BB Correct Patient Privacy Deficiencies 2N/2S Lake City, FL Project # 573A4-18-603
ID: 36C24825R0127Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the "BB Correct Patient Privacy Deficiencies 2N/2S Lake City, FL Project # 573A4-18-603," aimed at renovating patient care areas within the Lake City VA Medical Center in Florida. The project involves comprehensive construction work to address patient privacy deficiencies, including demolition, structural modifications, and installation of updated mechanical, electrical, and fire protection systems, all while ensuring minimal disruption to hospital operations. This initiative underscores the VA's commitment to enhancing healthcare environments and compliance with federal standards, with a contract value estimated between $10 million and $15 million. Proposals are due by July 16, 2025, with a site visit scheduled for June 24, 2025; interested parties should contact Amber C. Milton at Amber.Milton@va.gov or (727) 251-2899 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the bid documents for the project titled "Correct Patient Privacy Deficiencies" at the Lake City VA Medical Center in Florida. The project involves structural renovations, focusing on compliance with federal accessibility standards and improving patient privacy. Key phases of work will take place across multiple floors, requiring meticulous planning to ensure unimpeded medical operations. The documentation includes various architectural plans, demolition schedules, and life safety measures to manage construction effectively while maintaining patient safety. The contractor must coordinate efforts with the designated contracting officer and abide by all applicable regulations, including maintaining fire safety systems during the renovation. The detailed plans also emphasize the need for temporary barriers and secure access during ongoing medical services, showcasing the project's commitment to integrating healthcare needs with facility upgrades. This initiative reflects the VA's dedication to enhancing patient care environments in compliance with applicable laws and safety standards, demonstrating a significant investment in healthcare infrastructure.
    The document outlines the electrical and lighting plans for the renovation of Building 64 at the Lake City VAMC, under the management of the U.S. Department of Veterans Affairs. It details the installation and replacement of various electrical fixtures, including lighting fixtures, switches, and convenience receptacles, specifying their mounting heights and types, such as GFI and tamper-resistant outlets. The plan includes general and specific notes on the demolition of existing electrical systems, ensuring compliance with safety standards and the National Electrical Code. Additionally, it highlights coordination with other trades to ensure minimal disruption and proper connection to the existing systems. The project aims to rectify patient privacy deficiencies while modernizing the facility’s electrical infrastructure to improve efficiency and safety. The document serves as a crucial guideline for contractors and stakeholders involved in the project, aligning with federal regulations and local building requirements.
    The document outlines specifications and requirements for fire protection systems within Building 64 at the Lake City Veterans Affairs Medical Center. It includes detailed flow data from a fire pump test, sprinkler system design data, and various fire alarm system components, emphasizing compliance with the NFPA standards. The fire protection design is categorized by occupancy type and hazard, detailing specific sprinkler coverage, hose stream requirements, and water flow rates necessary for safety measures. Notable instructions involve coordinating the fire alarm and sprinkler systems with other trades to avoid conflicts and ensuring all installations conform to specified codes and standards. The project emphasizes demolition of existing systems in certain areas and installation of new components, reinforcing the VA's commitment to enhancing facility safety and compliance during upgrades. Overall, the document serves as a critical guide for contractors engaging in the fire protection system overhaul to ensure a compliant and safe environment for the occupants and visitors of the facility.
    The document outlines the mechanical specifications and requirements for a renovation project aimed at addressing patient privacy deficiencies at the Veterans Affairs facility in Lake City, Florida. It details the necessary air handling units (AHUs), ductwork adjustments, and mechanical systems installation to comply with local codes and safety regulations. The contractor is responsible for removing existing ducts while ensuring the integrity of systems servicing unrenovated areas, with emphasis on precise measurements and adjustments for airflow efficiency. Electrical coordination is essential for all mechanical systems, including proper wiring, disconnect switches, and compliance with the electrical drawings. Additionally, fire and smoke detection systems are mandated, along with meticulous installation of fire and smoke dampers to safeguard the facility. This project reflects the VA's commitment to enhancing their facilities, ensuring they meet current operational standards and regulations while improving patient care environments.
    The document outlines specific structural and design requirements for a project at the Lake City Veterans Affairs Medical Center, primarily focusing on the modifications necessary to correct patient privacy deficiencies in Building 64. It references the 2018 International Building Code and applicable American standards, delineating design load criteria for roofing and flooring, including dead and live loads, wind, seismic, and flood considerations. The document emphasizes the importance of coordination with existing conditions, adherence to safety protocols, and quality control in construction practices. Key components include provisions for demolition, installation of structural steel, and reinforced concrete conforming to established standards. It stipulates the manufacturer's qualifications for materials, detailing that all structural work must comply with approved engineering practices, including shop drawing requirements. The project aims to enhance structural integrity while ensuring patient privacy, highlighting the VA's commitment to modernizing facilities within required safety and regulatory frameworks.
    The Department of Veterans Affairs (VA) has issued a presolicitation notice for the correction of patient privacy deficiencies at the Lake City VA Medical Center, identified as Project No. 573A4-18-603. The procurement is a re-solicitation specifically set aside for small businesses, following an unsatisfactory initial solicitation open only to service-disabled veteran-owned small businesses (SDVOSB). The project involves significant renovations, including a comprehensive overhaul of the second floor, installation of new HVAC systems, and structural improvements, all aimed at enhancing patient accommodations and privacy. The estimated project budget falls between $10 million and $15 million, with a total duration of approximately 689 calendar days for completion. Contractors interested in bidding must register on the SAM.gov portal and direct inquiries via email to the contracting officer, Amber Milton. The solicitation is anticipated to post on or around June 16, 2025, emphasizing the VA’s commitment to modernizing its facilities while prioritizing small business opportunities in federal contracting.
    The document is an amendment to solicitation number 36C24825R0127, issued by the Department of Veterans Affairs Network Contracting Office 8 for a project titled "BB Correct Patient Privacy Deficiencies" at the Lake City VA Medical Center. The amendment updates the wage determination as per the Davis-Bacon Act and includes various attachments such as responses to RFI, site visit sheets, and updated drawings. Proposals for this project are due on July 16, 2025, by 1:00 PM EST. The contract's period of performance is set for 693 calendar days from the notice to proceed (NTP). The document outlines key procedural requirements, including acknowledging receipt of the amendment and the necessity for contractors to return the signed documents. This amendment ensures that bidders have the updated information for compliance and proper execution of the project while reinforcing the federal contracting procedures. It reflects the ongoing commitment of the federal government to enhance infrastructure at veteran facilities, ensuring patient privacy standards are met.
    This document consists of the Request for Proposals (RFP) and outlines key contractual provisions, regulations, and requirements for federal and state government acquisition processes. It includes sections on contract types, bid guarantees, representations, and certifications required from bidders, emphasizing compliance with federal law and ensuring quality standards. Notably, specific provisions aim to support service-disabled veteran-owned and veteran-owned small businesses, including assistance in obtaining bonding. A structured approach for protests against contract decisions is provided, specifying procedures and timelines for submissions to the contracting officer or the Department of Veterans Affairs. Key aspects include guidelines for the submission of proposals via facsimile and the importance of adherence to wage rates for construction work. Furthermore, there are stipulations against using telecommunications or IT services linked to Kaspersky Lab due to security concerns. The document serves as a comprehensive guide for potential contractors, ensuring transparency, accountability, and equal opportunity in government contracting processes, particularly regarding small businesses and veterans. Overall, it reflects the government's commitment to due diligence, regulatory compliance, and support for small business engagement in federal contracting opportunities.
    The document outlines construction specifications for Building 64 at the Lake City VA Medical Center, focusing on correcting patient privacy deficiencies. Key features include detailed instructions for roof and wall systems, duct support frames, and flashing installation designed to ensure watertight seals. It specifies the replacement and repair of existing materials, such as brick and plaster, with matching selections while maintaining structural integrity during renovations. The plans emphasize coordination with existing conditions, including structural support and mechanical ductwork, to enhance the facility's functionality and compliance with architectural standards. Safety protocols and performance guidelines are essential, reflecting the VA's commitment to improving healthcare environments through methodical upgrades.
    The document outlines the roofing specifications for mechanical curbs, pipe penetrations, and pipe supports as part of a construction project at the Lake City Veterans Affairs Medical Center. It emphasizes the use of modified bitumen (mod bit) and single-ply roofing materials, detailing installation procedures such as turning up the roofing layers at penetrations and curbs, using prefinished metal counter-flashing, and sealing with mastic and continuous sealants. Key points include verifying field locations for piping and ductwork support as per mechanical design, the inclusion of stainless steel clamping rings, and ensuring compatibility of new membrane roofing with existing materials. The document is part of a Request for Proposal (RFP) and aims to provide essential construction details to ensure compliance with industry standards and the specific requirements of the Veterans Affairs facilities. Safety and installation protocols reflect the commitment to maintaining the integrity and functionality of the roofing system throughout the project.
    The document details the signage requirements for the second and third floors of a medical facility under the Department of Veterans Affairs. It outlines specific types of signs, materials, dimensions, and installation guidelines that adhere to ADA standards and facility guidelines. Key signage elements include tactile numerals, graphics, and appropriate color schemes for clear identification of various areas within the building, such as staff lounges, utility rooms, and clinical areas. The document also includes a detailed schedule specifying the locations and contents of each sign, along with general notes on installation practices, including the need for proper coordination with vendors and design approval processes. This comprehensive signage plan aims to ensure accessibility and clarity of navigation within the facility, enhancing patient and staff safety while complying with federal and local regulations related to signage in government buildings.
    The Tailored Comment Matrix is a structured tool intended for potential offerors responding to a government Request for Proposal (RFP). It provides a systematic approach for stakeholders to submit feedback, comments, and questions regarding the RFP, ensuring their insights are organized and addressed. The Matrix includes fields to indicate the title of the section, comment type (Critical, Substantive, or Administrative), receipt dates, responses, and relevant contractor information. This facilitates clarity in communication between offerors and the Veterans Health Administration (VHA). Critical comments may highlight legal violations or safety risks, while Substantive and Administrative comments address inaccuracies or minor errors, respectively. This document is essential for fostering engagement and accountability in the proposal process, aligning potential offerors with the government's expectations and requirements. It must be submitted in Excel format to ensure a standardized response format.
    The document outlines compliance requirements for bidders or offerors regarding subcontracting in federal contracts, specifically under 13 C.F.R. 125.6. Offerors must indicate whether they foresee using subcontractors and certify that either no subcontractors will be used or that similarly situated subcontractors will receive at least 50% of the contract's value for services, or 15% for construction. The form requires detailed disclosures of the work to be self-performed versus subcontracted. Additionally, it warns of severe penalties for violations, including substantial fines and potential debarment for not adhering to the limitations on subcontracting. Contractors must retain documentation to prove compliance during contract performance. The form must be sent to a designated contact at the VA, emphasizing the importance of accurate representation and regulatory adherence.
    The document outlines requirements for bidders/offerors regarding safety and environmental compliance in connection with federal contracts. It mandates that all bidders provide a certification confirming no more than three serious, one repeat, or one willful violation from OSHA or EPA in the past three years. If they cannot make this certification, they must provide a detailed explanation of any violations. Additionally, bidders must submit their Experience Modification Rate (EMR) obtained from their insurance carrier, with specific provisions for self-insured contractors. An EMR above 1.0 necessitates a written explanation detailing reasons for the high rate and plans for reduction. The information will be used for an initial Determination of Responsibility essential for contract eligibility. Furthermore, the document includes a Pre-Award Contractor Safety and Environmental Record Evaluation Form asking for company data, OSHA 300 forms, and details regarding safety program administration. This document is crucial in ensuring that contractors meet stringent safety and environmental standards in government projects, reflecting a commitment to health and safety regulations in public contracting.
    The document outlines the requirements for a Contract Progress Schedule, detailing the process contractors must follow for project monitoring and reporting. Contractors are instructed to submit two copies of the progress schedule, including specific information such as contract numbers, project details, and work elements. The scheduling must present major work elements in a logical sequence with assigned percentages totaling 100%. Planned progress should be recorded over specified intervals, and any modifications require a revised schedule to be submitted for approval. Regular progress reports are mandated to communicate work completion percentages, which are vital for contract administration and partial payment approvals. Immediate notifications of any delays are also emphasized to maintain compliance and transparency throughout the contract period. This document is integral to the effective management and oversight of government contracts, ensuring accountability and adherence to timelines in federal and state projects.
    The document outlines the criteria for submitting a Performance Relevancy Survey as part of a government solicitation process to evaluate potential contractors. It requires offerors to provide detailed information about their past performance on relevant projects or contracts, specifying their role (prime or subcontractor), financial details, completion dates, and reasons for any contract modifications. Offerors must assert the relevance of their past efforts (categorized as very relevant, relevant, or semi-relevant) by detailing the work performed, subcontractor involvement, and any unique technical areas pertinent to the solicitation. Additionally, the document asks for broader offeror information, including past liquidated damages assessments, challenges faced in projects, and unique skills or recognitions achieved within the last three years. The goal is to ensure that submissions reflect the contractor's competency and suitability for government contract work through comprehensive and frank evaluation of their historical performance.
    The document outlines a Past and Present Performance Questionnaire aimed at assessing contractors' performance for a United States Department of Veterans Affairs (VA) contract offer. Contractors must complete the Contractor Information section and solicit references to evaluate their recent projects, ideally over the past five years. References, upon receiving the form, are instructed to rate the contractor's performance on a scale from 1 (unsatisfactory) to 6 (exceptional) and provide detailed narratives for lower ratings. Key performance metrics include management capabilities, personnel qualifications, problem resolution, adherence to schedules, and financial responsibilities. The questionnaire culminates in an overall performance rating and inquiries regarding any issued notices under the contract. This thorough evaluation process emphasizes the VA’s commitment to ensuring quality and effective service when selecting contractors, thereby aligning with federal procurement standards and practices. The structure facilitates clear communication and systematic evaluation of contractors' past performance, crucial for decision-making in government contracting processes.
    This document outlines a bid cost breakdown for various construction divisions in response to a government RFP. It includes multiple bid items organized into distinct divisions, with emphasis on labor costs, material costs, and overall project pricing for each category such as General Requirements, Concrete, Masonry, Electrical, and others. Each division spaces for detailed input on costs incurred under specific categories, which are vital for comprehensive budgeting purposes in construction. Notably, overhead and profit percentages are indicated but remain at zero, suggesting a preliminary or placeholder estimate. The purpose of this document is to provide a systematic approach to detailing costs associated with a construction project while allowing for evaluation against other competitive bids. The structured format enables clarity for reviewers assessing qualifications and financial viability of the offerors involved. This document is crucial in the context of government contracting, ensuring adherence to standards and transparency in the procurement process for federal, state, and local RFPs.
    The pre-bid Requests for Information (RFIs) for the Lake City Veterans Affairs Medical Center (VAMC) focus on addressing deficiencies in patient privacy and the availability of architectural and engineering drawings necessary for project planning. Key inquiries include the lack of specific sheets in the drawing set (AE709, AE503, and AE302) and clarifications regarding electrical receptacle symbols on Sheet EP-104, which indicate that a superscript "T" stands for "tamper-resistant." The VA provided electronic copies of missing sheets in response to requests for cross-section details and plans. Additionally, specifications for various signage mentioned in the plans were included in the provided Sheet AE709. This document serves as a critical communication mechanism enabling bidders to clarify technical details, ensuring alignment with the project requirements and compliance with standards outlined for federal construction projects. Overall, it underscores the importance of precise documentation in facilitating a successful bidding and construction process.
    The document outlines responses to a series of questions and comments related to a U.S. Department of Veterans Affairs (VA) procurement process, emphasizing compliance with the Buy American Act. Key points include the need for a 30-day transition period, contractor access to roof areas, and requirements for handling lead-based paint in existing structures. Clarifications were provided regarding installation details for reinforcements and structural access during construction. The VA confirmed the assumption that lead was present in exterior corridor walls, affecting project scope and pricing for lead abatement. Update requests for elevation drawings and the use of existing staff elevators for construction access were also addressed. The Tailored Comment Matrix is mentioned as a tool for contractors to provide feedback on the RFP while ensuring compliance and safety protocols during the project. This document is critical in informing potential offerors of the expectations and regulations governing the bidding process while promoting transparency and clarity in project execution.
    The Tailored Comment Matrix is a structured tool designed for potential offerors to provide feedback, comments, and inquiries related to the RFP (Request for Proposal) from the Department of Veterans Affairs (VA). The matrix consists of multiple columns tracking responses to proposed terms in the RFP, categorized into three types of comments: Critical, Substantive, and Administrative. The document outlines the characteristics of these comment types, such as identifying violations of law or unnecessary risks for Critical comments, ensuring clarity and accuracy for Substantive comments, and addressing formatting issues for Administrative comments. The purpose of the Tailored Comment Matrix is to facilitate communication between offerors and the VA, ensuring that any concerns or clarifications regarding the document are documented and addressed. Each comment entry includes columns for item reference numbers, received date of comments, responses from the VA, and the associated contractor names. The timely exchange of information is emphasized in the document, underscoring its importance in the context of federal grant applications and RFP processes, aiming for a transparent and collaborative bidding environment that ultimately enhances project outcomes and compliance with VA standards.
    The Tailored Comment Matrix is a structured tool designed for potential offerors to provide feedback, comments, and inquiries related to the RFP (Request for Proposal) from the Department of Veterans Affairs (VA). The matrix consists of multiple columns tracking responses to proposed terms in the RFP, categorized into three types of comments: Critical, Substantive, and Administrative. The document outlines the characteristics of these comment types, such as identifying violations of law or unnecessary risks for Critical comments, ensuring clarity and accuracy for Substantive comments, and addressing formatting issues for Administrative comments. The purpose of the Tailored Comment Matrix is to facilitate communication between offerors and the VA, ensuring that any concerns or clarifications regarding the document are documented and addressed. Each comment entry includes columns for item reference numbers, received date of comments, responses from the VA, and the associated contractor names. The timely exchange of information is emphasized in the document, underscoring its importance in the context of federal grant applications and RFP processes, aiming for a transparent and collaborative bidding environment that ultimately enhances project outcomes and compliance with VA standards.
    The document discusses various aspects related to federal and state/local Requests for Proposals (RFPs) and grants aimed at enhancing government projects. It highlights specific initiatives targeting improvements in infrastructure, environmental assessments, and compliance with safety and health regulations. Key points include the identification of hazardous materials in proposed project sites requiring careful handling and remediation, showcasing the importance of risk management in project execution. Furthermore, the material emphasizes the procedural standards inherent to responding to RFPs, outlining the necessary assessments, strategies for addressing identified hazards, and adherence to legal frameworks. The overarching goal is to support government agencies in obtaining proposals that ensure public safety, environmental preservation, and efficient use of resources. Through this approach, the document underlines the government's commitment to fostering sustainable practices while maintaining compliance with regulations during project implementation.
    The document outlines specifications for headwall systems in a medical facility, specifically designed for the Lake City Veterans Affairs Medical Center. It details the required equipment and installations, including gas outlets, receptacles, a patient lift docking station, and provisions for data and nurse call systems. Measurements for various components are provided, ensuring precise placement and functionality. The document emphasizes the need for verification with the government concerning approved manufacturers prior to bidding. The drawings included indicate careful planning and attention to safety, with instructions for installation, materials, and layout, all adhering to federal standards. This serves as a crucial framework for contractors responding to Request for Proposals (RFPs) or federal grants related to medical facility upgrades, showcasing the government's commitment to enhancing patient care environments. The focus aligns with broader goals of improving healthcare infrastructure within the Veterans Affairs system.
    The Department of Veterans Affairs (VA) issued a solicitation for the construction project titled "Correct Patient Privacy Deficiencies" at the Lake City Veterans Affairs Medical Center, under solicitation number 36C24825R0127. The project focuses on renovating patient care areas within an active hospital setting, specifically on the second and third floors. The contractor is responsible for preparing the site, including demolition and modification of existing structures and systems, while ensuring minimal disruption to hospital operations. The project has a performance period of 693 calendar days following the Notice to Proceed (NTP) and requires compliance with various federal and local regulations. This RFP allows submissions from Small Business Administration (SBA) certified small businesses, expanding beyond previously restricted Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Key submission deadlines include a site visit scheduled for June 24, 2025, and proposals due by July 16, 2025. Throughout construction, the contractor must coordinate utility shutdowns, ensure compliance with environmental standards, and adhere to safety guidelines. The project emphasizes a high quality of work, necessitating comprehensive planning, and advance communication with the VA to maintain operational integrity during construction.
    The document outlines a request for proposals (RFP) to address and correct patient privacy deficiencies at the Lake City VA Medical Center in Florida. It provides detailed specifications for a project involving construction alterations, general construction, interior modifications, and necessary repairs. The project includes steel framing modifications, HVAC system updates, asbestos abatement, and compliance with various safety and quality regulations. It emphasizes the importance of maintaining operational integrity of the medical center during renovations, requiring construction to occur without disrupting hospital services. A phased approach is outlined to ensure a smooth transition from one area of work to another, with specific timeframes for each phase. Furthermore, the document details safety and security requirements, including regulations for site access, vehicle restrictions, and waste management. It mandates thorough documentation control, proper notification procedures for utility interruptions, and specifies the responsibilities of the general contractor regarding the preservation of existing structures and utilities. Overall, this RFP reflects the federal commitment to enhancing patient privacy and facility compliance while ensuring continuous operation within the healthcare environment, illustrating careful project management and adherence to established standards and procedures.
    The document outlines a Request for Proposal (RFP) for correcting patient privacy deficiencies at the Lake City VA Medical Center in Florida. It provides detailed specifications and bid documents for various construction and installation work, emphasizing adherence to Department of Veterans Affairs (VA) standards. The scope includes general and specific requirements across multiple divisions, covering demolition, plumbing, HVAC, fire protection systems, and quality assurance. Key provisions include the installation of a wet-pipe sprinkler system, with stringent requirements for design, materials, and inspections as per NFPA (National Fire Protection Association) standards. The contractor must submit various documents such as shop drawings, product data, and qualification proof for technicians involved in the installation. Safety measures and environmental controls are emphasized throughout. The document’s structure features a comprehensive table of contents, categorizing requirements into sections for clarity. Overall, this RFP illustrates the VA's commitment to enhancing patient privacy and safety through rigorous construction standards and a systematic approach to project management, reflecting the government's dedication to maintaining high-quality healthcare environments.
    Similar Opportunities
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    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.
    TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for a significant construction project at the Malcom Randall VA Medical Center in Gainesville, Florida, aimed at replacing deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24. This project, designated as 573-21-705, involves comprehensive site preparation, demolition, and installation of new HVAC systems to enhance operational efficiency and reliability within the medical facility. The estimated value of the contract ranges between $50 million and $100 million, with a performance period of approximately 1,095 calendar days following the notice to proceed. Interested contractors should note that the Request for Proposal (RFP) is expected to be posted on or around January 2, 2026, and all inquiries must be directed to Amber C. Milton via email at Amber.Milton@va.gov.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Design-Build contract to install a 1.5T MRI ICC at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. This project requires the contractor to furnish all necessary professional services, equipment, labor, and materials for the design and construction of the new MRI facility, which includes site investigation, demolition, structural modifications, and updates to mechanical, electrical, and plumbing systems. The contract, valued between $2,000,000 and $5,000,000, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a performance period of 740 days, with key deadlines including a site visit on December 17, 2025, and Phase I quotes due by January 6, 2026. Interested parties can contact David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further information.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Veterans Affairs, Department Of
    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 requires comprehensive construction services, including structural modifications, installation of lead-lined walls, and adherence to various safety and quality standards throughout the construction process. This initiative is critical for enhancing the emergency department's capabilities and ensuring compliance with healthcare regulations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Contract Specialist David M Hernandez at David.Hernandez1@va.gov.
    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.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Renovate Interventional Radiology Suites (Construction Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to renovate the Interventional Radiology Suites at the Malcom Randall VA Medical Center in Gainesville, Florida. This project involves the renovation of approximately 5,442 square feet to accommodate new interventional radiology equipment, including tasks such as demolition, site preparation, architectural finishes, and mechanical and electrical work. The renovation is critical for enhancing medical services provided to veterans, ensuring that the facility meets modern healthcare standards. Interested firms, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must be registered in SAM.gov and submit proposals by the closing date of December 22, 2025. For further inquiries, contact Adriana N. Gamm at adriana.gamm@va.gov.
    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.