The Department of Veterans Affairs (VA) is planning to solicit bids for a Firm-Fixed-Price contract to construct and renovate the Spinal Cord Injury (SCI) ward at the Hampton VA Medical Center in Hampton, VA. This project includes renovating approximately 25,000 square feet of existing space and constructing an additional 3,200 square feet. The contract will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with bids from non-SDVOSB entities excluded. The estimated construction cost ranges from $10 million to $20 million, with an anticipated period of performance of 550 days following the Notice to Proceed. The solicitation is expected to be issued in August 2025. All inquiries must be submitted via email to the contracting specialist, Andrew Mathews. This document serves as a presolicitation notice rather than a request for competitive offers.
This document is a solicitation for a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside construction project titled "Construct SCI Renovation/Addition" at the Hampton VA Medical Center. The Department of Veterans Affairs is seeking a contractor to provide all necessary labor, materials, tools, equipment, and supervision for general construction, with an estimated magnitude of $10,000,000 to $20,000,000. Key requirements include a mandatory performance period of 550 calendar days after the notice to proceed, a bid guarantee of not less than 20% of the bid price (not exceeding $3,000,000), and adherence to various FAR and VAAR clauses regarding bonds, taxes, and small business regulations. Bids must be submitted electronically via email by September 12, 2025, at 8:00 AM EST, and offerors must be certified in the SBA’s VetCert database and registered in SAM.gov. A formal pre-bid site visit is scheduled, and technical questions must be submitted via email by August 29, 2025.
Amendment 0001 to Solicitation 36C77625B0046, issued by the Department of Veterans Affairs, addresses several updates for potential offerors. The amendment provides the sign-in sheet from the site visit, clarifies that sealed offers are due by 8:00 AM EST on September 12, 2025, and includes an updated Volume 1 of the Specifications. This modification ensures all bidders have the most current information regarding the solicitation requirements and submission deadline. All other terms and conditions of the original solicitation remain unchanged.
This document is Amendment 0002 to Solicitation 36C77625B0046, issued by the Department of Veterans Affairs, Program Contracting Activity Central, with an effective date of September 3, 2025. The amendment's purpose is to respond to technical questions, include supplemental documentation for these answers, and provide bid opening details. The bid opening will be conducted via conference call on September 12, 2025, at 9 AM ET, with specific call-in and access code information provided. Bid submissions are due at 8 AM ET on the same date. The amendment also references attached documents: "Technical Questions Answered," "VAAR 852.219-75," and "VHA ICRA-1.2 Oct 1 2024." All other terms and conditions of the original solicitation remain unchanged.
The Scope of Work for Project #590-802, SCI Renovation Phase 3 at Hampton VA Medical Center, outlines a comprehensive renovation and new construction initiative. The project involves a base bid for renovating approximately 25,000 sqft of the existing SCI ward in building 137C, creating 12 single bedrooms with private baths, and constructing a new 3,200 sqft building attached to existing structures. It also includes landscaping for courtyard areas. A deduct alternate (Bid Item II) modifies the new addition to a shell space with a dry-type sprinkler system. The work, estimated between $10,000,000 and $20,000,000, will be performed in an occupied healthcare facility operating 24/7. Key requirements include extensive general construction, electrical, HVAC, plumbing, and demolition work, adherence to specific safety, environmental, and quality control standards, and various material divisions. The project has an anticipated completion of 550 days after the Notice to Proceed.
The Department of Veterans Affairs Medical Center in Hampton, Virginia, is undertaking the SCI Renovation and Residence Addition project (VA Project No. 590-802), with Miller-Remick LLC as the Architect-Engineer. This project involves the renovation of the existing SCI Ward and the construction of a new addition to Building 137C. The comprehensive documentation, dated February 18, 2021, outlines detailed specifications across various divisions, including general requirements, existing conditions (demolition, asbestos, lead-based paint, mold remediation), concrete, masonry, metals, wood, thermal and moisture protection, openings, finishes, specialties, equipment, furnishings, fire suppression, plumbing, HVAC, electrical, communications, electronic safety and security, earthwork, exterior improvements, and utilities. Key general requirements include stringent safety protocols, construction security (badges, key control, document control, vehicle restrictions), strict rules for operations and storage areas, and meticulous coordination with the Medical Center to prevent disruption of services. The contractor is responsible for comprehensive site preparation, protection of existing structures, and adherence to all specified testing and warranty management plans. The project emphasizes maintaining uninterrupted medical center operations throughout the construction phases, with detailed procedures for utility shutdowns and critical response times for warranty service needs.
The Department of Veterans Affairs Medical Center in Hampton, Virginia, is undertaking a comprehensive renovation and addition project (VA Project No. 590-802), with construction documents finalized on May 4, 2023. This project involves extensive upgrades across various divisions, including general requirements, existing conditions (demolition, asbestos, lead-based paint, mold remediation), concrete, masonry, metals, wood, thermal and moisture protection, openings, finishes, specialties, equipment, and furnishings. Key focus areas in Volume II (Divisions 21-23) include detailed specifications for fire suppression, plumbing, and HVAC systems. The project emphasizes adherence to strict quality assurance, safety, and commissioning requirements, with a Commissioning Agent (CxA) overseeing the process. Specific attention is given to the design, installation, and testing of wet-pipe sprinkler systems in accordance with NFPA 13, including design criteria, submittals, and quality assurance. Plumbing work must comply with the International Plumbing Code, and HVAC systems are subject to rigorous testing, adjusting, and balancing. The project also details requirements for electrical, communications, and electronic safety and security installations, ensuring a modernized, safe, and efficient facility for veterans.
The document outlines the comprehensive specifications for electrical installations at the Hampton VA Medical Center's SCI Renovation & Residence Addition project. It details requirements for low-voltage conductors, cables, grounding, and bonding, emphasizing adherence to national codes like NEC, UL, and NFPA. Key aspects include quality assurance, submittal procedures for materials and equipment, and rigorous testing standards. The project mandates copper conductors, specific color coding, and approved splicing/termination methods. Installation guidelines cover raceway systems, conductor pulling, and identification. Safety protocols are paramount, especially when working on energized circuits, requiring detailed work plans and protective equipment. The document also specifies warranty terms and instruction requirements for government personnel on system operation and maintenance, ensuring a robust and safe electrical infrastructure for the facility.
The provided government file, part of federal RFP 590-802 for SCI Renovation and Residence Addition in Hampton, Virginia, details hazardous materials abatement plans for the facility's first floor across two phases. The project involves removing and disposing of significant quantities of asbestos-containing materials, including 16,000 SF of floor tile, 3,000 SF of floor/wall mastic, 5 SF of roof drain duct insulation, and black window sealant from 88 exterior and 11 interior windows, as well as 4,000 SF of duct insulation. The plans also address lead awareness, requiring contractors to comply with OSHA 29 CFR 1926.62. General notes emphasize strict adherence to federal, state, and local regulations, maintaining a clean and safe work environment, protecting existing finishes, providing temporary security, and ensuring proper handling and disposal of all hazardous waste. Coordination with the Contracting Officer's Representative for site logistics and waste management is mandatory. The project requires contractors to use the
The provided government file outlines the SCI Renovation and Residence Addition project at the Hampton VA Medical Center. It includes detailed architectural and life safety plans, abbreviations, and construction notes. The project involves renovations and additions to the existing healthcare facility, adhering to various NFPA codes (13, 72, 90A, 99, 101, 220, 291, 5000) and VA Fire Protection Manual. Key aspects covered are room designations, partition types, door schedules, material legends, and dimensioning guides. The file also details life safety elements such as smoke compartments, exit routes, and occupant load calculations. Phasing notes specify construction access, temporary facilities (laundry), and the sequence of work for Phase 1 and Phase 2, with considerations for maintaining access to occupied areas. Deduct alternate options are provided, allowing for the potential exclusion of certain architectural, plumbing, mechanical, electrical, and fire protection work associated with the five-bed and four-bed west additions. The document emphasizes adherence to Infection Control Risk Assessment (ICRA) procedures, requiring temporary partitions, dust prevention, and proper repositioning of sprinkler heads during construction.
The provided government file, likely part of an RFP or grant for a federal project, details the "SCI RENOVATION AND RESIDENCE ADDITION" in Hampton, Virginia, specifically focusing on roof plans for fire protection and plumbing systems. The document outlines two phases for fire protection on the roof (FX121 and FX122) and a plumbing demolition plan (PD122), along with a new work plumbing plan (P-122) for the roof. Key elements include the retention of existing roof and parapet structures, skylights, and penthouse roofs, alongside proposed additions. The plans consistently indicate a roof slope of 1/4" per foot and emphasize maintaining existing slopes where applicable. Courtyards A, B, and C are noted as open areas. The project is managed by the U.S. Department of Veterans Affairs, Office of Construction and Facilities Management, and is fully sprinklered. Miller-Remick LLC is identified as the professional engineer, with MSAonline.com and adkops.com listed as consultants. The document emphasizes that prints should not be used without the professional engineer's seal and signature. This file is a comprehensive set of architectural drawings for the roof-level modifications and new constructions, vital for understanding the scope of the renovation and addition project.
The provided government file, part of federal government RFPs, details the "SCI Renovation and Residence Addition" project in Hampton, Virginia, specifically focusing on Building 137C. The project, with a project number 590-802 and Miller-Remick LLC as the engineer of record (project no: 0500-0016), involves mechanical demolition and new work plans for the roof (Phases 1 and 2) and the first floor (Phase 1 and 2). Key areas of work include roof demolition and new mechanical installations in Buildings 137C, 137A, and Penthouses 'A' and 'C'. First-floor plans detail comprehensive piping layouts for patient rooms, toilets, offices, and various functional areas like dining, kitchens, therapy, and administrative spaces, covering both north and south sections. The documents are 100% construction documents, approved by the U.S. Department of Veterans Affairs Office of Construction and Facilities Management, and note that the building is "FULLY SPRINKLERED."
The provided government file details the
VAAR 852.219-75 details subcontracting limitations for VA contracts, primarily for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). For services, contractors cannot pay over 50% to non-certified firms. For general construction, this limit is 85%, excluding material costs. Special trade contractors have a 75% limit, also excluding materials. The certification confirms compliance and acknowledges penalties for false statements, including criminal prosecution and debarment. Contractors must provide documentation to VA upon request to prove compliance, with failure to do so resulting in remedial action. The offeror must complete and return a signed certification with their bid; otherwise, their offer will be deemed ineligible.
The document outlines General Decision Number VA20250022 for construction projects in Hampton, Virginia, detailing wage determinations under the Davis-Bacon Act and related Executive Orders, including minimum pay standards for various classifications of workers. It specifies minimum wages, which vary depending on the contract's award date and renewal status, as well as annual adjustments and employee protections including paid sick leave. Additionally, it highlights the appeals process for wage determination disputes, providing contact information for relevant departments within the Department of Labor.
This government file outlines the administrative provisions for project management and coordination, emphasizing the use of a web-based software package for construction operations. The document details requirements for a digital project management system, including features for data compilation, access control, workflow planning, communication tracking (RFIs, submittals, change orders), payment processing, document management, and mobile compatibility. The selected software must be equivalent to Procore or Oracle Primavera Submittal Exchange. Contractors are required to participate in coordination, and the system needs to support real-time status updates and digital archiving. The project mandates providing user licenses and eight hours of training for stakeholders, ensuring efficient project communication and documentation until final completion.
The document is a sign-in sheet for a site visit related to the construction of an addition to the Hampton Veterans Affairs Medical Center (VAMC), scheduled for August 21, 2025, at 9:00 AM ET. It lists attendees along with their names, companies, email addresses, and phone numbers, including representatives from Standard Communications, TDSC, BPJV, StandardFederal Group, and Johnson Controls. Notable participants include Charlie Nowak, Ken Sturgis, and Richard Roberts.
This government file details the 100% Construction Documents for the SCI Renovation & Residence Addition at the Hampton VA Medical Center, VA Project No. 590-802, dated May 4, 2023. It includes comprehensive specifications across numerous divisions, from general requirements and existing conditions to structural, architectural, fire suppression, plumbing, HVAC, electrical, communications, electronic safety and security, earthwork, exterior improvements, and utilities. The document also provides a detailed list of drawing sheets for all project aspects, including hazardous materials abatement, civil, structural, architectural, fire protection, plumbing, mechanical, and electrical plans. Key general requirements emphasize safety, phased work to minimize disruption to the operational medical center, strict security procedures, and the contractor's responsibilities for site management, utility maintenance, and adherence to as-built documentation and warranty management plans. The project involves the renovation of the existing SCI Ward, construction of a new addition, and a new rooftop Mechanical Penthouse with Air Handling units in Building 137C.
This document, Solicitation #36C77625B0046, outlines technical questions and VA responses regarding the "Construct SCI Reno/Addition, Hampton VA" project. Key areas addressed include missing Division 9, 10-12, 27, and 28 specifications, which are directed to amendment 0001. Important clarifications cover the submission time (8:00 AM EST), bid opening link via SAM.gov amendment, and material preferences for fire extinguisher cabinets (white steel). Personnel requirements emphasize that a Superintendent cannot dual-hat as an SSHO or CQC Systems Manager simultaneously, with the SSHO needing to be full-time. The VA will not provide commissioning services. The document also details requirements for firestopping, hazardous materials reports (Volume I of Specs), and ICRA guidance (amendment 0002). Operational considerations include shutdown notices, hydrostatic testing (sufficient for most pipe welds), and discharge water disposal with sediment filter bags. Contractors are responsible for fire watch during hot work and most rock removal. Contaminated soil with asbestos fibers is present in a crawlspace (Volume III of Specs). The VA will handle most furniture removal, while contractors are responsible for moving items if needed. This firm fixed-price contract requires bids based on provided specifications, drawings, and information.
VAAR 852.219-75 outlines subcontracting limitations for VA contracts, ensuring compliance with federal regulations (38 U.S.C. 8127(k)(2)). For general construction, contractors cannot pay more than 85% of the government-provided amount to firms not listed as VIP-listed SDVOSBs or VOSBs. Materials costs are excluded. The offeror must certify compliance, acknowledging potential penalties for false certifications, including criminal prosecution and fines. The VA reserves the right to review documentation to verify adherence to these limitations. Failure to provide requested documents may result in remedial action. This certification is mandatory for all offers, and non-compliant submissions will be deemed ineligible for evaluation and award.
The VHA Infection Control Risk Assessment (ICRA) template (VHA ICRA-1.2, October 2024) provides minimum requirements for categorizing construction, renovation, and maintenance activities within VHA facilities to prevent infection risks. This document is crucial for federal government RFPs and grants related to healthcare infrastructure. It outlines a four-step process: identifying the activity category (A, B, C, or D) from Table 1, assessing affected areas from Table 2, determining the overall patient risk category (Low, Medium, High, or Highest) from Table 3, and finally, using Table 4 to ascertain the required level of infection prevention and control precautions (I, II, III, or IV). Tables 5 and 6 detail the specific control measures to be implemented during and upon completion of the activity, respectively. An infection prevention and control permit is mandatory for Level III and IV precautions. The document also includes a fillable permit form and an appendix detailing alternative interior exhaust requirements.