Z1DA--621-24-101 - Renovate B200 Ground For Bronchoscopy
ID: 36C24925R0040Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the renovation of the B200 Ground Floor Bronchoscopy Procedure Room at the James H. Quillen Veterans Affairs Medical Center in Mountain Home, Tennessee. This project, designated as Project No. 621-24-101, aims to enhance healthcare facilities by ensuring compliance with stringent safety, infection control, and environmental protection protocols during construction. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction cost ranging from $1 million to $5 million, and proposals are due by July 30, 2025, at 2 PM EDT. Interested contractors should direct inquiries to Contract Specialist Robert Glenn at Robert.Glenn2@va.gov and are encouraged to attend a mandatory site visit on July 2, 2025.

    Point(s) of Contact
    Robert GlennContract Specialist
    Robert.Glenn2@va.gov
    Files
    Title
    Posted
    The solicitation document (36C24925R0040) outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for the renovation of the B200 Ground for a Bronchoscopy Procedure Room at James H. Quillen VAMC, MT Home, TN. The project is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction cost between $1 million and $5 million. The successful contractor will be responsible for furnishing all labor, materials, and equipment, adhering to strict timelines and project specifications. Key submission requirements include providing a signed SF 1442 form, bid guarantee, completed representations and certifications, and the contractor's Experience Modification Rate (EMR). The evaluation process emphasizes providing the lowest price while ensuring technical acceptability, requiring offerors to demonstrate relevant experience in healthcare construction. A mandatory site visit is scheduled to facilitate contractors' inspections before the proposal submission deadline of July 11, 2025. Additional instructions highlight the need for compliance with various federal regulations, including background investigations for contractor employees and adherence to environmental and safety standards. The document reflects the government's commitment to engaging small businesses while ensuring that healthcare facilities meet required operational standards.
    The presolicitation notice from the James H. Quillen VA Medical Center outlines a requirement for construction services to renovate the B200 Ground for a Bronchoscopy Procedure Room. The project involves general construction, installation of access control systems, and related technical components, with an estimated budget between $1 million and $5 million. This project is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) according to the statutory provisions under 38 U.S.C §8127 (d). The procurement process will follow FAR Part 15, employing a Lowest Price Technically Acceptable (LPTA) evaluation strategy. Interested contractors must be registered and verified with the SBA VetCert program. All inquiries about the project must be submitted in writing to the Contract Specialist before the formal solicitation release, expected on or by June 12, 2025. This notice emphasizes the VA's commitment to supporting veteran-owned businesses while facilitating necessary improvements to healthcare facilities.
    The document is an amendment to a solicitation for a project managed by the Department of Veterans Affairs, specifically for the renovation of B200 Ground for Bronchoscopy at the James H. Quillen VAMC. It officially extends the proposal submission deadline to July 18, 2025, at 2 PM EDT, and invites bidders to a second site visit on July 2, 2025, at 3:30 PM EDT. The amendment outlines the requirements for bidders to acknowledge the receipt of the changes and provides instructions for submitting requests for information (RFIs), which must be specific and in writing. The contracting officer overseeing the amendment is Michael R. Brown, emphasizing the necessity for clarity and detail in the submitted questions as part of the proposal process. The amendment maintains that all other terms and conditions of the original solicitation remain unchanged.
    The document consists of an amendment to a Solicitation/Contract related to a project managed by the Department of Veterans Affairs (VA) aimed at renovating a medical facility for bronchoscopy services. The primary purpose of the amendment is to extend the proposal submission deadline from July 18, 2025, to July 30, 2025, at 2 PM EDT, providing contractors additional time to prepare their bids. The amendment incorporates responses to various requests for information (RFIs) regarding the project's specifications, construction requirements, and operational constraints, ensuring clarity on pivotal issues such as project timelines, submission formats, and specific contractor responsibilities. Key details include confirmation that the project requires completion of several specified submissions before construction can commence, the anticipated duration between contract award and Notice to Proceed (NTP) remains undetermined, and that the contractor will not need to hire a third-party commissioning agent. Additional emphasis is placed on stringent guidelines regarding safety, quality control, and operational compliance during construction, particularly to avoid disruptions in medical services. Overall, this document illustrates the structured communication efforts involved in public sector construction projects, reflecting the VA's commitment to effective project management and procurement practices.
    The document serves as an amendment to a solicitation issued by the Department of Veterans Affairs, specifically Network Contracting Office 9. This amendment clarifies the revised proposal due date for RFI's numbers 28 and 122, extending the deadline from July 18, 2025, to July 30, 2025, at 2 PM EDT. This update ensures potential contractors are aware of the new timeline for submitting their proposals related to the renovation project for Bronchoscopy at the designated medical facility. It is emphasized that all other terms and conditions of the original solicitation remain unchanged. The contracting officer, Michael R. Brown, is the primary contact for further inquiries. The document illustrates the government's procedure for modifying solicitation timelines while maintaining formal communication and ensuring compliance from bidders.
    The Department of Veterans Affairs is initiating a renovation of the B200 Ground Floor Bronchoscopy Procedure Room at the J. H. Quillen VA Medical Center in Mountain Home, Tennessee. Project No. 621-24-101 entails comprehensive construction and project management, ensuring adherence to specific safety, security, and environmental protocols, paramount in a healthcare environment. The contractor must comply with extensive regulations regarding patient safety, infection control, and environmental protection during construction operations, including maintaining clean workspaces and ensuring proper handling of hazardous materials like asbestos and lead. Inspections and approvals are required for all phases, with a focus on timely communication with key personnel regarding safety and scheduling. Strict guidelines for contractor behavior, including ID badges, secure work areas, and restricted access to patient care zones, are enforced to protect vulnerable populations. The project must be completed within 245 days after notice to proceed, reflecting the VA's commitment to improving facility functionality while maintaining patient care standards. Overall, the initiative illustrates the VA's holistic approach to infrastructure improvement in a sensitive hospital setting.
    The Department of Veterans Affairs is soliciting bids for the renovation of the Ground Floor Bronchoscopy Procedure Room (B200) at the J.H. Quillen VA Medical Center, located in Mountain Home, Tennessee (Project No. 621-24-101). The project emphasizes stringent safety and quality control measures, incorporating adherence to regulations set by OSHA and VA's specific health and safety policies. Key deliverables include materials, supervision, and labor, along with maintaining the integrity of existing facilities during construction. The contract specifies extensive requirements regarding contractor qualifications, required training, reporting protocols, and safety measures such as infection control and environmental protection. Additional attention is given to patient safety, necessitating coordination for noise and dust control, security clearances, and proper waste disposal practices. The project is expected to be completed within 245 days after the notice to proceed, spanning multiple construction divisions including electrical, HVAC, plumbing, and fire protection systems. All contractors must ensure compliance with local and federal regulations, particularly those impacting healthcare environments, thus safeguarding the well-being of patients and staff during the renovation process.
    The document outlines a construction project focused on renovating the ground floor of Building 200 at the J.H. Quillen Veterans Affairs Medical Center in Mt. Home, TN, specifically for a new bronchoscopy procedure room. This renovation, part of federal RFPs, includes comprehensive planning and specifications for various construction disciplines, such as architectural, mechanical, plumbing, and electrical works. Key components involve strict infection control measures due to the facility’s healthcare environment, highlighting the need for dust and debris control, ventilation protocols, and patient safety. The project stresses the importance of using appropriate barriers and maintaining a negative air pressure system to minimize contamination during construction. Detailed drawings and specifications indicate procedural requirements for demolition, installation, and cleaning, emphasizing coordination between contractors and the facility staff to ensure compliance with health and safety standards. The initiative demonstrates the Department of Veterans Affairs' commitment to providing updated medical facilities while safeguarding patients and staff during construction activities.
    The document outlines a renovation project for the J.H. Quillen Veterans Affairs Medical Center in Mt. Home, TN, which involves converting the ground floor of Building 200 for a bronchoscopy procedure room. The project is designated VA Project #621-24-101 and is managed by Apogee Consulting Group. The plan includes extensive architectural, mechanical, plumbing, and electrical updates, complete with detailed construction plans, routing for construction logistics, and safety measures to adhere to infection control protocols. The project employs stringent dust containment and air-quality management strategies to minimize environmental impacts. Additionally, concerns related to fire suppression systems and operational disruptions during renovations are addressed. Overall, this initiative reflects the VA's commitment to enhancing healthcare facilities while ensuring compliance with safety and health regulations, thus supporting efficient patient care operations.
    The document outlines the proposal requirements for a construction project, specifically for renovations at a VA Medical Center, under Solicitation Number 36C24925R0040. It contains a detailed breakdown of applicable divisions, categorizing labor, materials, and equipment by construction disciplines ranging from general requirements, demolition, concrete, HVAC systems, plumbing, to electrical installations. Each section specifies standards, testing, quality control, and environmental considerations necessary for compliance with federal regulations. Additionally, it emphasizes the necessity of itemized price breakdowns rather than lump sum submissions, mandating that contractors provide detailed costs per division to facilitate a thorough evaluation. The final sections include administrative instructions for submitting proposals and stress the importance of clear delineation of costs while ensuring adherence to safety and quality standards during construction processes. This document serves to guide contractors in preparing compliant and comprehensive submissions for government contracts, particularly with respect to the VA contracting offices.
    The document outlines the requirements for contractors bidding under the NAICS code 236220, focusing on the submission of cost estimates for both prime and subcontracted work. Offerors must ensure that at least 15% of the contract costs related to personnel are allocated to the prime contractor's employees. A detailed breakdown of material and personnel costs is required, including specifications for each project division. The contract calculation involves subtracting subcontractor costs from total personnel expenses to determine the percentage of self-performed work. The document also emphasizes the need for accurate representation of costs, with certification by an authorized representative. This structured approach aims to ensure transparency and accountability in the bidding process for federal and local projects, aligning with government standards for contractors.
    The document outlines key elements related to project management and site conditions for a government-related Request for Proposal (RFP) process. It specifies roles required, such as superintendents, project managers, and safety managers, to ensure effective project execution. Additionally, it details necessary insurance and bonding measures, including builder’s risk and general liability insurance. On the site conditions aspect, it encompasses various temporary facilities and services essential for project operations. This includes temporary energy and water provisions, fire protection, sanitation measures, and safety signage. Furthermore, it covers the establishment of temporary traffic control, lighting, and protection of existing structures during project work. The comprehensive approach emphasizes the importance of preparation and adherence to safety and compliance measures, outlining extensive logistical support requirements to facilitate unhindered progress during construction. This serves to ensure both the project's efficiency and the protection of associated health and safety standards. Overall, the document serves as a guide for stakeholders involved in prospective federal, state, and local project funding and development opportunities.
    The document is a Past Performance Questionnaire related to Project # 621-24-101, aimed at renovating the B200 Ground for Bronchoscopy at the James H. Quillen VA Medical Center in Mt. Home, TN. It outlines the process for assessing a contractor's past performance, which will be critical for evaluating proposals submitted in response to a solicitation from the NCO 9 Network Contracting Activity. Contractors must complete Section A of the questionnaire, providing information such as their name, contact details, contract award number, and a description of the services offered. They must then distribute this document to assessors, who will fill out Section B, evaluating the contractor's performance on a rating scale from acceptable to unacceptable across categories like quality of service, schedule adherence, and business relations. Assessors must submit their completed questionnaires directly to the Contracting Specialist via email by July 2, 2025. The questionnaire emphasizes the importance of timely and accurate evaluations, noting that unsatisfactory ratings require additional justification. Overall, it seeks to ensure that the awarded contracts go to contractors with a proven track record of reliability and performance. This systematic review process is standard in government procurements to maintain accountability and quality in service delivery.
    The Pre-Award Contractor Safety and Environmental Record Evaluation Form is designed to assess contractors applying for Solicitation 36C24925R0040, focusing on their safety and health performance. The form requires companies to fill in their name, contact details, and significant safety data utilizing OSHA 300 Forms. They must report man hours, incidents affecting worker days, and their Days Away, Restricted, or Transferred (DART) rate for the years 2022, 2023, and 2024. Companies are also asked about serious OSHA violations over the past three years, necessitating a detailed explanation if any violations occurred. The form includes a request for the company's North American Industrial Classification System (NAICS) code, which is specified as 236220, and information regarding the administration of the safety program along with the company's Experience Modification Rate (EMR). Overall, this document serves as a critical tool for evaluating potential contractors’ safety records, aligning with the federal government’s standards for compliance and risk assessment in procurement and contract management.
    The document is a Request for Information (RFI) related to Project Number 621-24-101, which involves the renovation of the Bronchoscopy Procedure Room at the James H. Quillen Veterans Affairs Medical Center in Johnson City, Tennessee. Interested contractors are instructed to read the solicitation and other related materials thoroughly before submitting questions for clarification. When submitting inquiries, contractors must reference specific sections or drawings to ensure timely responses from the government. The document outlines the necessary information for potential bidders, including contact details for the Contract Specialist, Robert Glenn Jr., and emphasizes adherence to the specified guidelines for inquiries. The RFI serves to gather relevant information before proceeding with the bidding process for the renovation project, highlighting the government's structured approach to ensure a clear understanding of project requirements and expectations among potential contractors.
    The document outlines the General Decision Number TN20250160, effective January 3, 2025, regarding wage determinations for building construction projects in Greene and Johnson Counties, Tennessee. It mandates compliance with the Davis-Bacon Act, ensuring minimum wage rates as dictated by Executive Orders 14026 and 13658 for federal contracts. Workers covered must earn at least $17.75 or $13.30 per hour depending on contract types. Specific wage rates for various construction trades are detailed, including rates for power equipment operators, sheet metal workers, carpenters, electricians, and laborers. These rates are subject to annual adjustments and may involve worker protections under Executive Order 13706, which establishes paid sick leave for contractors. The document also provides procedures for appealing wage determinations, emphasizing the role of the Department of Labor and outlining steps for interested parties to contest decisions. This general decision is a vital resource for ensuring fair labor standards and compliance in federal and state construction projects.
    The document consists of three attachments related to a renovation project designated for B200 aimed at enhancing facilities for bronchoscopy services. "Attachment 1: Revised Specifications Amendment-0001" outlines modifications to the technical requirements and specifications required for the renovation, while "Attachment 2: Revised Drawings Amendment-0002" provides updated architectural drawings reflecting these changes. Additionally, "Attachment 3: Sign-in Sheet - Renovate B200 Ground for Bronchoscopy" documents attendance for interactions related to this project, indicating collaboration with various stakeholders. The overall purpose of these attachments is to communicate revisions and ensure compliance with federal or state regulations during the proposed renovations, ensuring that the facility meets necessary health and operational standards. This effort reflects the government's commitment to improving healthcare infrastructure and service delivery through systematic upgrades and adherence to established guidelines.
    Similar Opportunities
    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.
    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.
    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.
    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.
    Z1DA-- Renovate OR for Hybrid Installation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating room (OR) facilities at the VA Northern California Healthcare System in Mather, California. This project involves a comprehensive renovation and expansion of approximately 12,500 square feet, including the upgrade of four existing ORs and the addition of a fifth Hybrid OR, with construction to be phased and temporary OR trailers utilized during the process. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10 million and $20 million, and proposals are due by January 15, 2026. Interested contractors must attend a mandatory site visit on December 11, 2025, and can direct inquiries to Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Y1DZ | 586-22-102 | Renovate PC Blue for PACT - Women's Health Clinic | SOLICITATION
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of approximately 6,850 square feet of the Primary Care Blue Clinic at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi, to establish a new PACT Women’s Health Clinic. This project, designated as 586-22-102, is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to be VetCert SDVOSB certified and registered in the System for Award Management (SAM). The renovation aims to modernize the clinic, improve access, and enhance the quality of care while ensuring minimal disruption to ongoing medical operations. Proposals are due by January 13, 2026, at 10:00 AM CT, with a site visit scheduled for December 16, 2025, and inquiries accepted until December 19, 2025. Interested parties can contact Contract Specialist Lisa Peace at Lisa.Peace@va.gov for further information.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    Z2DA--666-26-121_(C) Gillette Small Upgrade Project (VA-26-00006671)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Gillette Small Upgrade Project at the Gillette VA Clinic in Wyoming, focusing on renovations to improve clinic operations. The project includes correcting drainage issues, replacing an exterior door and frame, and remodeling casework, finishes, and furnishings in three specific areas of the clinic, all while adhering to strict VA construction standards and safety protocols. This opportunity is particularly significant as it is set aside for verified Veteran-Owned Small Businesses (VOSB) or Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $100,000 and $250,000. Interested offerors must submit their proposals via email by January 6, 2026, at 10:00 AM MT, and can direct inquiries to Contract Specialist Elia-Laritza L Ruiz-Manzo at Elia-Laritza.Ruiz-Manzo@va.gov.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.