita, Kansas, as part of a federal government project. It details the responsibilities of the fire protection contractor, including the removal and redistribution of existing piping, installation of new FM-approved quick-response sprinkler heads, and the development of sealed engineering drawings in compliance with NFPA 13 and local fire regulations. The contractor is also responsible for coordinating the layout of sprinkler heads with other building systems, ensuring no obstructions of sprinkler mechanisms, and implementing seismic bracing to maintain operational integrity during seismic events. Safety protocols are emphasized, requiring comprehensive coordination with all trades to minimize disruptions in a fully occupied facility. The summary highlights the importance of adhering to life safety measures while following construction and engineering best practices for fire protection systems. Overall, this document serves as a crucial guideline ensuring the safety and functionality of fire protection within the new construction project.
    The Department of Veterans Affairs is planning the construction of an Endoscopy Suite at the Robert J. Dole VA Medical Center in Wichita, Kansas. The project, valued between $20 million and $50 million, will involve a firm-fixed price contract and is being pursued under justification for other than full and open competition. Specifically, six proprietary brand name items are necessary for project standardization, including systems from Ascom, Honeywell Notifier, Siemens Controls, Corbin Russwin, Software House by Tyco, and Tri-Tech Medical Inc. These components are critical for the operational compatibility with existing infrastructure and systems at the facility. The justification asserts that using other brands would lead to inefficiencies, significant retraining costs, and potential safety issues. The procurement aims to ensure competitive bidding among Service-Disabled Veteran-Owned Small Businesses. The Contracting Officer has confirmed the anticipated prices are fair and reasonable, with market research conducted to affirm these brand names as the sole viable options for project efficiency and safety.
    The VHA Pre-Construction Risk Assessment (PCRA) provides a template for assessing safety risks related to construction, renovation, and maintenance activities in healthcare facilities. It emphasizes the need for control measures to safeguard patients, employees, and contractors during these activities. The PCRA distinguishes between various activity types—inspection/upkeep, small-scale, and large-scale—all requiring appropriate precautions and communication plans. Key components include the necessity of documenting the scope of work, ensuring safety communication, and coordinating with affected adjacent areas. The document also outlines specific control measures based on the complexity and duration of work, from basic inspections to large-scale renovations involving heavy equipment and environmental management plans. Moreover, the companion Infection Control Risk Assessment (ICRA) is vital when activities pose potential infection risks, stressing that additional safety measures may be necessary. Overall, the VHA PCRA serves as a comprehensive guidance tool ensuring construction activities are conducted with minimal disruption and risk to healthcare operations while complying with federal and local regulations.
    The document outlines the core working hours for contractors under a government contract, specifying that normal operational hours are from 7:00 AM to 4:30 PM local time, Monday through Friday, excluding weekends and federal holidays. It emphasizes that any on-site work outside these hours must receive prior approval from both the Contracting Officer and the Contracting Officer Representative (COR). Requests for off-hours work must be submitted via email at least 72 hours in advance without incurring extra costs to the government and are contingent upon the availability of on-site personnel. This structure establishes clear expectations regarding work schedules and compliance requirements for contractors, reinforcing the importance of communication and proper planning in federal contractual obligations.
    The VAAR 852.219-75 outlines the limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) within the context of federal contracts. The offeror certifies compliance with a stipulation that no more than 85% of the government contract amount can be paid to non-certified subcontractors, excluding costs for materials. The document emphasizes the accountability of participating businesses, asserting that any false certifications may lead to severe legal repercussions, including civil and criminal penalties. Additionally, the VA has the authority to enforce consequences if non-compliance is detected during contract performance, requiring documentation such as invoices or subcontractor records to verify adherence to the subcontracting limits. The contractor is obliged to cooperate with VA in compliance evaluations, and failure to provide requested documentation could result in remedial actions. The formal certification must be submitted with offers, and non-compliance will render bids ineligible for consideration. This document enforces the integrity of the contracting process by promoting opportunities for veteran-owned businesses while ensuring regulatory compliance in federal contracting practices.
    The document is an abstract of offers related to a construction solicitation from the Department of Veterans Affairs for the construction of an Endoscopy Suite at the Wichita VA Medical Center. It outlines key administrative details, including the solicitation number, issuance date, and number of amendments. The abstract presents various bids received for the project from Floyd Construction Corporation, noting bid amounts, security details, and amendments acknowledged. Six bid deduct options were provided, showcasing a range of estimated amounts from approximately $20.6 million to $24.1 million. The successful bidder is required to provide a 20% bid bond. The information reflects the competitive nature of government procurement processes and adherence to regulations in awarding contracts for federal construction projects.
    The document details the construction of a minor endoscopy suite at the Wichita VAMC, scheduled for March 20, 2025, at 1:00 PM (CT). It includes contact information for various individuals involved in the project, including contract specialists, engineers, and contractors, providing emails and phone numbers for coordination. A second table lists additional personnel associated with the project, indicating their roles and contact information.
    The document outlines a Request for Proposals (RFP) issued by the Department of Veterans Affairs for a construction project to establish an Endoscopy Suite at the Robert J. Dole VA Medical Center in Wichita, Kansas. This project is designated as a competitive set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves a budget ranging from $10 million to $20 million, with the contract performance timeline set at 608 calendar days post-award. Key requirements include the provision of all necessary labor, materials, tools, and oversight to complete the construction per specified guidelines. The document details necessary bid submissions, including a bid guarantee of 20% of the bid price, electronic submissions, and an acknowledgment of all amendments. The offers will be evaluated based on the lowest price, taking into account a series of deductive bid options, thereby allowing for potential adjustments based on budget constraints. Specific attention is given to regulatory compliance, including wage rate requirements and general conditions for construction contracts. The importance of contractor registration in the System for Award Management (SAM) and adherence to VETS 4212 reporting requirements for veteran employment is emphasized. The document requires bidders to be thorough in their submissions to avoid disqualification based on responsiveness.
    The Document outlines the questions and responses regarding the construction of an Endoscopy Suite at the Wichita VA Medical Center. Key topics addressed include pricing structure for bids, tax exemptions, compliance with the Buy American Act, and set-aside provisions for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Responses emphasize that the project must adhere to specific VA standards, including warranty requirements, contract bonding via SDVOSB partnerships, and installation protocols. The file also clarifies responsibilities related to construction conditions, such as handling contaminated soils, materials testing, and compliance with asbestos regulations. Furthermore, the document includes guidance on the use of specific materials, installation practices, and the integration of security systems, addressing technical queries about cable installations, fire safety measures, and site management during construction to minimize disruptions. Overall, the document serves as a comprehensive Q&A that ensures contractors are well-informed about VA requirements and project expectations, aiming to facilitate a competitive bidding process while maintaining safety and compliance throughout the construction project.
    Similar Opportunities
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Spinal Cord Injury Space (Minor) Construction – Seattle – Project 663-310
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Spinal Cord Injury Space (Minor) Construction project at the Seattle VA Medical Center, identified by Solicitation Number 36C77625B0041. This project aims to enhance facilities dedicated to spinal cord injury care, with an estimated funding amount of $12,630,000.00, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties should note that the bid log indicates competitive offers, with the lowest bid received at $10,084,052.00, and must reach out to Thomas Council at Thomas.Council@va.gov or Joseph Rossano at joseph.rossano@va.gov for further inquiries.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Buyer not available
    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--519-23-908 EHRM Tier 2 Data Center Construction - Big Spring
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project, estimated to cost between $5,000,000 and $10,000,000, is critical for modernizing the facility's data management capabilities and ensuring compliance with safety and operational standards. Interested bidders must submit their proposals electronically by December 18, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Buyer not available
    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.
    C1DA--589A7-26-600 Prepare Site for PET/CT
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) architectural and engineering firms to design the renovation of approximately 700 square feet for a PET/CT suite at the Robert J. Dole VA Center in Wichita, Kansas. The project, identified as 589A7-26-600, requires comprehensive design services, including mechanical, electrical, plumbing, and structural work, along with hazardous material identification and adherence to VA and federal design standards. This renovation is crucial for enhancing medical imaging capabilities within the facility, ensuring compliance with safety and operational requirements. Interested firms must submit their SF 330 qualification packages by December 8, 2025, at 10:00 AM CT, with an anticipated contract award by March 31, 2026. For further inquiries, contact Contract Specialist Tonesha King at tonesha.king@va.gov or by phone at 913-946-1971.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Buyer not available
    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 includes structural modifications, utility coordination, and compliance with safety and infection control standards, with a focus on ensuring the integrity of radiation shielding and existing medical infrastructure. This procurement is particularly significant as it aims to enhance the facility's capabilities in providing emergency medical services. Interested contractors must submit their quotes by December 15, 2025, at 2:00 PM EST, and are required to complete a Past and Present Performance Questionnaire by November 3, 2025, to be considered for this contract, which has an estimated value between $500,000 and $1 million. For further inquiries, contact David M Hernandez at David.Hernandez1@va.gov.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    Z2DA--Renovate MICU/SICU 539-20-104
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under project number 539-20-104. The project entails comprehensive renovations covering approximately 11,000 square feet, including demolition, new layouts, fixtures, finishes, and the installation of a HEPA pandemic filtration system, with an estimated construction value between $5,550,000 and $7,250,000. This procurement is particularly significant as it aims to modernize critical care facilities, ensuring compliance with safety and infection control standards while maintaining operational efficiency. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by 1:00 PM EST on January 8, 2026, following a mandatory site visit scheduled for November 3, 2025. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Buyer not available
    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.