Y1DA--656-19-307 Remodel of Building 51-1, Eastside at the Saint Cloud VA, Saint Cloud, MN
ID: 36C26325B0007Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the remodeling of Building 51-1 Eastside at the St. Cloud VA Medical Center in Minnesota, under Project Number 656-19-307. The project aims to renovate the Community Living Center, focusing on enhancing patient care facilities while adhering to federal and state health regulations, with an estimated budget ranging from $2 million to $5 million. This initiative is crucial for improving the infrastructure of healthcare services provided to veterans, ensuring compliance with safety and environmental standards throughout the construction process. Interested contractors must submit their bids by May 22, 2025, at 0900 CST, and direct all inquiries to Senior Contracting Officer Traci A Johannes at Traci.Johannes@va.gov.

    Point(s) of Contact
    Traci A JohannesSenior Contracting Officer
    Traci.Johannes@va.gov
    Files
    Title
    Posted
    The document is a solicitation for construction services for the remodeling of Building 51-1 Eastside and related areas at the St. Cloud VA Healthcare System. It outlines the requirements for contractors, emphasizing that the bidding is limited to Service Disabled Veteran Owned Small Business (SDVOSB) firms in compliance with federal regulations. The expected construction costs range from $2 million to $5 million, with a completion timeline of 456 days after the notice to proceed. Contractors must follow specific federal acquisition regulations, provide necessary bonding, submit electronic payment requests, and maintain compliance with safety standards, among other requirements. The solicitation also includes details about bid guarantees, proposal submissions, and the evaluation process for bids. The focus is on ensuring that the contractor meets all regulatory, technical, and operational standards while promoting small business participation. The document emphasizes transparency in the bidding process, requiring detailed documentation from all bidders to ensure compliance and accountability. Overall, it highlights the initiative by the Department of Veterans Affairs to upgrade healthcare facilities while supporting veteran-owned businesses.
    The presolicitation notice pertains to the remodel of Building 51-1 at the Saint Cloud VA Health Care System in Minnesota, designated by solicitation number 36C26325B0007. This federal procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will require bidders to be registered and certified in the Veteran Small Business Certification. The project has an estimated construction cost between $2 million and $5 million under NAICS code 236220 for Commercial and Institutional Building Construction. The contracting office aims to issue an Invitation for Bid (IFB) around February 20, 2025, with a construction contract awarded 90 days thereafter. The work includes demolishing and remodeling the specified building and converting another building into a temporary medical unit. Prospective bidders need to be registered on the System for Award Management (SAM) and must handle all inquiries via email to the contracting officer. Information and updates will be available exclusively through the SAM website, and hard copies of documents will not be distributed. This notice serves to inform potential bidders about the upcoming opportunity and requirements for participation.
    This amendment to a solicitation by the Department of Veterans Affairs (VA) provides updates and modifications regarding the contracting process. It specifies that all inquiries should be directed to Contracting Officer Traci Johannes rather than another individual. Additionally, the deadline for bid submissions is set for May 22, 2025, at 0900 CST, rendering any previous deadlines invalid. The document outlines the structured method for acknowledging receipt of the amendment, requiring responses to be either in writing or electronically, and emphasizes that failure to comply with these protocols may lead to the rejection of offers. This document serves as an important communication tool ensuring clarity and compliance in the ongoing procurement process within federal guidelines. It reflects the VA's intent to streamline communications and maintain adherence to deadlines in pursuit of effective contract management.
    The project involves remodeling the Community Living Center (CLC) at the VA Medical Center in St. Cloud, MN, specifically focusing on the first floor of Building 51-1 East. This initiative includes a substantial renovation covering 5,820 square feet to accommodate operational needs and improvements under federal and state health regulations. The renovation aims to enhance patient care facilities while maintaining the existing occupancy type and accessibility standards. Key components of the project include a detailed code compliance and life safety plan, addressing fire safety and infection control requirements throughout construction. The project will adhere to various guidelines, including the NFPA National Fire Codes, the 2024 Life Safety Code, and the VA's physical security and resilience standards. Contractors are instructed to implement infection control measures, particularly during construction and renovation phases, to protect both patient and staff health. The plan emphasizes thorough assessment of existing conditions, appropriate demolition, and installation of new facilities, ensuring adherence to stringent safety protocols while minimizing disruption to ongoing healthcare services. Overall, this project reflects the VA's commitment to improving the infrastructure of healthcare facilities to better serve veterans and their needs.
    The document is the user manual for the GH3/GH3+ Ceiling Hoist, manufactured by V. Guldmann A/S, intended for lifting and transferring users with disabilities in healthcare settings. It outlines critical information, including intended usage, operational conditions, safety precautions, and assembly instructions for the lifting hoist and its components. The GH3 hoist operates on a rail system and is designed for professional use in environments like hospitals and nursing homes, where trained personnel are required for safe operation. Key sections emphasize load limits, emergency procedures, and maintenance protocols, ensuring user safety and proper equipment handling. Additionally, it explains configuration for supplementary modules available with the GH3+, such as a scale for weight measurement and a trainer module for gait training. The comprehensive nature of the manual reflects adherence to regulations and operational integrity, making it essential for compliance in healthcare environments.
    The document outlines the specifications and requirements for the remodeling of Building 51-1 at the St. Cloud Veterans Affairs Medical Center, under Project Number 656-19-307, led by Anderson Engineering of Minnesota, LLC. The primary objective is to renovate the facility, which includes demolition, construction, and updating various systems such as electrical, HVAC, plumbing, and fire protection, while ensuring minimal disruption to healthcare services. Key components include compliance with safety and environmental regulations, particularly regarding hazardous materials like lead and asbestos. Detailed plans for construction, operation, and traffic management are specified to maintain safety and accessibility within the medical facility. A rigorous training program for all personnel involved is required to adhere to infection control and OSHA standards. The project also emphasizes the necessity of maintaining existing utilities and service operations without interruption. Furthermore, the document details security measures, including the necessity for identification badges and adherence to the VA's security protocols. Overall, the project aims to modernize the facility while prioritizing safety, compliance, and continued operational capacity for healthcare services during construction.
    Anderson Engineering of Minnesota, LLC has prepared technical specifications for the remodeling of Building 51-1 at the St. Cloud Veterans Affairs Medical Center. This project, designated as VA Project Number 656-19-307, emphasizes the installation of a new automatic wet-pipe sprinkler system in accordance with National Fire Protection Association (NFPA) standards. Key components include hydraulic calculations, detailed design criteria for sprinkler zoning and controls, and specific product requirements for materials and equipment. The project outlines the responsibilities for the contractor, including submittals of certifications, shop drawings, and maintenance manuals, ensuring compliance with stringent safety and operational protocols. Quality assurance measures focus on installer qualifications, material standards, and adherence to relevant codes. Additionally, related plumbing construction aspects are described, including installation practices, equipment specifications, and operational documentation requirements. The document ultimately reflects the VA's commitment to enhancing the safety and functionality of its facilities through meticulous planning and execution of modernization efforts, fostering an environment of care for veterans.
    Anderson Engineering of Minnesota, LLC, in collaboration with the Institute for Environmental Assessment, submitted an inspection report for asbestos and lead in the St. Cloud VA Medical Center's Building 51 as part of a renovation project. Conducted on December 19, 2023, the limited asbestos inspection involved collecting 36 samples, revealing only two instances of chrysotile asbestos, specifically in the old black flooring mastic in Rooms 124 and 123; all other materials showed no detectable asbestos. Additionally, a lead-based paint inspection utilizing an X-Ray Fluorescence (XRF) analyzer assessed 101 surfaces in Building 51, identifying positive lead content in an original window frame while informing contractors of their compliance responsibilities under OSHA standards. The report adheres to EPA regulations and provides detailed findings to guide safe renovation practices, reflecting the government's emphasis on environmental safety and health standards in construction projects. The findings necessitate careful abatement and adherence to safety protocols to safeguard public health during facility renovations.
    The document outlines the specifications for staging and construction areas associated with a government project. It designates a Primary Staging Area, located at the southeast corner of contractor parking, specified by a red rectangle measuring 36 ft x 48 ft, with conditions for restoring any damaged grass during construction by sodding and maintaining it until it is rooted. A Secondary Staging Area is identified southeast of Building 51 in the shape of a red trapezoid, emphasizing that egress and pedestrian access must remain clear. It allows one 40-yard dumpster and parking for only one vehicle, with strict adherence to compliance requirements. No temporary construction office trailers are permitted in this area. The contractor parking is in a gravel lot northeast of the campus. The document highlights the contractor's responsibility for maintaining sod and implementing a Stormwater Pollution Prevention Plan (SWPPP). Overall, the guidance ensures compliance with environmental standards while organizing contractor logistics for the project's execution.
    The Department of Veterans Affairs has issued a memorandum outlining a class deviation from the Federal Acquisition Regulation (FAR) to implement Executive Orders 14173 and 14168. The main purpose is to enforce the termination of certain provisions under previous Executive Order 11246 related to employment discrimination while aligning with the new directives focused on merit-based opportunities and the removal of "gender identity" terminology from federal regulations. This amendment impacts multiple FAR parts and is effective immediately, applying to all solicitations and contracts with no exceptions. Contractors must cease compliance with certain clauses that were previously required and incorporate new provisions as specified. The document also details the immediate removal of specific affirmative action and equal opportunity provisions, while ensuring contractors remain subject to existing civil rights laws. Overall, this shift reflects a significant policy change within federal contracting practices aimed at redefining compliance with regard to employment discrimination and defining federal standards for contractors. Consequently, this affects both the issuance of new contracts and the amendment of ongoing solicitations.
    The Price Schedule Breakdown Sheet serves as a detailed outline for a construction project, specifying various divisions essential for effective project management. It categorizes costs into general building construction, mechanical and electrical systems, and site improvements. Key components include general requirements, existing conditions, concrete, masonry, and specialty finishes under building construction. The mechanical and electrical section outlines provisions for fire suppression, plumbing, and HVAC, alongside integrated automation and electrical communications. Site improvements encompass earthwork, utility installations, and transportation enhancements. The document requires contractors to break down costs into subtotals for each category, along with any miscellaneous expenses, resulting in a Proposal Grand Total. This structure aids in budgeting, allows for transparency in costing, and ensures all essential project elements are accounted for. The format highlights the importance of compliance with federal grant and RFP requirements, guiding contractors in their bidding process. The sheet emphasizes detailed planning and accountability in public works projects, showcasing the government’s focus on thorough financial oversight and structured project execution.
    The document discusses various aspects related to government Requests for Proposals (RFPs) and grants at the federal, state, and local levels. It highlights the importance of aligning project proposals with government priorities, including compliance with legal and regulatory requirements. Key elements of successful proposals include clear objectives, detailed budgets, and demonstrated capacity to deliver expected outcomes. The document emphasizes the need for thorough documentation and planning to adequately address project needs and risks, ensuring all stakeholders are informed and engaged throughout the process. Additionally, it underscores the significance of transparency and accountability in managing public funds, promoting best practices in project implementation and management. The overarching aim is to streamline government processes to foster effective partnerships that lead to successful project completion.
    The St. Cloud VA Health Care System is initiating a remodeling project for Building 51's first-floor dementia ward, designated as Project #656-19-307. The objective is to create a more supportive environment for dementia patients by upgrading aesthetics, infrastructure, and safety features within both Building 51 and the adjacent Building 48. The scope encompasses demolition, site preparation, hazardous material removal, and improvements in lighting, plumbing, and telecommunications. It requires contractors to provide training for access control, with operations primarily scheduled during regular work hours but may extend to off-hours to minimize disruptions. The project will unfold in phases, necessitating advance coordination to ensure continuous operation of healthcare services. The timeline for completion is projected at approximately 532 calendar days, with substantial completion anticipated within 456 days post-notice to proceed. The estimated budget ranges from $2 million to $5 million, and strict COVID-19 protocols will apply to contractor personnel, including vaccination documentation for entry into VA facilities. This initiative underscores the VA’s commitment to enhancing healthcare environments while maintaining operational integrity during construction activities.
    Similar Opportunities
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    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.
    Y1LB--656-24-205, Road Repair 2024 36C263-26-AP-1047
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for the Roads Repair 2024 project at the St. Cloud VA Medical Center in Minnesota, specifically under Project Number 656-24-205. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) database. The project entails the reconstruction of parking lot P111 (56,567 SQ. FT) and adjacent roadways (8050 SQ. FT), including the removal and replacement of asphalt and re-compaction of the base gravel course, with an estimated construction value between $1,000,000 and $2,000,000. The Invitation for Bid (IFB) is expected to be issued around March 9, 2025, with an award anticipated within 90 days of the bid opening. Interested bidders should contact Contracting Specialist Arielle Lifto at arielle.lifto@va.gov or 651-293-3031 for further information.
    Y1DA--St. Cloud VAHCS Replacement/Addition Steam Mains Presolicitation Notice
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the replacement and addition of steam mains at the St. Cloud VA Health Care System in Minnesota, under Project Number 656-21-114. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) program. The project involves the complete removal and replacement of existing steam line vaults and the installation of new steam piping infrastructure, with a construction magnitude estimated between $5,000,000 and $10,000,000. The Invitation for Bid (IFB) solicitation is expected to be issued on or about December 29, 2025, with a performance period of 640 calendar days from the Notice to Proceed. Interested bidders should direct inquiries to Contracting Specialist Jeffrey Brown at Jeffrey.Brown8@va.gov or by phone at 651-293-3009.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Z1DA--Remodel Building 1, Marion 610-21-101
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Building 1" project at the VA Northern Indiana Healthcare System in Marion, Indiana. This comprehensive renovation project, estimated to cost between $10 million and $20 million, involves the remodeling of approximately 20,000 square feet, including hazardous material abatement, structural modifications, and upgrades to HVAC, electrical, and IT/security systems. The project is critical for consolidating various services within the facility while ensuring compliance with safety and environmental regulations, particularly concerning the removal of hazardous materials such as asbestos and lead-based paints. Bids are due by January 30, 2026, at 9:00 AM EST, with a mandatory pre-bid site visit scheduled for January 6, 2026. Interested contractors should contact Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.