Q702--John J. Pershing Farmington VA Healthcare Clinic (HCC) IOTA Contract
ID: 36C77625Q0132Type: Presolicitation
Overview

Buyer

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

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

TECHNICAL MEDICAL SUPPORT (Q702)

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 Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide Initial Outfitting, Transition, and Activation (IOT&A) services for the new Farmington VA Healthcare Clinic in Farmington, MO. The objective of this procurement is to enhance healthcare services for veterans by constructing a facility that will expand care offerings, including primary care, mental health, and specialty services, thereby alleviating capacity issues at the John J. Pershing VAMC in Poplar Bluff. This firm-fixed-price contract is crucial for improving operational efficiency and the overall veteran experience, with a performance period estimated at 33 months. Interested parties should note that the solicitation is expected to be published on March 20, 2025, with proposals due by April 22, 2025; inquiries should be directed to Contract Specialist Katherine Johnson at Katherine.Johnson6@va.gov or by phone at 216-447-8300.

    Point(s) of Contact
    Katherine JohnsonContract Specialist
    (216) 447-8300
    Katherine.Johnson6@va.gov
    Files
    Title
    Posted
    The Presolicitation Notice from the Department of Veterans Affairs announces plans for Initial Outfitting, Transition, and Activation (IOT&A) services at the Farmington Outpatient Clinic. This initiative supports the Veterans Health Administration's mission to enhance healthcare services for veterans in Farmington, MO, by constructing a new, approximately 45,894 NUSF facility. This project will expand existing care offerings and alleviate capacity issues at the John J. Pershing VAMC in Poplar Bluff. The services will include primary care, mental health, and various specialty services, such as podiatry and audiology, aimed at improving operational efficiency and veteran experience. The contract will be a firm-fixed-price with a period of performance estimated at 33 months and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Eligible businesses must be verified by the VA and meet specific size standards. The solicitation is expected to be published on March 20, 2025, with proposals due by April 22, 2025. Inquiries about the notice should be directed via email, as phone requests will not be accepted.
    Lifecycle
    Similar Opportunities
    Q702--Brainerd Multi-Specialty Clinic IOT&A
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide Initial Outfitting, Transition, and Activation (IOT&A) services for the Brainerd Multi-Specialty Clinic in Minnesota. This contract aims to ensure the facility's operational readiness to deliver comprehensive healthcare services to veterans, with a focus on expanding its capabilities within a newly constructed space of 41,052 net usable square feet. The firm-fixed-price contract is expected to last approximately 36 months, with the solicitation anticipated to be announced around March 14, 2025, and bids due by April 10, 2025. Interested parties should direct inquiries to Contract Specialist Michele Laser via email at Michele.Laser@va.gov, as phone communications will not be accepted.
    Z2JZ--Jefferson Barracks St Louis Completion Contract
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Jefferson Barracks St. Louis Completion Contract, focusing on construction work at the Veterans Affairs Medical Center (VAMC) in St. Louis, Missouri. The project encompasses approximately 38 work items, including essential construction tasks such as electrical installations, landscaping, and structural enhancements, with a particular emphasis on engaging a general contractor certified as a Service Disabled Veteran Owned Small Business. This initiative is crucial for upgrading healthcare infrastructure while promoting veteran-owned business participation. Interested contractors must submit their proposals electronically by March 14, 2025, following a formal site visit scheduled for February 24, 2025. For further inquiries, potential bidders can contact Contract Specialist Gary L. Fowler at gary.fowler@va.gov.
    Q702--Pflugerville Initial Outfitting Transition and Activation (IOTA) Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Initial Outfitting, Transition, and Activation (IOT&A) services for the Pflugerville Community Based Outpatient Clinic (CBOC), with the goal of achieving operational readiness by February 2028. The procurement encompasses comprehensive project management, interior design, furniture, fixtures, and equipment (FF&E) planning, as well as logistical support to facilitate a seamless transition for healthcare operations. This initiative is critical for enhancing healthcare services for veterans, ensuring compliance with federal regulations, and promoting opportunities for small businesses, particularly those owned by service-disabled veterans, with a total funding amount of $20 million. Interested contractors should contact Lesa M. Crockett at lesa.crockett@va.gov for further details and to participate in the proposal process.
    Z2DZ--Network (VISN) 17 Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Site Prep
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract focused on site preparation for the renovation of the MRI room at the Olin E. Teague Veterans’ Medical Center in Temple, Texas. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses comprehensive construction services, including the relocation of utilities and adherence to strict safety and infection control protocols, with a project magnitude estimated between $20 million and $50 million. This initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with federal regulations while maintaining operational integrity during construction. Interested contractors must submit their proposals by February 26, 2025, at 10:00 AM CST, and can direct inquiries to Contracting Officer Rhonda Richardson at rhonda.richardson5@va.gov or by phone at 254-421-5722.
    Q509--VISN 20 Onsite Primary Care Physician Services
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to solicit proposals for onsite Primary Care Physician Services within Veterans Integrated Service Network 20, with a presolicitation notice expected to be released around March 1, 2025. The procurement aims to secure physicians who are board-certified or board-eligible in Internal Medicine or Family Practice to provide essential healthcare services at various VA medical centers and clinics across Oregon, Washington, and Idaho. This initiative is critical for ensuring that veterans receive high-quality primary care services in accordance with established medical guidelines. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) should note that proposals will be due by March 31, 2025, and further details can be accessed through the Contract Opportunities website at sam.gov.
    Z1DA--VISN 20 General Construction MATOC Replacement Construction Services
    Buyer not available
    The Department of Veterans Affairs is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in the VISN 20 General Construction MATOC Replacement Construction Services procurement. This initiative aims to establish a Multiple Award Task Order Contract (MATOC) for general construction services across eight facilities located in Washington, Oregon, Idaho, and Alaska, with a total ceiling of $500 million. The contracts will facilitate essential construction services that support the agency's mission of providing care to veterans, with the solicitation expected to be released in December 2024 and proposals due in January 2025. Interested parties should contact Contract Specialist Wendy Duval at wendy.duval@va.gov or 509-321-1919 for further information.
    Z1DA--PN: 438-25-601, MV Loop 1 Repair (SF) IFB-Set-Aside- SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "MV Loop 1 Repair" project at the Sioux Falls VA Healthcare System in South Dakota, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing all necessary tools, materials, and labor to address deficiencies within the facility, with an estimated project cost between $100,000 and $250,000. This project is crucial for maintaining the operational integrity and safety of the healthcare facility, ensuring compliance with federal standards and enhancing service delivery to veterans. Interested contractors must submit their offers by March 13, 2025, following a site visit on February 25, 2025, and can direct inquiries to Contracting Officer Michael W. Freeman at Michael.Freeman3@va.gov.
    C1DA--Relocate Behavioral Health Phase 2 PN: 589A4-26-103
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services for the "Relocate Behavioral Health Phase 2" project at the Harry S Truman Veterans Affairs Medical Center in Columbia, Missouri. The project aims to establish a state-of-the-art outpatient behavioral health clinic, encompassing approximately 15,000 square feet with various functional spaces, while ensuring minimal disruption to existing healthcare operations, particularly for patients with PTSD. This opportunity is exclusively available to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a project budget estimated between $5 million and $10 million, and qualifications must be submitted on Standard Form 330 by February 28, 2025. Interested parties can contact Contracting Officer Jeanette Mathena at jeanette.mathena@va.gov or by phone at 913-946-1129 for further details.
    Z2DA--657A4-21-800, TF - FCA - Remove and Replace End-of-Life HVAC Infrastructure Building 1
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the removal and replacement of end-of-life heating, ventilation, and air conditioning (HVAC) systems at Building 1 of the John J. Pershing VA Medical Center in Poplar Bluff, Missouri. This project, designated as VA Project No. 657A4-21-800, involves general construction services, including the installation of new HVAC infrastructure, with a contract duration of approximately 900 days. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost between $10 million and $20 million. Interested vendors must submit their proposals by March 13, 2025, and are encouraged to contact Contract Specialist Lucia Cowsert at lucia.cowsert@va.gov or 913-758-9912 for further inquiries.
    Y1DA--CON-NRM 463-22-106 Physical Therapy
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide physical therapy services under the presolicitation notice 36C26025R0022, specifically reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The primary objective of this procurement is to engage contractors who can deliver tailored solutions that comply with federal, state, and local regulations, ensuring high-quality care for veterans. This opportunity is critical as it supports the health and rehabilitation needs of veterans, emphasizing the importance of innovative and collaborative approaches in service delivery. Interested parties must submit their proposals by March 14, 2025, at 8:00 AM Pacific Time, and can direct inquiries to Contract Specialist Susan L. Howe at Susan.Howe2@va.gov or by phone at 208-422-1000 x 2027.