Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
ID: 36C24826Q0004Type: 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)
Timeline
    Description

    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 includes structural modifications, installation of lead-lined walls, and various construction services, with a contract value estimated between $500,000 and $1 million. This procurement is particularly significant as it aims to enhance the medical facility's capabilities and ensure compliance with safety and regulatory standards. Interested parties must submit their offers by January 5, 2026, at 2:00 PM EST, and should direct inquiries to Contract Specialist David M Hernandez at David.Hernandez1@va.gov.

    Point(s) of Contact
    David M HernandezContract Specialist
    David.Hernandez1@va.gov
    Files
    Title
    Posted
    The document outlines the requirements for Testing Laboratory Services for the AE Site Prep for ED CT Replacement project at Bay Pines VAMC. It specifies materials testing and inspection services to be provided by a General Contractor-retained Testing Laboratory during construction. The services cover earthwork, concrete, reinforcement, and structural steel, adhering to various ASTM and AWS standards. Key requirements include laboratory accreditation, inspection and testing procedures, and detailed written and verbal reporting. The scope of work includes observing fill and subgrades, performing field density tests, batch plant and field concrete inspection, sampling and testing aggregates, and conducting various tests on concrete, reinforcement, and structural steel welds and bolts. The document also details the approximate number of tests required for earthwork and concrete, ensuring compliance with construction contract requirements.
    This government file, identified as 516-CSI-142, outlines the specifications for "CAST-IN-PLACE CONCRETE" for the AE Site Prep for ED CT Replacement project at Bay Pines VAMC. It details the requirements for structural concrete and materials, including descriptions, related work, testing agency qualifications, and tolerances for formwork, reinforcement, and slab finishes. The document specifies regulatory requirements by referencing various American Concrete Institute (ACI) and ASTM International (ASTM) publications. It also lists extensive submittal requirements, such as shop drawings, mill test reports, and manufacturer's certificates for various materials and admixtures. The file emphasizes rigorous quality control through concrete mix design, testing, and pre-concrete conferences. It covers the delivery, storage, and handling of materials, batching, and mixing processes, including cement and water factors, slump, and air-entrainment. Execution details include placing reinforcement, vapor barriers, construction joints, and specific requirements for slabs receiving resilient covering. The document also addresses concrete placing, consolidation, protection, curing, surface preparation, and various concrete finishes, along with surface treatments like liquid densifiers/sealers. The overall purpose is to ensure the quality, durability, and compliance of all cast-in-place concrete work for the project.
    This amendment modifies solicitation 36C24826Q0004 for the "BB ED CT Replacement– BUILDING 100" project, administered by the Department of Veterans Affairs, Network Contracting Office 8. The primary purpose of this amendment is to extend the deadline for offers to November 17, 2025, at 2:00 PM EST. Additionally, the amendment provides a copy of the site visit sign-in sheet and a Past and Present Performance Questionnaire. Offerors must acknowledge receipt of this amendment to ensure their offers are considered. All other terms and conditions of the original solicitation remain unchanged.
    This amendment to solicitation 36C24826Q0004, for the "BB ED CT Replacement– BUILDING 100" project (Project Number: 516-CSI-142) by the Department of Veterans Affairs, Network Contracting Office 8, modifies the original solicitation. The key changes include providing answers to Requests for Information (RFIs) and extending the quotes due date to December 15, 2025, at 2:00 PM EST. This extension is necessary due to an upcoming addendum to the project drawings. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are not rejected.
    Amendment 0003 to Solicitation 36C24826Q0004 for the BB ED CT Replacement– BUILDING 100 project at the Department of Veterans Affairs, Network Contracting Office 8, extends the deadline for offers to January 5, 2026, at 2:00 PM EST. The purpose of this amendment is to provide an addendum to the drawings and specifications. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or by separate letter/electronic communication. Failure to acknowledge receipt by the new deadline may result in the rejection of the offer. This amendment also includes attached documents: 516-CSI-142 - Bay Pines ED CT_ADD 1, 03 30 00-CAST-IN-PLACE CONCRETE, and 01 45 29-TESTING LABORATORY SERVICES.
    This government solicitation, number 36C24826Q0004, is for construction services at the C.W. Bill Young VAMC in Bay Pines, FL. The project, titled "ED CT Replacement– BUILDING 100," involves constructing a 790 SF addition to Building 100 for an ED CT scanner replacement. This includes removing and replacing CT scanner equipment, renovating associated support spaces, and installing lead-lined walls. The project magnitude is between $500,000.00 and $1,000,000.00, with a NAICS code of 236220 for Commercial and Institutional Building Construction. The requirement is set aside for VetCert certified, Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Key dates include a site visit on 10/07/2025 and RFI due on 10/17/2025. Offers are due by 2:00 PM EDT on 11-03-2025, with a mandatory performance period of 180 calendar days after receiving notice to proceed. Contractors must be actively registered in the Small Business Search and System for Award Management (SAM.gov).
    This presolicitation notice, 36C24826Q0004, from the Department of Veterans Affairs (VA) Network Contracting Office 8, outlines a set-aside procurement for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project, titled “FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement,” involves constructing a 790 SF addition to Building 100 at the C.W. Bill Young VAMC in Bay Pines, FL. This bid/build contract will provide all labor, material, equipment, and supervision for the ED CT Replacement, including the removal and replacement of CT scanner equipment and associated support spaces. The NAICS code for this project is 236220, with a small business size standard of $45M, and an estimated magnitude between $500,000.00 and $1,000,000.00. A Request for Quote is anticipated to be posted around October 15, 2025, with a response date of September 17, 2025. All interested SDVOSBs must be registered with SAM.gov and their status will be verified through the Small Business Search.
    This government file details the structural design codes, criteria, and general requirements for a construction project at the Bay Pines VA, specifically for the AE Site Prep for ED CT Replacement. Key design codes include VA Design Manual Structural PG-18-10, VA Seismic Design Requirements H18-8, IBC 2024, IEBC 2024, ASCE 7-22, ACI 318-19, AISC 360-22, and AISC 341-22. The project falls under Risk Category IV with specific floor live loads for various areas. Seismic design data specifies an Equivalent Lateral Force Procedure, Soil Site Class 'D', Seismic Design Category A, and an Importance Factor of 1.5. Rigging, hoisting, and scaffolding plans must be submitted by the contractor and reviewed by a professional engineer, ensuring loads do not exceed 80 PSF for framed floors and 30 PSF for roofs. General notes emphasize contractor responsibility for means and methods, adherence to design loads, and prompt notification of discrepancies. Delegated design items, such as Unistrut supports, require a licensed professional engineer's design. Existing construction requires field verification of members and submission of shop drawings for new penetrations. Post-installed anchors must comply with manufacturer instructions, ACI/CRSI certification, and ICC-ES compliance. Concrete specifications include 4000 PSI normal weight concrete, ASTM A615 Grade 60 reinforcing steel, and adherence to various ACI and ASTM documents. Structural fill for foundations must be compacted to 98% of standard proctor. The document also includes an extensive list of structural abbreviations and a concrete rebar minimum splice length table.
    This Statement of Work outlines the construction services required for the “ED CT Replacement– BUILDING 100” project (516-CSI-142) at the Bay Pines VA Health Care System. The project involves building an approximately 790 SF addition to Building 100, including the removal and replacement of CT scanner equipment in room 1E-210 (to be renamed suite 1E222). The scope includes enlarging the CT Scan Room, creating a new closet, and performing all work within renovated rooms, adhering to ICRA requirements. Key tasks involve demolition of existing elements, installation of new acoustical ceilings and lead-lined partitions for radiation shielding, and structural support for new equipment. The contractor must provide all labor, materials, equipment, and supervision, complying with VA Master Construction Specifications, VA Construction Standards, NFPA codes, and local building codes. The project has a 180-calendar-day performance period, with work commencing within 10 days of the Notice to Proceed. Strict protocols for security, privacy, and record management are mandated, with contractors subject to federal laws and VA directives regarding information security. Weekly progress meetings and adherence to submittal requirements are also critical.
    The document details the AE Site Preparation for ED CT Replacement project at the Bay Pines VA Medical Center. This project focuses on renovating and upgrading the Emergency Department CT Suite on the ground floor, adhering to the NFPA 101 Life Safety Code (2024 Edition) and VA design manuals. Key aspects include structural modifications to accommodate new CT equipment, such as a gantry (5,900 lbs) and patient table (1,500 lbs), which require post-installed anchors in the existing 10-inch concrete slab. The project also addresses interstitial framing for supporting medical equipment like cameras, injectors, monitors, and bariatric patient lifts, emphasizing coordination with manufacturer specifications and avoiding prestressed concrete joists. Rigging, hoisting, and scaffolding plans, reviewed by a professional engineer, are mandatory, ensuring loads do not exceed 80 PSF for framed floors and 30 PSF for roofs. The file outlines code data, general notes, structural abbreviations, and detailed plans for various disciplines, including architectural, fire alarm, fire protection, plumbing, mechanical, electrical, and technology, all aimed at enhancing the facility's infrastructure and safety compliance.
    The AE Site Prep for ED CT Replacement project at Bay Pines VAMC, managed by Above Group, Inc., outlines comprehensive site preparation, demolition, and construction requirements for an ED CT replacement. The project details general construction, alterations, and the installation of various systems, including mechanical, electrical, plumbing, fire suppression, and communication. It emphasizes strict adherence to safety protocols, security procedures, and environmental controls, including the proper disposal of hazardous materials like PCBs. The contractor is responsible for site surveys, layout, as-built drawings, and a detailed warranty management plan, ensuring quality control, adherence to VA standards, and minimal disruption to the Medical Center’s operations. The plan also covers utility management, temporary facilities, and a structured testing and commissioning process, all while ensuring full compliance with federal regulations.
    This government file details the architectural and engineering specifications for the AE Site Prep for ED CT Replacement project at the Bay Pines VAMC, managed by Above Group, Inc. The document outlines general requirements, including comprehensive safety protocols, security procedures for personnel and sensitive information, and site management. It covers alterations, disposal and retention of materials (including PCB transformers), protection of existing infrastructure, and restoration work. Key sections address professional surveying, layout of work, and the submission of as-built drawings. The file also details the warranty management plan, temporary use of utilities, mechanical and electrical equipment, and required testing and instruction for VA personnel. The overarching purpose is to ensure a safe, compliant, and efficient site preparation for the CT replacement, adhering to federal regulations and VA standards.
    The document outlines the AE Site Preparation for ED CT Replacement project at the Bay Pines VA Medical Center. This project involves comprehensive architectural, structural, mechanical, electrical, plumbing, fire alarm, fire protection, and technology upgrades for the Emergency Department CT Suite on the ground floor. The scope includes demolition and new work for various systems, with a focus on structural modifications for new medical equipment like the CT scanner and patient lift. Key considerations include adhering to the NFPA 101 Life Safety Code (2024 Edition) for health care occupancies, ensuring structural integrity with specific load limits, and meticulous installation of post-installed anchors in concrete. The project also details rigging, hoisting, and scaffolding requirements, emphasizing safety and coordination between trades for a fully sprinklered facility.
    The Base Offer Cost Breakdown is a standardized form for offerors to detail project costs for government price analysis. It categorizes expenses by construction divisions, including General Requirements, Existing Conditions, Concrete, Masonry, Metals, Wood and Plastic, Thermal & Moisture Protection, Doors and Windows, Finishes, Specialties, Equipment, Furnishings, Special Construction, Conveying Equipment, Fire Suppression, Plumbing, HVAC, Electrical, Communications, Electronic Safety & Security, Earthwork, Exterior Improvements, Utilities, and Transportation. For each division, offerors must provide separate labor, material, and total costs. The form also includes sections for overhead, profit, and bond percentages, culminating in subtotals for divisions and overhead/profit, and a grand total for the base offer cost. The document explicitly requires a detailed breakdown to avoid lump sums, ensuring transparency and aiding the government's price evaluation process.
    The document is a sign-in sheet for a site walk related to RFQ 36C24826Q0004, concerning site preparation for an emergency department CT scanner. The site walk took place on October 7, 2025, at 9:00 AM. The list includes the names, company affiliations, and phone numbers of individuals who attended, representing various entities such as the VA, construction companies (Midwestern Construction, KEE, KIEF, Sigma), mechanical systems providers (Superior Mechanical Systems), and other contractors. This attendance record indicates active interest and participation from multiple stakeholders in the preliminary phase of the project, which aims to facilitate the installation of a CT scanner in an emergency department.
    The "Pre-Award Contractor Safety and Environmental Record Form" is an attachment for government RFPs, grants, or similar solicitations, designed to assess a contractor's safety and environmental compliance. It requires detailed information for 2022-2024, including total man-hours, cases involving days away from work or restricted activity (OSHA 300 Column H and I), and the resulting DART Rate. Contractors must also disclose any serious, willful, or repeat OSHA violations, or EPA violations within the last three years, providing explanations and attaching OSHA 300 and 300a forms. The form also requests information on who administers the company's Safety and Health Program and the company's Insurance Experience Modification Rate (EMR) for the past three years, with a mandatory requirement of an EMR of 1 or less. This document ensures that potential government contractors meet specific safety and environmental standards.
    The Past and Present Performance Questionnaire is a crucial document for contractors bidding on U.S. Department of Veterans Affairs (VA) contracts, specifically for Solicitation Number 36C24826Q0004. Contractors complete their information and send the form to a reference contact. The reference contact, in turn, evaluates the contractor's performance across 21 criteria, including management, quality control, scheduling, and financial responsibility, using a 6-point scale ranging from 'Unsatisfactory' to 'Neutral.' Narrative explanations are required for ratings of 1 or 2. Additionally, the reference must answer if a cure or show cause notice was issued, if they would award another contract, and if the contractor is rated in CPARS. The completed form must be emailed to David Hernandez, the Contracting Officer, by November 3, 2025, at 2:00 PM EST. This questionnaire is vital for source selection, providing past performance insights to the VA.
    This government file, "PROJECT NUMBER: 516-CSI-142; BID BUILD - SITE PREP FOR EMERGENCY DEPARTMENT CT SCANNER," details responses to questions regarding a construction project for a new CT scanner in an emergency department. Key aspects include structural support for the CT scanner relocation, working hours (regular hours, Class 4 ICRA), hazardous materials (lead anticipated in demolition), and lead shielding requirements (full perimeter, per NCRP Report #147). The General Contractor (GC) is responsible for lead-lined doors, frames, locksets, programming the fire alarm, and providing commissioning if required. The CT vendor will remove and reinstall the CT equipment. The project requires coordination for utility trenching, existing med gas lines, HVAC system integration, and connection to existing normal X-ray power. ICRA requirements are Class 4 with a manometer. Product substitutions are not allowed for finishes but are for compliant MEP components. Badging is not required, but company affiliation should be identified. The VA will use Procore as the project record system. Lead sheet and standard drywall may be used in lieu of lead-lined drywall as per NCRP Report #147. QA/QC must be a separate person, but a superintendent can cover SSHO. An active construction contract can be used as past performance if 75% complete with interim CPARS or PPQ. The project requires hard barriers, and duct cleaning is only required within 5 feet of new connections. The CT scanner is already procured, and installation will occur after site prep. The contractor is responsible for radiation shield integrity testing and IT wiring punch down. No permitting is required outside Authority Having Jurisdiction.
    The VHA Infection Control Risk Assessment (ICRA) template (VHA ICRA-1.3, December 2024) provides a standardized framework for assessing and mitigating infection risks during construction, renovation, and maintenance activities within VHA facilities. It outlines a four-step process: categorizing the activity type (A, B, C, or D), identifying affected areas, determining patient risk categories (Low, Medium, High, Highest), and establishing the required level of infection prevention and control precautions (I, II, III, or IV). The document details specific control measures for each precaution level, escalating from basic dust control to implementing critical barriers, negative pressurization, and anterooms for higher-risk activities. It also includes post-activity cleaning and inspection protocols and a permit form for Level III and IV activities. An appendix offers an alternative interior exhaust procedure for negative air systems. This template is crucial for ensuring patient and employee safety and maintaining facility integrity in healthcare environments.
    This document, General Decision Number FL20250222, outlines prevailing wage rates for building construction projects in Pinellas County, Florida, effective May 23, 2025. It specifies wage requirements under the Davis-Bacon Act and related acts, along with applicable Executive Orders (EO 14026 and EO 13658) for federal contracts. EO 14026 mandates a minimum of $17.75 per hour for contracts entered into or renewed after January 30, 2022, while EO 13658 requires $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed. The document also lists specific wage rates and fringes for various craft classifications such as Electrician, Elevator Mechanic, Ironworker, Plumber, and Sheet Metal Worker, including details on how to interpret union, weighted union average, and survey rate identifiers. Additionally, it provides information on the appeals process for wage determinations and outlines requirements for paid sick leave under EO 13706 for federal contractors.
    Similar Opportunities
    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.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a Design-Build contract to install a 1.5T MRI Integrated Care Center (ICC) at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. The project, identified as Project Number 673-CSI-132, involves comprehensive design and construction services, including the installation of a new Siemens 1.5T MRI system, structural modifications, and updates to mechanical, electrical, and plumbing systems, all while ensuring compliance with safety and regulatory standards. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $2 million and $5 million, with key deadlines including the submission of Requests for Information (RFIs) by December 29, 2025, and Phase I Quotes due by January 23, 2026. Interested parties can contact Contracting Specialist David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further details.
    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.
    Z2DA--Replace MRI 1.5T
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of a 1.5T MRI machine at the Durham VA Health Care System, under solicitation number 36C24626B0001. The project involves extensive demolition and construction, including the installation of specialized Radio-Frequency (RF) shielding, HVAC modifications, and electrical upgrades to ensure the new MRI system's functionality and safety. This upgrade is crucial for enhancing medical imaging capabilities and maintaining high standards of care for veterans. Interested bidders must submit their proposals by January 6, 2026, with a project completion timeline of 250 calendar days post-award, and can direct inquiries to Contract Specialist Michael R. Proctor at Michael.Proctor2@va.gov.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    Z1DA--Construct Mobile Imaging Pad 540-24-104 Clarksburg, WV VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the construction of a Mobile Imaging Pad at the Louis A. Johnson VA Medical Center in Clarksburg, WV, under solicitation number 36C24526B0002. The project, estimated to cost between $500,000 and $1,000,000, involves site preparation, demolition of existing structures, and the construction of a concrete pad with necessary utility connections for a mobile imaging trailer, adhering to VA construction standards and local building codes. This initiative is crucial for enhancing medical imaging capabilities at the facility, ensuring compliance with safety and operational protocols. Interested contractors, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSBs), must submit their bids by January 21, 2026, at 1 PM EST, following a mandatory pre-bid site visit held on December 2, 2025. For further inquiries, contact Contract Specialist Aaron Z. Morrison at Aaron.Morrison@va.gov.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project located at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project is crucial for enhancing the data management capabilities of the VA, with an estimated cost between $5,000,000 and $10,000,000. Interested bidders must submit their proposals electronically by January 8, 2026, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Y1DA--590-22-700 | Construct EHRM Infrastructure Upgrade | Hampton, VA |
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking potential contractors to upgrade the Electronic Health Records Management (EHRM) infrastructure at the VA Medical Center in Hampton, VA. The project requires a comprehensive upgrade involving the provision of all labor, materials, tools, and expertise necessary to meet the construction specifications and drawings. This initiative is critical for enhancing the VA's healthcare delivery capabilities and is expected to be awarded as a competitive, firm-fixed-price contract valued between $20 million and $50 million, with an estimated duration of 1050 calendar days. Interested contractors must submit a capability statement by December 31, 2025, detailing their qualifications and relevant experience, with inquiries directed to Contract Specialist Amy Graham at amy.graham@va.gov or (216) 447-8321.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    Y1DA-- CT Scan AC Unit Replacement Brooklyn VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor for the CT Scan AC Unit Replacement project at the Veterans Affairs Medical Center located in Brooklyn, NY. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring eligible contractors to be registered and verified with the SBA under NAICS code 236220. The contractor will be responsible for furnishing all labor, materials, and equipment necessary to complete the project within 60 calendar days of receiving the Notice to Proceed, adhering to VA specifications. Interested parties should direct inquiries to Charlie Augustin at Charlie.Augustin@va.gov, with the solicitation anticipated to be issued around December 19, 2025.