Z2DA--Construct New Hybrid Operating Room
ID: 36C24825R0026Type: Solicitation
AwardedAug 1, 2025
$3M$3,026,255
AwardeeVCIN General Contractor, LLC CARR. 826 KM. 3.3 Guadiana Naranjito, Puerto Rico Naranjito 00719 PRI
Award #:36C24825C0031
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 soliciting proposals for the construction of a new Hybrid Operating Room at the VA Caribbean Healthcare System in San Juan, Puerto Rico. The project aims to modernize approximately 2,000 square feet of healthcare infrastructure, incorporating advanced medical equipment and ensuring compliance with stringent safety and operational standards. This renovation is critical for enhancing the quality of care provided to veterans, with a focus on minimizing disruption to hospital operations during construction. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals, demonstrating technical expertise and past performance, by the specified deadlines. For further inquiries, potential bidders can contact Contracting Officer Ana G. Alvarado at ana.alvarado@va.gov.

    Point(s) of Contact
    Ana G AlvaradoContracting Officer
    ana.alvarado@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a Request for Proposal (RFP) for the construction of a new Hybrid Operating Room (OR) at the VA Caribbean Healthcare System in San Juan, Puerto Rico. This project aims to renovate approximately 2,000 square feet of space, involving the upgrade of all utilities, including electrical, plumbing, and HVAC systems. The solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring interested contractors to be certified and visible in the Veterans Small Business Certification system. Key requirements entail a comprehensive approach to minimize disruption during construction and ensure the safety of patients and staff. The work must conform to stringent VA standards, and activities should occur after regular hours to avoid interference with hospital operations. Contractors must submit detailed proposals demonstrating their technical expertise, management qualifications, and past performance on similar projects. The contractor will be responsible for site safety, infection control, and quality assurance throughout the project, which has a performance period of 500 calendar days from the notice to proceed. The procurement structure emphasizes compliance with all regulatory requirements, including construction codes and safety regulations, making this RFP a critical aspect of enhancing healthcare infrastructure while fulfilling federal contracting obligations.
    The document announces a presolicitation notice for constructing a new Hybrid Operating Room (HOR) at the VA Caribbean Healthcare System in San Juan, Puerto Rico, with solicitation number 36C24825R0026. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to renovate approximately 2,000 sq ft of space, upgrading utilities like electrical, plumbing, and HVAC systems. The total construction budget is estimated between $2 million and $5 million, and the contractor will be responsible for all necessary labor, materials, and equipment over a period of 500 calendar days from the Notice to Proceed. The solicitation release is expected on April 15, 2025, with responses due by May 14, 2025. Interested firms must be registered with the System for Award Management (SAM.gov) and must verify their SDVOSB status through the SBA's certification site. This presolicitation underscores the VA's commitment to enhancing healthcare infrastructure while adhering to federal contracting protocols.
    The document serves as Amendment 0001 to solicitation 36C24825R0026, which pertains to the construction of a new hybrid operating room by the Department of Veterans Affairs (VA). The amendment addresses responses to several Requests for Information (RFIs) from potential contractors, along with the site visit sign-in sheet. Key points include clarifications on labor rates, temporary facility arrangements, and safety requirements related to asbestos abatement. It outlines the need for contractors to coordinate construction schedules outside normal operating hours to minimize disruptions, while emphasizing that all work must comply with VA specifications and health regulations. The amendment also specifies the necessity for dedicated personnel, such as a Project Superintendent and a Site Safety Health Officer, to be present on-site at all times. The overall intent is to ensure that contractors are well-informed of project expectations and requirements while maintaining operational safety and compliance during construction efforts.
    The document outlines the electrical renovation plans for a U.S. Department of Veterans Affairs facility, focusing on the first floor and electrical systems integration. It specifies general project notes such as the placement of lighting fixtures, circuit specifications, and compliance with federal, state, and local codes. Important aspects include demolishing outdated electrical equipment while reusing existing infrastructure where possible and ensuring all removed components are returned to the VA. The project incorporates a detailed schematic of electrical layouts, including the power plan, lighting plan, and conduit specifications, providing a comprehensive visualization of necessary modifications. The contractor is responsible for coordinating installations, ensuring compliance with safety standards, and managing existing systems during the renovation. Additionally, the document emphasizes the installation of emergency systems and the importance of adhering to proper electrical practices throughout the construction period. Overall, this renovation effort demonstrates the VA's commitment to enhancing facility infrastructure and operational capabilities, ensuring a safe and efficient environment for veterans.
    The document outlines requirements and specifications for a fire alarm system installation at a facility operated by the U.S. Department of Veterans Affairs (VA). It emphasizes compliance with various fire safety codes, including NFPA 72, NFPA 101, and local Virginia codes. Key components include the installation of new supervision and signaling line circuits, integration with existing systems, and adherence to specific device locations and functions. The contractor must supply a comprehensive set of shop drawings, perform functional testing, and engage a certified fire alarm maintenance provider for system commissioning. Provisions for coordination between various contractors involved, including HVAC systems, and ensuring compatibility with current infrastructure are critical. The document mandates that all materials used be new, defect-free, and installed in compliance with regulatory standards. This specification serves as a guideline for contractors responding to the RFP for upgrading and integrating the fire alarm systems within the VA's existing framework, ensuring safety and efficacy in emergency response capabilities. Overall, the document underscores the VA's commitment to providing a safe environment through systematically improved fire alarm systems across its facilities.
    The U.S. Department of Veterans Affairs is overseeing a project aiming to upgrade and modify the fire protection sprinkler system within a designated construction area. The contractor is responsible for ensuring that all work complies with the latest NFPA codes and regulations, including NFPA 13, 14, and 101, as well as local building codes. Specific tasks include modifying existing sprinkler systems, providing temporary protection during construction, conducting hydraulic calculations, and ensuring all materials meet required standards. The contractor must coordinate the placement of sprinklers with building elements while also maintaining the integrity of fire-rated walls. Additionally, the contractor is required to submit implementation plans, conduct regular project scheduling updates, and document as-built conditions post-construction. Adherence to safety and permitting requirements during all phases of installation and demolition is emphasized, with reminders that conflicts between documents or codes require the more stringent option to be applied. This project reflects a commitment to enhance the safety and functionality of VA facilities, prioritizing compliance with rigorous fire protection standards.
    The document outlines the project specification for constructing a new hybrid operating room at the VA Caribbean Healthcare System in San Juan, Puerto Rico. The primary objective is to modernize the healthcare facility's infrastructure by incorporating advanced medical equipment and operational features tailored to veterans' needs. The project includes detailed construction documents addressing various room specifications, functionality, and size, with a significant focus on safety measures, including fire ratings and wall assembly requirements to ensure compliance with health standards. It highlights the collaborative involvement of various departments within the U.S. Department of Veterans Affairs such as Projects and Planning, Facilities Management, and Safety Services, all of which have reviewed and approved the plans. These upgrades illustrate the federal government's commitment to improving veteran care facilities while ensuring that the construction meets stringent safety and operational guidelines.
    The document outlines the mechanical renovation plans for a Veterans Affairs facility, detailing the scope and structure needed to update HVAC systems and associated piping. It specifies the responsibilities of contractors, indicating that they must verify existing conditions at the project site and adhere to various federal, state, and local regulations, including strict compliance with safety and building codes. Key tasks involve demolishing existing ductwork, air handling units, and piping, while ensuring service interruptions are minimized and properly coordinated. Contractors are required to submit detailed plans for the installation of new systems, including ductwork and piping, and conduct comprehensive testing and balancing of air flow. Special care is mandated for maintaining fire resistance barriers and structural integrity during demolition and renovation phases. The renovation aims to enhance the facility's functionality while meeting updated mechanical standards, with an emphasis on maintaining operational efficiency and safety throughout the construction process. Ultimately, this project illustrates the VA's commitment to upgrading healthcare infrastructure to better serve veterans with modernized, compliant systems.
    The document outlines plumbing renovation plans for a facility under the U.S. Department of Veterans Affairs, detailing both demolition and installation processes. It includes a comprehensive plumbing fixture schedule and specifies plumbing installation procedures, adhering to local and federal regulations such as the Florida Building Code and NFPA standards. Key responsibilities for contractors include coordinating with other trades, verifying existing conditions, and ensuring compliance with safety and accessibility guidelines, particularly concerning barrier-free designs. Additional notes emphasize the importance of scheduling service interruptions in advance, maintaining fire-rated assemblies, and adhering to all specified plumbing requirements. The renovation aims to modernize plumbing systems while ensuring efficiency and safety for various medical facilities within the complex. Overall, this document serves as a technical guide to contractors involved in the renovation, aimed at ensuring high-quality work aligned with regulatory standards and client needs.
    The document outlines the specifications for the construction of a new hybrid operating room at the VA Caribbean Healthcare System in San Juan, PR, under Project No. 672-CSI-124. It includes comprehensive details about various construction and engineering requirements, emphasizing adherence to safety, quality control, environmental controls, and commissioning processes. Key sections cover general requirements, demolitions, plumbing, electrical systems, HVAC, fire suppression, and special construction needs. Additionally, strict standards must be maintained as per relevant codes, including the National Fire Protection Association and the International Plumbing Code. The project requires meticulous coordination among contractors and involves documentation reviews before implementation. A significant component of the process includes training for VA personnel on the operation and maintenance of new systems and equipment. This undertaking reflects the commitment of the Department of Veterans Affairs to improve healthcare facilities while ensuring regulatory compliance, operational efficiency, and safety during construction. Overall, the document supports the VA's objective to enhance medical infrastructure to better serve veterans in the Caribbean region.
    The document outlines the construction specifications for a new hybrid operating room at the VA Caribbean Healthcare System in San Juan, Puerto Rico, designated as Project No. 672-CSI-124. Submitted by Strollo & Strollo, LLC, it includes detailed requirements for the general construction, electrical, and mechanical work, as well as safety and security measures to ensure minimal disruption to hospital operations. The contractor must adhere to strict project schedules, conduct thorough altering and restoration of existing structures, and maintain all utility services during construction. Coordination with the Medical Center is essential, particularly regarding phases of work to avoid interference with ongoing medical operations. The document emphasizes the importance of a security plan, clear communication with the Contracting Officer, and comprehensive training on equipment maintenance and operation. Ultimately, this project reflects the VA's dedication to enhancing healthcare facilities while ensuring patient safety and uninterrupted services. By specifying rigorous safety and quality control standards, the document aims to guide contractors in delivering a state-of-the-art operational environment that meets the healthcare needs of veterans.
    The provided government solicitation document outlines requirements for bidders regarding their safety and environmental track records as part of the bidding process for contracts. Bidders must certify that they have no more than three serious OSHA violations or one repeat or willful violation in the past three years. If they cannot certify this, they are required to provide explanations and details of any violations. Additionally, bidders must report their Experience Modification Rate (EMR), which should be documented by their insurance carrier. Contractors with an EMR above 1.0 must explain the reasons and provide a plan for reducing it. The document emphasizes that subcontractors also need to meet these requirements and that prime contractors are responsible for assessing the qualifications of their subcontractors. Included in the attachments are forms for bidders to report safety incident statistics, their NAICS code, and information regarding their Safety and Health Program administrator. This evaluation is vital for making an initial determination of contractor responsibility in compliance with federal grant and RFP solicitations.
    The provided document outlines a Key Personnel Resume Form required for government projects, specifically for prime contractors submitting proposals for design and construction tasks. It details the necessary information that must be included regarding key personnel involved in the project, such as the Project Manager, Architect of Record, Site Superintendent, Safety and Health Officer (SSHO), and Construction Quality Manager (CQM). The form prompts candidates to list their name, project role, firm affiliation, years of experience, education credentials, professional registrations, and specific qualifications relevant to the project. This structured format aims to ensure that submitted resumes showcase the relevant expertise and experience necessary for effective project execution, aligning with the requirements set forth in government RFPs, grants, and local requests. In summary, the document serves as a critical tool for evaluating the qualifications of personnel proposed for significant government contracts, emphasizing the importance of demonstrated experience and appropriate credentials within the construction and design fields.
    The document is a Specialized Experience Form used in government procurement processes, specifically for federal and state RFPs and grants. It requires contractors to submit information about three relevant projects to evaluate their experience. Key sections include contractor details, project identification, roles (prime or subcontractor), awarded contract details, and relevant project descriptions. Contractors must detail project scope, difficulties faced, unforeseen conditions, and completion status, as well as financial aspects like original and final contract prices. This structured approach ensures that the evaluation panel can assess the contractor's qualifications and the relevance of their experience to the solicitation effectively. Compliance with the requirements is critical for successful evaluation and scoring, emphasizing the importance of presenting a comprehensive and relevant project portfolio.
    This document outlines a Letter of Commitment from Prime Contractor X to utilize Subcontractor Y for a federal solicitation related to the Department of Veterans Affairs. The letter confirms that if Prime Contractor X is awarded the contract, Subcontractor Y will provide specific services, which are to be detailed in the letter. It states that Prime Contractor X may leverage Subcontractor Y's experience and qualifications during the execution of the contract, and any substitution for Subcontractor Y requires prior written approval from the contracting officer. The discretion for approval is solely with the contracting officer, who will assess the qualifications of any proposed substitute and the project's best interests. The commitment becomes void if Prime Contractor X is not awarded the contract. This document exemplifies the process of establishing subcontractor relationships in federal contracting, emphasizing the importance of maintaining original agreements to ensure project integrity and efficiency.
    The Past Performance Questionnaire (PPQ) is a standardized form required for contractors seeking federal contracts, specifically for the VA. The document facilitates the assessment of contractor performance by requiring contractors to provide essential information, including their firm details, contract specifics, nature of work performed, and project descriptions. Clients, typically those who have received the contractor’s services, are engaged to provide evaluations on various performance aspects, including quality, timeliness, customer satisfaction, management effectiveness, cost management, safety compliance, and overall general performance. The ratings for contractor performance range from "Exceptional" to "Unsatisfactory," serving as qualitative measures to reflect the contractor’s compliance with contract requirements and their ability to address issues effectively. Clients are also encouraged to submit the completed forms directly to the contractors or the VA for verification and to facilitate future proposals. The form emphasizes the importance of maintaining thorough documentation to ensure accountability and credibility in contractor performance, especially in alignment with federal procurement standards.
    The provided document is a "Subcontractor Information and Consent Form," which is essential for the disclosure of past performance information of subcontractors and teaming partners to prime contractors during federal solicitation processes, specifically for the Department of Veterans Affairs. It outlines the requirement for subcontractors to consent to the sharing of their past and present performance details with the prime contractor, thereby facilitating the government's assessment of performance confidence in source selections. Subcontractors must complete the form and provide a minimum of three references from previous engagements, ensuring that these references are not from the proposing prime contractor. The form emphasizes the importance of thorough and accurate consent to align with government standards, allowing for the effective evaluation of proposals in federal and state RFPs, and grants. Adherence to the instructions is critical for inclusion in the proposal evaluation process, reflecting the increased scrutiny on past performance metrics in the acquisition process.
    The government document outlines the Traditional Asbestos Abatement for the construction of a new hybrid operating room at the Veterans Affairs Caribbean Healthcare System in San Juan, PR. It details the comprehensive plan for the removal, cleaning, and disposal of asbestos-containing materials (ACM) within the project site, which encompasses an estimated area of 2,200 square feet. Key responsibilities of the abatement contractor include compliance with federal, state, and local regulations surrounding asbestos abatement, training and medical examinations for personnel, and adherence to stringent safety protocols during the removal process. The contractor must develop an Emergency Action Plan and a Respiratory Protection Program, ensuring all equipment and methods meet the required safety standards. Specific procedures for containment, decontamination, air monitoring, and waste disposal are outlined, alongside clear definitions and regulations regarding ACM. The goal is to ensure safety and health while maintaining compliance, thus facilitating the successful completion of the abatement project necessary for the operation's renovation. This document serves as part of the federal RFP process, emphasizing the critical nature of adhering to regulatory standards in public health and environmental safety projects.
    The document outlines the equipment schedule for a surgical endovascular service within a government facility, specifically detailing a hybrid operating room and its associated areas. It lists various items required, including mobile linen hampers, surgical scrub sinks, telecommunication outlets, imaging equipment, and infection control tools. Each item is categorized by its name, quantity, acquisition method, and description, emphasizing their specifications and intended use in a medical context. The equipment serves various functionalities, from waste management to surgical support, ensuring an effective and sterile environment. This comprehensive list aligns with procurement processes typical for government RFPs and federal grants concerning healthcare infrastructure. The aim is to enhance operational efficiency and patient care in surgical settings, reflecting the government's commitment to upgrading medical facilities for better service delivery.
    The federal government is releasing a Request for Proposals (RFP) to solicit applications for funding under various grant programs aimed at enhancing community development initiatives. This initiative focuses on providing financial support for projects that will enable local agencies to address critical needs such as housing, transportation, and public safety. Key aspects of the RFP include eligibility criteria for applicants, the evaluation process, and deadlines for submission. The document emphasizes the importance of community involvement and outlines specific guidelines for project proposals. Proposals must demonstrate measurable outcomes and sustainable impacts, catering to the unique challenges faced by communities. Additionally, the RFP encourages collaborations among agencies and stakeholders to foster comprehensive solutions. Overall, this federal funding opportunity underscores the government's commitment to empowering local entities to improve infrastructure and services while promoting economic growth and enhancing quality of life for residents. The structured approach ensures transparency and accountability in the allocation of resources.
    This document outlines the reference standards applicable to a government project, specifically addressing the acquisition and examination of federal specifications and industry standards. It provides details on how to obtain these standards from various sources, including the General Services Administration (GSA) and organizations like the American Institute of Architects, American Society of Civil Engineers, and many others. The document specifies that interested parties can request copies for free or for a fee, depending on the issuing authority. Additionally, it identifies multiple associations and institutes associated with construction and engineering standards that can be consulted for relevant specifications not listed in the GSA index. This comprehensive reference is essential for potential contractors and bidders participating in federal procurement to ensure compliance with mandated standards in their proposals and operations.
    This document outlines specifications for recessed fire extinguisher cabinets as part of a government construction project. It emphasizes the necessity for cabinets to be fully recessed without compromising fire ratings and includes detailed notes for ensuring proper installation and compliance with safety standards such as NFPA 10. Key components include the requirements for materials, specifying the thickness of sheet steel for cabinet body and doors, the use of clear acrylic glazing, and functional design features like 180-degree doors. Furthermore, the document references related work areas such as glazing and painting and sets forth submission guidelines for manufacturer literature and data, ensuring adherence to established standards. The intention is to ensure that fire extinguisher cabinets are installed effectively and safely within building designs, aligning with broader government objectives for public safety and regulatory compliance. This specification plays a critical role in informing contractors of the required materials, fabrication methods, and installation practices necessary for government-funded or regulated projects, aligning with RFP procedures and granting requirements.
    Similar Opportunities
    Z2DA--Upgrade Video Assessment Surveillance System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to upgrade the Video Assessment Surveillance System (VASS) at the VA Caribbean Healthcare System (VACHS) located in San Juan, Puerto Rico. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance physical security by replacing existing cameras with a new VASS that will provide improved surveillance coverage, advanced monitoring software, and modern analytics tools, including license plate readers and facial recognition capabilities. The contractor will be required to complete the work within 1,095 calendar days from the Notice to Proceed, with the solicitation expected to be issued around January 30, 2026. Interested firms must be registered in the System for Award Management (SAM.gov) and certified as active SBA SDVOSB to participate in this procurement, and they can contact Ana G. Alvarado at ana.alvarado@va.gov or 939-321-0814 for further information.
    Z2DA--Resurface Parking Garage C
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the resurfacing of Parking Garage C at the San Juan VA Medical Center in Puerto Rico. This project, designated as solicitation 36C24826R0035, aims to restore the garage's structural integrity and surface condition, including improvements to drainage, lighting, and safety systems. The opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves a two-phase proposal process, with the first phase focusing on technical approaches and past performance. The proposal due date has been extended to December 23, 2025, at 3:00 PM AST, and interested parties should contact Contracting Officer Ana G. Alvarado at ana.alvarado@va.gov for further details.
    Z1DA--630A4-26-102 GI RENOVATION PHASE III
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for the GI Renovation Phase III project at the VA New York Harbor Healthcare System, Brooklyn Campus. This project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires turnkey services for design and construction, including all labor, materials, tools, supervision, and equipment, with a performance period of 365 calendar days. The scope encompasses finalizing construction in Area B (4th Floor) with minor remaining work and extensive interior construction in Area A (4th Floor), which is currently in a rough-in condition, as well as replacing the AC-5 unit in the 5th-floor Mechanical Room and installing new high-pressure steam lines. Interested contractors must coordinate with Premier Engineering Group, Inc. for the Design-Build Package, adhere to strict safety regulations, and utilize the VISN 2 Autodesk Build Construction management platform for all project correspondence. For further inquiries, contact Contracting Officer Vladimir Stoyanov at Vladimir.Stoyanov@va.gov or by phone at 718-836-6600 ext 8889.
    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--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.
    Construction - (PROJ 546-22-110) - Construct a New Boiler Building and Controls in the Old Incinerator Area Expand/Move Graphic Control
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a new boiler building and controls at the Miami VA Healthcare System, specifically in the old incinerator area. This project, identified as PROJ 546-22-110, involves extensive demolition, installation of temporary boilers, and the construction of a two-story utility building equipped with three 400-horsepower boilers, all while maintaining continuous operations of the medical center. The contract, valued between $20 million and $50 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires adherence to various safety and regulatory standards. Interested contractors should contact Jean Olivier Pierre at jean.pierre1@va.gov or Aldywn Singleton at Aldwyn.Singleton@va.gov for further details, with proposals due within the specified deadlines outlined in the solicitation documents.
    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.
    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.
    Y1BG--Brooklyn EHRM Infrastructure Upgrades Construction VA Medical Center Brooklyn, NY 630A4-22-700
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for a firm-fixed-price contract for the EHRM Infrastructure Upgrades construction project at the Brooklyn VA Medical Center in New York. The project entails comprehensive site preparation, including demolition and removal of existing structures, and the provision of labor and materials for various infrastructure upgrades, such as electrical systems, HVAC, communication infrastructure, and physical security enhancements. This initiative is critical for modernizing the facility's capabilities and ensuring efficient operations within the healthcare system. The solicitation, set to be issued in January 2026, is designated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $20 million and $50 million. Interested parties should direct inquiries in writing to Kara Evert at kara.evert@va.gov, as phone calls will not be accepted.
    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.