Z1DA--Improve Sewer System and Water Loop 610-21-104
ID: 36C25025B0007Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Dec 11, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due Jun 5, 2025, 1:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for the improvement of the sewer system and water loop at the VA Northern Indiana Healthcare System Marion Campus in Indiana. The project requires a contractor to provide all necessary labor, materials, and supervision to remove and replace storm and sanitary lines, including repairs to roads and the installation of lift stations, in accordance with detailed engineering plans. This initiative is crucial for enhancing the facility's infrastructure to better serve veterans while ensuring compliance with safety and environmental regulations. The contract, estimated between $5 million and $10 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with key deadlines including a bid submission date of April 30, 2025, and a public bid opening on the same day. Interested parties should contact Contract Specialist Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.

Point(s) of Contact
Elizabeth A FinleyContract Specialist
Elizabeth.Finley1@va.gov
Files
Title
Posted
Dec 12, 2024, 3:18 PM UTC
The Department of Veterans Affairs is soliciting proposals to improve the sewer system and water loop at the VA Northern Indiana Healthcare System's Marion Campus. The presolicitation notice indicates that this is a continuation from a previously posted solicitation, now designated as #36C25025B0007. The response deadline is set for January 27, 2025, at 2 PM Eastern Time. The project is categorized under the Product Service Code Z1DA and falls within the NAICS Code 237110. This contract opportunity is reserved for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested parties should direct communications regarding this solicitation to Elizabeth Finley at the provided email address. The location for the work is specified as 1700 E. 38th Street, Marion, IN, with the postal code 46953. The presolicitation notice serves to inform potential bidders of the upcoming opportunity and its parameters, emphasizing the government’s commitment to enhancing healthcare facilities for veterans.
Apr 24, 2025, 7:11 PM UTC
The Department of Veterans Affairs (VA) is seeking proposals for the Improvement of the Sewer System and Water Loop at the VA Northern Indiana Healthcare System Marion Campus. The project requires a contractor to provide labor, materials, and supervision to remove and replace storm and sanitary lines, including repairs to roads and the installation of lift stations. The contract is estimated between $5 million and $10 million and is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Bidders must be certified as SDVOSB and adhere to various government regulations, including affirmative action and Buy American requirements. The bid submission includes specific documentation, with a public bid opening conducted via conference call. Interested parties are encouraged to attend a pre-bid site visit on January 8, 2025. The project’s performance duration is 457 calendar days following award notification. Additionally, prospective contractors need to meet bonding, safety compliance, and employment reporting requirements to ensure accountability and reliability throughout the construction process. Overall, this solicitation reinforces the VA's commitment to enhancing infrastructure to serve veterans better, while promoting small business participation.
Apr 24, 2025, 7:11 PM UTC
The document is an amendment to a solicitation related to a contract under the Department of Veterans Affairs, specifically the Network Contracting Office 10. The primary purpose of this amendment is to announce the cancellation of a site walk that was scheduled for January 8, 2025. This cancellation is important as it directly affects potential offerors or bidders who intended to attend the site walk to assess conditions pertinent to their proposals. The document notes that a subsequent amendment will provide a new date and time for the site walk in the future. The overall structure includes standard fields for contract modifications, ensuring clarity on administrative changes and instructions for acknowledgment of the amendment by potential bidders, emphasizing adherence to deadlines for submission. This amendment underscores the fluid nature of government contracting processes, where adjustments are common and must be communicated effectively to maintain transparency and compliance.
Apr 24, 2025, 7:11 PM UTC
This document serves as an amendment to a solicitation issued by the Department of Veterans Affairs Network Contracting Office 10. The primary purpose of this amendment is to extend the deadline for bid submissions to February 28, 2025, at 2:00 PM EST. Additionally, it notes that the dates for a site walk and Requests for Information (RFI) will be rescheduled and communicated through a subsequent amendment. The document outlines the necessity for bidders to acknowledge receipt of the amendment in their submissions and includes various identification and administrative details pertaining to the contract and amendment process. The formal adjustments are in accordance with federal regulations and are intended to ensure transparency and compliance throughout the procurement process. Overall, the amendment aims to facilitate a smoother bidding experience while adhering to governmental protocols for solicitation modifications.
Apr 24, 2025, 7:11 PM UTC
The document is an amendment related to a federal government solicitation by the Department of Veterans Affairs, specifically the Network Contracting Office 10. The main purpose of the amendment is to provide updated site walk information and extend key deadlines for bidders involved in the procurement process. The site walk has been rescheduled to February 14, 2025, at the VA Northern Indiana Healthcare System, and the RFI (Request for Information) submission deadline is extended to February 21, 2025. Additionally, the bid opening date has been pushed back to March 6, 2025. This modification ensures that all interested contractors have adequate time to prepare their offers and participate in the site walk. Importantly, the amendment indicates that all other terms and conditions of the original solicitation remain in effect.
Apr 24, 2025, 7:11 PM UTC
The document outlines an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 10. The primary purpose of this amendment is to reschedule the site walk and extend the deadlines for Requests for Information (RFI) and bidding. The site walk is now set for March 4, 2025, at 1:00 PM at the VA Northern Indiana Healthcare System, Marion Campus. The due date for RFIs has been extended to March 11, 2025, and the bid opening will occur on March 27, 2025, at 2 PM. It is also emphasized that all offers must acknowledge the amendment before the specified due dates to remain valid. The amendment serves as a critical communication tool to facilitate participation in the procurement process, reflecting the agency's proactive approach to engaging contractors while ensuring transparency and compliance with federal procurement standards. This document is essential for interested bidders to stay informed about changes affecting their submissions.
Apr 24, 2025, 7:11 PM UTC
The document is an amendment to a solicitation issued by the Department of Veterans Affairs’ Network Contracting Office 10. It primarily aims to reschedule two critical events related to the procurement process: the site walk and the Request for Information (RFI) deadlines. The site walk has been set for March 18, 2025, at the VA Northern Indiana Healthcare System in Marion, IN, while the RFI submission deadline has been shifted to close of business on March 21, 2025. Contractors are instructed to acknowledge receipt of this amendment and must adhere to the new schedule outlined. The amendment reflects administrative changes pertinent to the contracting process and underscores the importance of compliance with the updated timelines to avoid rejection of bids. This document is essential in ensuring that potential bidders are informed and can prepare accordingly for participation in the procurement process. Overall, it maintains the integrity of the original agreement while facilitating clearer communication and adjusted timelines for all involved parties.
Apr 24, 2025, 7:11 PM UTC
This document is an amendment to a solicitation for a contract issued by the Department of Veterans Affairs’ Network Contracting Office 10. Its primary purpose is to notify offerors of changes concerning the bidding process. Specifically, the amendment extends the deadline for the receipt of offers to April 30, 2025, at 2 PM EDT. Additionally, it postpones the site walk and the date for Requests for Information (RFI) and the bid opening. The document emphasizes the importance of acknowledging receipt of this amendment to avoid rejection of offers. It indicates that further clarifying information will be provided in a subsequent amendment. The contracting officer responsible for this amendment is Luke A. Turner, who works at the Indianapolis, IN office. Overall, the amendment serves to update interested bidders about changes in the procurement timeline and ensure continued participation in the solicitation process by allowing for the necessary adjustments related to staffing issues.
Apr 24, 2025, 7:11 PM UTC
This document is an amendment to a solicitation issued by the Department of Veterans Affairs for a contract modification, specifically regarding a project designated as 36C25025B0007. The primary purpose of this amendment is to reschedule the site walk, extend the deadline for Requests for Information (RFIs), and adjust the bid opening date. The new timeline specifies that the site walk will occur on May 15, 2025, at 2:00 PM at the VA Northern Indiana Healthcare System, Marion Campus. The RFI due date is now set for May 22, 2025, by the close of business. Additionally, the bid opening has been extended to June 5, 2025, at 9:00 AM EST, to be conducted via Microsoft TEAMS. The amendment emphasizes the importance of acknowledging receipt prior to the specified deadlines and highlights the implications of failure to comply with these timelines. This update reflects the ongoing adjustments often necessary in government contracting processes to ensure adequate participation and response from potential bidders.
Apr 24, 2025, 7:11 PM UTC
The document reflects General Decision Number IN20240002, effective October 18, 2024, which details prevailing wage rates for construction projects funded by the federal government in Indiana. This decision encompasses the Davis-Bacon Act, requiring contractors to pay minimum wage rates based on specific executive orders. Various trades and classifications, including Asbestos Workers, Electricians, and Laborers, are detailed along with their corresponding wage rates and fringe benefits across multiple counties in Indiana. The document outlines wage determination modifications, highlighting the need for compliance with federal wage regulations to protect workers in public construction projects. Overall, this ruling supports transparency in compensation standards and ensures fair labor practices for contractors and subcontractors involved in federally funded building projects. The structure presents county-specific rates, including categories and descriptions of labor classifications while emphasizing minimum wage compliance as crucial for contractor eligibility for federal contracts.
Apr 24, 2025, 7:11 PM UTC
The document details a topographic and utility survey conducted for the project site at the Marion VA Medical Center in Indiana. The survey aimed to map existing topographic features and assess underground utilities, utilizing record data and field measurements. Notably, the survey certified by Indiana registered land surveyor Ross M. Frank, acknowledges that additional underground utilities may exist, whose locations weren’t determined, and that building dimensions provided are approximated and should not be used for structural design. The survey specified horizontal coordinates based on NGS NAD 83 and vertical coordinates on NAVD 88, while environmental conditions, such as wetlands, were not considered. Conducted from March 23, 2021, to May 5, 2021, the survey is essential for informing future construction or renovations at the site, ensuring alignment with safety and operational standards. This project signifies a systematic approach to infrastructure improvement for Veterans Affairs, reflecting the agency's commitment to enhancing service facilities for veterans.
Apr 24, 2025, 7:11 PM UTC
The document outlines a construction project by the U.S. Department of Veterans Affairs aimed at improving the sewer system and water loop in Marion, Indiana. The architectural and engineering work is being conducted by Viridian Architectural Design, Inc., alongside Engineering Resources, Inc. The project includes detailed specifications for various sanitary and storm structures, including manholes and piping components, specifying dimensions, materials, elevations, and directional flow. The document emphasizes the proprietary nature of its content, stating that all designs and concepts are owned by Viridian Architectural Design, Inc. The data presented is crucial for contractors involved in the renovation and upgrading of essential water infrastructure, reflecting the government’s commitment to providing adequate facilities for veterans. This project showcases the importance of proper engineering documentation in securing funding through federal grants and addressing local municipal needs within government regulations.
Apr 24, 2025, 7:11 PM UTC
The document is a construction proposal from the U.S. Department of Veterans Affairs for a project based in Marion, Indiana, focused on improving the sewer system and water loop within the campus. The proposal includes engineering plans drawn by Viridian Architectural Design, Inc., detailing the various construction phases, site layouts, and compliance requirements. It outlines the necessity for the installation of new concrete and asphalt pavements, landscaping with permanent seeding, and enhancements to existing curbs and gutters. Key points include adherence to local regulations, the requirement for securing new concrete to existing structures, and the implementation of safety measures during construction such as infection control protocols. The coordination involves significant site work while ensuring compatibility with existing infrastructure. The proposal highlights the government's commitment to modernizing its facilities to enhance service delivery while maintaining strict safety and environmental standards throughout the construction process. This project exemplifies federal initiatives to upgrade essential infrastructure for the veteran community.
Apr 24, 2025, 7:11 PM UTC
The VAAR 852.219-75 outlines the requirements for compliance with limitations on subcontracting for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) by the Department of Veterans Affairs. The contractor certifies adherence to specific percentage limitations based on the contract type: 50% for service contracts, 85% for general construction, and 75% for special trade construction. Subcontracting to non-certified businesses must not exceed these thresholds, and any violations can result in severe penalties, including fines and potential prosecution. The offeror must submit documentation for compliance review, which can be requested by contracting officers. The certification must be completed and returned with the proposal; failure to do so will render the offer invalid. This document emphasizes the importance of supporting small businesses owned by veterans and ensures that contracts are awarded and maintained in alignment with federal regulations aimed at fostering economic opportunities for these groups.
Apr 24, 2025, 7:11 PM UTC
The document outlines the construction project led by Viridian Architectural Design, Inc. for the U.S. Department of Veterans Affairs, focusing on improving the sewer system and water loop in Marion, Indiana. Significant civil engineering tasks are detailed, including site grading, drainage, and utility adjustments without compromising existing structures. The document specifies adherence to local authorities' traffic control requirements and mandates that contractors verify existing conditions prior to significant works, ensuring project accuracy and safety. Various areas of the campus are identified, with meticulous attention given to proposed elevations, drainage design, and infrastructure modifications. The project, initiated on July 31, 2023, reflects the VA's commitment to enhancing facility capabilities while maintaining operational standards. Comprehensive engineering plans are provided to guide construction, emphasizing the importance of precise engineering practices and regulations in developing effective infrastructural solutions.
Apr 24, 2025, 7:11 PM UTC
The document outlines a significant civil engineering project aimed at improving the sewer system and water loop for the U.S. Department of Veterans Affairs in Marion, Indiana. Spearheaded by Viridian Architectural Design, Inc., the project includes the installation and upgrade of various sanitary sewers, stormwater management systems, and related infrastructure across multiple campus areas. Key activities involve replacing outdated pipes, constructing new manholes, and enhancing drainage systems, all adhering to VA specifications and local regulations. To ensure successful execution, the project emphasizes field verifications prior to construction, detailed drainage and utility notes specifying material standards, and protocols for traffic control and public safety. Significant consideration is given to existing utilities’ integration, requiring contractors to provide bypass pumping during construction and reconnections to the sewer network. The project's complexity underscores the VA's commitment to enhancing healthcare infrastructure while ensuring compliance with environmental standards. This effort reflects an investment in necessary upgrades to support the facilities' operational efficiency and safety.
Apr 24, 2025, 7:11 PM UTC
The document outlines the construction project for improving the sewer system and water loop at the Marion, Indiana campus, overseen by the U.S. Department of Veterans Affairs, with Viridian Architectural Design, Inc. as the lead consultant. The project emphasizes adherence to erosion control measures during construction to prevent sediment runoff and protect water quality. It details required practices such as silt fence installation, inlet protection, and the management of concrete washout to ensure environmental compliance. The contractor is responsible for maintaining stable construction entrances and ensuring that all excess soil is disposed of properly, especially concerning potential wetlands. The document serves as a guide for contractors to follow during the project, highlighting the importance of sustainable practices in public works and infrastructure improvements, aligned with regulatory requirements for federal grants and state/local RFPs. This initiative reflects the commitment of the Department of Veterans Affairs to supporting infrastructure that meets modern standards while safeguarding the environment.
Apr 24, 2025, 7:11 PM UTC
The document outlines a comprehensive project for improving the sewer system and water loop at the Marion Campus of the VA Northern Indiana Healthcare System. The project, initiated on December 21, 2021, includes significant upgrades to site utilities in the eastern and southern parts of the campus. Key tasks entail demolishing old storm and sanitary sewer pipes, extensive trenching for new piping, treating asbestos near underground utilities, and relocating roads. The contractor is responsible for maintaining site safety and coordination with ongoing medical services at the campus. Specific requirements include obtaining OSHA certifications for workers, adhering to VA security protocols, and ensuring minimal disruption to medical and funeral services. The project also encompasses environmental considerations such as restoration of disturbed areas, installation of utility infrastructure, and ensuring all work is completed to VA standards. A detailed phasing plan is required for effective execution, with emphasis on evidence-based monitoring and compliance with existing infrastructure. This project showcases the VA’s commitment to enhancing its facilities while ensuring compliance with safety and environmental regulations.
Apr 24, 2025, 7:11 PM UTC
The Pre-Award Contractor Safety and Environmental Record Evaluation Form is designed for companies responding to Solicitation # 36C25025B0007. The form requires prospective contractors to submit their OSHA 300 forms detailing safety performance indicators for the years 2021 to 2023, including the number of man hours, cases of work-related injuries, and relevant violation history with OSHA. Contractors must provide an explanation for any serious violations and attach copies of OSHA forms. Additionally, the document requests the contractor's six-digit NAICS Code, the administrator of their Safety and Health Program, and the Experience Modification Rate (EMR) for their insurance. This evaluation form aims to assess the safety and environmental practices of contractors, which is a critical component when considering proposals for government contracts, ensuring compliance with workplace safety regulations and protecting employee welfare. The collection and review of this data directly impact the contractor's eligibility for federal grants and RFPs, underscoring the importance of maintaining safety standards in government-related work.
Apr 24, 2025, 7:11 PM UTC
This Request for Information (RFI) is issued by the Department of Veterans Affairs for project number 610-21-104, aimed at improving the sewer system and water loop at the VA Northern Indiana Health Care Marion Campus, located at 1700 E. 38th Street, Marion, IN. Contractors are advised to meticulously review the solicitation documents before submitting inquiries. Specific references to relevant specifications or drawings must accompany any questions for the Government to respond appropriately. The communication should be directed to Elizabeth Finley, the Contract Specialist. All responses to this RFI will be made available on SAM.GOV, ensuring transparency and access to information for all prospective contractors. This RFI signifies an early stage of the contracting process, inviting interested parties to seek necessary clarifications to facilitate their proposals for the indicated improvement project.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Y1ND--Sanitary Sewer CONSTRUCTION
Buyer not available
The Department of Veterans Affairs, through its Network Contracting Office 6, is seeking qualified contractors for a sanitary sewer construction project at the Hampton VA Medical Center in Virginia. The project involves the repair and replacement of sewer lines, along with necessary site preparation, with an estimated budget ranging from $2 million to $5 million. This initiative is crucial for maintaining the infrastructure and sanitation services at the medical center, ensuring a safe environment for veterans. Interested contractors must submit their qualifications, including contact information and relevant experience, by May 2, 2025, at 4:30 PM EDT, via email to the designated contact, Aaron Holmes, at aaron.holmes@va.gov.
Renovate Building 16, 610-20-103
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 16 at the Marion Veterans Affairs Medical Center, identified as project number 610-20-103. The renovation aims to modernize the facility to house the VA Northern Indiana Health Care System's administrative and operational departments while ensuring compliance with safety and infection control measures throughout the construction phases. This project is particularly significant as it will enhance the operational capabilities of the VA, providing improved services to veterans. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated project cost between $5 million and $10 million, and bids are due by April 28, 2025. Interested contractors can contact Luke A. Turner at luke.turner@va.gov or by phone at 513-559-3702 for further details.
Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the renovation of public restrooms at the W.J.B. Dorn VA Medical Center, aimed at improving patient safety and facility functionality. The project involves comprehensive upgrades, including modifications to plumbing fixtures, lighting, and finishes across multiple floors, with a focus on compliance with safety and accessibility standards. This renovation is critical for enhancing the overall patient experience and ensuring adherence to current health regulations. Interested contractors, particularly Service Disabled Veteran-Owned Small Businesses (SDVOSB), must submit sealed bids by May 2, 2025, at 12 PM EDT, and can direct inquiries to Contract Specialist Pamela R. Moffitt at pamela.moffitt@va.gov. The estimated contract value ranges between $1 million and $5 million.
Z1DA--534-19-101 Correct Utility Infrastructure, Distribution and Collection Systems (VA-25-00011619)
Buyer not available
The Department of Veterans Affairs is soliciting proposals for a construction contract to correct utility infrastructure and collection systems at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The project, designated as 534-19-101, involves replacing a 6-inch sanitary sewer main, removing asbestos-containing materials, and ensuring minimal disruption to ongoing medical operations during construction. This initiative is crucial for maintaining the facility's operational integrity while upgrading essential infrastructure. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated construction cost between $1,000,000 and $5,000,000. Proposals must be submitted electronically by May 30, 2025, and interested parties can contact Contracting Officer Zaire R. Naylor at Zaire.Naylor@va.gov for further information.
Upgrade Parking Garage Sump Pumps - Proj. No. 583-25-505
Buyer not available
The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to upgrade the sump pumps in the patient parking garage at the Richard L. Roudebush Veterans Affairs Medical Center in Indianapolis, Indiana. The project involves the removal of two failed sump pumps and the installation of two new pumps along with associated system components, ensuring compliance with safety and environmental regulations. This procurement is crucial for maintaining operational efficiency and safety within the medical center, reflecting the government's commitment to supporting veteran-owned businesses. Interested contractors must submit their proposals by the extended deadline of 120 days from the amendment date, with a project budget estimated between $25,000 and $100,000. For further inquiries, potential bidders can contact Brian Rosciszewski at brian.rosciszewski@va.gov.
Z2NE--Project 512A5-25-002, Replace Boiler Plant Water Main at Perry Point VAMC, MD
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the project titled "Replace Boiler Plant Water Main" at the Perry Point VA Medical Center in Maryland. The objective of this procurement is to install a new 6-inch water main and associated components to enhance the facility's water distribution system, ensuring a reliable secondary water supply while abandoning the existing system. This project is crucial for maintaining operational standards and safety at the medical center, which serves veterans, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $250,000 and $500,000. Proposals are due by May 23, 2025, and a site visit is scheduled for April 29, 2025; interested parties should direct inquiries to Contracting Officer Liana J Holland via email at Liana.Holland@va.gov.
Y1DZ--Replace Grease Duct Canteen 610A4-25-504
Buyer not available
The Department of Veterans Affairs is soliciting bids for the replacement of the grease duct and exhaust fan in the canteen at the Northern Indiana Health Care System located in Fort Wayne, Indiana. This project, estimated to cost less than $25,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to adhere to safety standards, provide a project schedule, and ensure compliance with federal and local regulations. The procurement is crucial for maintaining operational efficiency and safety in food service areas within the facility, which serves veterans. Interested bidders must submit their proposals via email by May 26, 2025, and are required to attend a mandatory pre-bid site visit scheduled for May 9, 2025, at 2:30 PM. For further inquiries, contractors can contact Tiffany A Rausch, the Contract Specialist, at Tiffany.Rausch@va.gov.
J045--CON-NRM-668-25-103 Upgrade Drainage Building 1 Lab
Buyer not available
The Department of Veterans Affairs is preparing to solicit bids for a construction project aimed at upgrading the drainage system in Building 1 Lab at the Mann-Grandstaff VA Medical Center in Spokane, Washington. This project, designated as CON-NRM-668-25-103, focuses on addressing flooding issues caused by inadequate drainage systems, requiring comprehensive labor and materials over a 180-day period to enhance infrastructure resiliency and capacity. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238220, with an estimated budget between $300,000 and $500,000. The solicitation is expected to be published around May 15, 2025, and interested parties can contact Contract Specialist Quyen N Mai at quyen.mai@va.gov for further information.
Z2DZ--PROJECT 675-23-103, Bid-Build (BB) Update Lake Nona Canteen
Buyer not available
The Department of Veterans Affairs is soliciting bids for the "Update Lake Nona Canteen" project at the Orlando VA Healthcare System, which involves extensive renovations and repairs to enhance the facility's canteen services. The project includes replacing flooring, addressing water damage, and reconfiguring kitchen spaces, with an estimated construction cost ranging from $1 million to $5 million, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This initiative is crucial for improving the infrastructure of veteran healthcare facilities while ensuring compliance with safety and labor standards. Proposals are due by May 12, 2025, with a site visit scheduled for April 14, 2025; interested contractors should contact Contract Specialist Michael C. Zorzi at Michael.Zorzi@va.gov for further details.
Y1DA--FY25: NRM (PROJ: 516-23-117) BB - Refresh Hemodialysis
Buyer not available
The Department of Veterans Affairs is seeking proposals for the "Refresh Hemodialysis" project at the C.W. Young VA Medical Center in Bay Pines, Florida. This project involves comprehensive demolition, renovation, and construction of the hemodialysis suite, with an estimated budget between $1,000,000 and $2,000,000, and a performance period of 168 days from the Notice to Proceed. The initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with safety and operational standards while minimizing disruption to ongoing medical services. Proposals are due by May 7, 2025, and must be submitted by Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with all submissions evaluated based on cost, technical capabilities, and past performance. Interested contractors can contact Kenneth Caryer at Kenneth.Caryer@va.gov for further information.