663-21-101 Nurse Call Replacement
ID: 36C26025R0017Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98661, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking a qualified contractor to replace the existing Nurse Call system at the VA Puget Sound Healthcare System in Seattle, Washington. The project involves comprehensive upgrades across multiple buildings (33, 100, 101, 102, and 103) to enhance functionality and address telecommunications deficiencies, with a focus on integrating modern technology and ensuring compliance with federal regulations. This procurement is particularly significant as it supports the healthcare needs of veterans while promoting participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Proposals are due by 8:00 AM on September 2, 2025, and interested parties can contact Susan L. Howe at susan.howe2@va.gov or Dennis Einarson at Dennis.Einarson@va.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This amendment to solicitation 36C26025R0017 addresses questions from offerors regarding the Seattle Nurse Call Replacement project at the VA Puget Sound Healthcare System. Key revisions clarify that the project involves a full replacement of the existing nurse call system, not an extension, and removes previous brand-specific requirements (Rauland-Borg Responder V) to allow for broader competition. While the OEM requirement for an existing system on-site remains, the overall project scope emphasizes replacement. The bid due date is confirmed as September 2, 2025, at 8:00 AM, correcting discrepancies. Additionally, it is clarified that the Site Superintendent, Site Safety and Health Officer (SSHO), and Quality Control Manager (QCM) must be separate individuals. For Joint Ventures, relevant past performance projects must be submitted for each partner, including in SBA Mentor-Protégé arrangements.
    This amendment to solicitation 36C26025R0017 addresses questions from offerors regarding the Seattle Nurse Call Replacement project at the VA Puget Sound Healthcare System. Key clarifications include battery backup requirements (30 minutes for headend, 7 minutes for others), confirmation of anti-ligature dome lights and push buttons for behavioral health units, and the need for a temporary wireless nurse call system to prevent downtime. The amendment also specifies that patient call cords refer to “Pillow Speakers” which can be provided by VAMC if the budget is exceeded. It clarifies the location of nurse call servers (Building 1, Room B70) and states the bid bond requirement is 20% but no more than $3M. Flexible conduit is permissible in specific new installation scenarios where existing conduit is unavailable, while existing conduit should be reused where possible. Several questions are pending responses from technical experts. The document emphasizes adherence to the Buy American Act and the importance of a temporary system to meet UL 1069 requirements.
    This document is an amendment to solicitation number 36C26025R0017 for the Seattle Nurse Call Replacement project at the VA Puget Sound Healthcare System. The amendment, number 0003, dated 08-04-2025, provides the sign-in sheet from a site visit held on August 6, 2025 (Attachment 16). All other terms, conditions, requirements, and deadlines for the solicitation remain unchanged. The amendment was issued by Network Contracting Office 20 in Vancouver, WA, and signed by Susan Howe, Contracting Officer.
    The purpose of this amendment (0004) to solicitation 36C26025R0017, issued by Network Contracting Office 20, is to provide the site visit sign-in sheet from the visit held on August 6, 2025. This amendment pertains to Project Number 663-21-101, titled "Seattle Nurse Call Replacement," located at the VA Puget Sound Healthcare System in Seattle, WA. All other terms, conditions, requirements, and deadlines for the solicitation remain unchanged. Offers must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt may result in rejection of the offer.
    This document is Amendment 0005 to Solicitation 36C26025R0017 for the Seattle Nurse Call Replacement project at the VA Puget Sound Healthcare System. It addresses contractor Requests for Information (RFIs) regarding the replacement of the existing nurse call system. Key clarifications include confirming that the project is a full facility replacement (with the exception of Building 37), establishing the bid deadline as September 2, 2025, and providing details on various technical specifications. The amendment clarifies requirements for battery backup (30 minutes for headend, 7 minutes for other components), audio communication in mental health units (not required in patient rooms), anti-ligature dome lights and push buttons in behavioral health areas, and the need for a temporary wireless nurse call system during construction. It also specifies that the system must adhere to the Buy American Act, that the Superintendent, Quality Control Manager, and Site Safety and Health Officer must be separate individuals, and that SPOK middleware is VA-provided. Flexible conduit is permitted for new installations where existing conduit is unavailable, within walls and rooms, but must transition to EMT above the ceiling.
    This amendment to solicitation 36C26025R0017 addresses the Nurse Call Replacement project at the VA Puget Sound Healthcare System in Seattle, WA. Its primary purpose is to clarify project scope and respond to offeror questions regarding brand-name specifications and bid deadlines. The amendment confirms that the project is a full replacement of the existing nurse call system, not an extension, with the exception of Building 37. It also clarifies that several statements in the original solicitation implying a specific brand (Rauland-Borg Responder V) should be removed or reworded to promote competition. The bid deadline is officially set for 8:00 AM on Tuesday, September 2, 2025, due to a holiday. Additionally, the amendment reiterates that for Joint Ventures, past performance projects must be submitted for each partner.
    This amendment to Solicitation Number 36C26025R0017 addresses questions from offerors regarding the Seattle Nurse Call Replacement project (Project Number: 663-21-101) at the VA Puget Sound Healthcare System. The amendment clarifies that the project involves a full replacement of the existing nurse call system, with the exception of Building 37, despite earlier specifications suggesting an expansion. Several references to extending or expanding the existing Rauland-Borg Responder V system are to be removed or reworded. The bid due date is clarified as 8:00 AM, Tuesday, September 2, 2025. Additionally, the amendment confirms that for Joint Ventures, past performance projects must be submitted for each partner, and the Site Superintendent, Quality Control Manager, and Site Safety and Health Officer must be three separate individuals. The Superintendent is required full-time onsite, while the QC and SSHO must be present during all construction activities and independent of the Superintendent.
    The document is an amendment to a solicitation for the Seattle Nurse Call Replacement project at the VA Puget Sound Healthcare System. It provides answers to 33 questions (RFIs 11-43) from offerors regarding the specifications and requirements of the nurse call system. Key clarifications include battery backup durations (30 min for headend, 7 min for others), confirmation of anti-ligature dome lights and push buttons in behavioral health units, and the requirement for a temporary wireless nurse call system during construction. The amendment also specifies that the main servers will be in Building 1 Room B70, clarifies the bid bond percentage (20% not exceeding $3M), and permits flexible conduit in specific new installations. Several questions are pending technical expert responses, and the document confirms the need for Buy American Act compliance with signed affidavits.
    The Department of Veterans Affairs (VA) is planning a presolicitation for a construction contract titled "Seattle Nurse Call Replacement" at the Puget Sound Health Care System in Seattle, WA. The anticipated project involves upgrading the existing Nurse Call system across multiple buildings, ensuring continuous operation during patient care. The contract will be a Firm-Fixed-Price solicitation, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a projected cost between $5 million and $10 million and a performance period of approximately 654 days. Key components of the project include providing all necessary supervision and materials while adhering to detailed construction specifications. Contractors are required to submit written proposals and comply with strict requirements regarding information security and privacy, particularly when handling protected health information (PHI) linked to the new system. Furthermore, contractors must coordinate construction schedules to minimize disruption in patient areas, demonstrating the VA's commitment to safety and operational continuity in healthcare settings. With a focus on improving nurse efficiency and telecommunications functionality, the project reflects the VA's ongoing efforts to upgrade healthcare infrastructure.
    The solicitation outlined in this document is issued by the Network Contracting Office 20 for a construction project entitled "Seattle Nurse Call Replacement" at the VA Puget Sound Health Care System in Seattle, WA. The project is a Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, aiming to upgrade the existing nurse call system across several buildings. The contractor is required to provide all labor, materials, and equipment necessary for the work as per the provided specifications. Proposals must be submitted by email to the designated Contract Specialist by September 2, 2025. For transparency, the proposal criteria include mandatory performance and payment bonds, and the performance period is stipulated. The document also emphasizes the importance of compliance with federal regulations regarding telecommunications equipment and certifications related to the offeror's business practices. Notably, the project budget is between $5,000,000 and $10,000,000, and the relevant NAICS code is 238210. The solicitation details the importance of site visits prior to bidding, along with essential representations and certifications that need to be included with the proposals. Overall, this procurement reflects the government's initiative to enhance healthcare facilities while engaging and supporting veteran-owned businesses.
    The amendment to solicitation 36C26025R0017 addresses questions from bidders related to the Seattle Nurse Call Replacement project at the VA Puget Sound Healthcare System. It clarifies that the government will proceed with replacing the entire nurse call system rather than just extending it, contrary to prior statements suggesting otherwise. Specific revisions to the project specifications—removing brand-specific requirements—are confirmed, allowing for more competition among vendors. The amendment also resolves discrepancies in the bid due dates, clarifying that proposals are due on September 2, 2025, at 8:00 AM. Additionally, it maintains that joint venture partners must submit past performance projects individually. Overall, the primary purpose of this amendment is to enhance clarity in the bidding process and encourage a wider range of offers for the project while ensuring compliance with government standards.
    The Department of Veterans Affairs, VA Puget Sound Healthcare System (VAPSHCS), Seattle Campus, is soliciting a contractor to replace the existing Nurse Call system in Buildings 33, 100, 101, 102, and 103. The project aims to enhance functionality, correct telecommunications deficiencies, and improve efficiency for care providers. The existing Rauland Responder IV and 4000 devices are 8 years past their end-of-life. The total period of performance is 654 calendar days, including submittal processes, material procurement, mobilization, site work, demobilization, and final acceptance. The contractor must ensure the existing system remains operational until the new system is fully installed and tested, potentially requiring a temporary phasing methodology. Strict adherence to security and privacy regulations for VA information is mandatory, including data handling, system access, incident reporting, and potential liquidated damages for data breaches. The contractor is responsible for meeting ICT accessibility standards (Section 508) and complying with VA Puget Sound Healthcare System-specific requirements, such as work hours, system shutdowns, and waste management.
    The document, part of federal government RFPs, outlines the "PRICE SCHEDULE BREAKDOWN INSTRUCTIONS" for a fixed-price contract, likely for the RFQ: 663-21-101 Nurse Call Replacement project at Puget Sound VAMC, Seattle, WA. It provides a detailed breakdown of costs based on Construction Specification Institute (CSI) Divisions, which are general construction industry terms. The instructions specify that all pricing is fixed, and the awardee is responsible for verifying formula accuracy and transposing totals to the Price Summary. The line item price breakdown is for informational purposes only and does not constitute separate billable deliverables. The document clarifies that "Field office overhead" and "general conditions" are interchangeable terms for the same cost category, to be applied only once. It also includes sections for rates, specific CSI Divisions (e.g., General Requirements, Existing Conditions, Concrete, Electrical), a period of performance, and other items such as mobilization/demobilization, insurance/bonds, taxes/other fees, O&M manuals/red line drawings, overhead, subcontractor mark-up, and profit, culminating in a CONTRACT TOTALS section.
    The document, "36C26024R0017 CON Nurse Call Station," outlines the Department of Veterans Affairs' (VA) requirements for limitations on subcontracting for general construction contracts, specifically for the "CON Nurse Call Station" project. This federal RFP details that contractors must certify they will not pay more than 85% of the government-paid amount to firms that are not certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The cost of materials is excluded from this calculation. The certification process is critical, as failure to comply or providing false information can lead to severe penalties, including criminal prosecution and debarment. The VA reserves the right to request documentation to verify compliance, and non-cooperation may result in remedial action. This certification must be submitted with the offer, or the bid will be deemed ineligible for evaluation and award.
    This document, General Decision Number WA20250117, effective July 25, 2025, outlines prevailing wage rates and fringe benefits for building construction projects in Walla Walla County, Washington. It specifies that federal contracts are subject to either Executive Order 14026 (for contracts on or after January 30, 2022, or renewed/extended after this date, requiring a minimum wage of $17.75/hour) or Executive Order 13658 (for contracts awarded between January 1, 2015, and January 29, 2022, not renewed/extended, requiring $13.30/hour). The document lists various construction trades, including insulators, bricklayers, carpenters, electricians, elevator mechanics, equipment operators, ironworkers, laborers, painters, plumbers, roofers, sprinkler fitters, sheet metal workers, and truck drivers, along with their hourly rates and fringe benefits. It also details the process for appealing wage determinations, including initial decisions and requests for review by the Wage and Hour Administrator and the Administrative Review Board. Additionally, it notes the applicability of Executive Order 13706, which mandates paid sick leave for federal contractors.
    The document, "663-21-101 NURSE CALL SYSTEM SALIENT CHARACTERISTICS," outlines the mandatory requirements for a new nurse call system for the VA. Key requirements include integration with employee workspace software for efficient patient management, compatibility with existing infrastructure (Vocera system, back boxes, conduit), and the ability to function independently during server or network outages with a UL1069-rated life-safety component. The system must provide the VA full data ownership and future capabilities for real-time rounding prioritization, veteran satisfaction indicators, and activity level identification. It must also be One-VA Technical Reference Model (TRM) approved with low network risk. Specific functionalities are detailed for pillow speakers, nurse consoles, staff terminals, patient stations, and various call buttons and lights, ensuring comprehensive communication and safety features. Training for VA staff is also required.
    The Past Performance Questionnaire (PPQ) is a critical document used by the Veterans Health Administration (VHA) Regional Procurement Office-West (RPOW) Network Contracting Office 20 (NCO 20) to evaluate offerors for contracts such as the 687-21-106 CON Replace Mechanical and Plumbing, Walla Walla, WA – 36C26025R0065. The PPQ is divided into two main sections: Contractor Information and Evaluator Information. Section 1, completed by the contractor, details company information, contract specifics (title, number, type, location, award and acceptance dates, and pricing), and a description of the project's scope and relevance to the current submission. Section 2, completed by the client (evaluator), assesses the contractor's past performance across various criteria, including quality, schedule adherence, communication, management, cost control, and subcontract management. Evaluators use adjectival ratings (Outstanding, Above Average, Satisfactory, Unsatisfactory, Not Applicable) with corresponding definitions to provide a comprehensive assessment. The form also includes a question on whether the evaluator would rehire the firm and an overall rating. Completed PPQs are returned to the offeror, not directly to NCO 20, by the solicitation due date, serving as a vital tool for evaluating a firm's capability to perform the solicited work.
    This government file outlines security requirements for accessing and using information systems and data. It details acceptable use policies, including restrictions on unauthorized access, data alteration, and system interference. The document emphasizes the protection of sensitive information, compliance with federal regulations, and the secure handling of government property. It also addresses reporting security incidents, preventing malware, and ensuring proper training for users. The guidelines aim to safeguard federal information infrastructure and maintain data integrity, with strict penalties for non-compliance.
    The provided document, titled "Nurst Call Nalkthrough" from March 6, 2025, appears to be a contact list or attendee roster for a walkthrough event. The file lists individuals, their companies, and email addresses. Notable companies include Thpha Cletii, Luustua Elkctve, D-SgmelLe, Oe.B2/Demoubrk, Alli ance Euiron ebl, and Absolute. The document's structure, with names, companies, and contact information, suggests it is a record of participants or stakeholders involved in a project or event, likely related to a government RFP, grant, or state/local RFP process. The presence of a "walkthrough" indicates a site visit or detailed review pertinent to a proposal or project. This document serves as a foundational reference for communication among the listed individuals regarding the subject of the walkthrough.
    The VA Puget Sound Health Care System in Seattle, WA, is undertaking Project #663-21-101 to replace its existing Nurse Call System. This project involves comprehensive architectural, electrical, and telecommunications work, including selective demolition and new installations across various buildings (33, 37, 100, 101, 102, 103). The new system will feature master stations, patient stations, ligature-resistant devices in behavioral health areas, and hard-wired connections capable of sending calls to wireless staff devices. It will also integrate with electronic medical record software like Cerner and link securely to the VAMC telecommunication network. The contractor must adhere to strict safety, security, and environmental regulations, including OSHA certifications, VA security protocols, and hazardous material handling. The project requires a detailed Critical Path Method (CPM) schedule, site surveys, protection of existing structures, and proper disposal of materials. The contractor is also responsible for training VA staff, managing temporary utilities, and coordinating with other ongoing operations to ensure minimal disruption to the 24/7 medical center functions.
    The attached file, "663-21-101-_VA_Seattle_Nurse_Call_100_CD_SUBMITTAL_DRAWING_STAMPED", is submitted for Director review and signature by FMS-HTM. This document is part of a Nurse Call System upgrade project at the Puget Sound Health Care System (Seattle Campus), focusing on electrical drawings required for a construction FORCE package. The project involves replacing the existing Nurse Call System in various buildings, including 33, 100 (Nursing Tower, Diagnostic and Treatment, Community Living Center), 101 MHR, 102, and 103 Therapy Pool. FMS has reviewed the document for technical accuracy and requests the Director's signature on the routing slip as concurrence of its completeness based on known information. The document also outlines general notes for contractors, emphasizing coordination, site verification, workmanship, and safety protocols for working in a healthcare environment.
    The VA Puget Sound Health Care System in Seattle, Washington, is undertaking a project to expand and upgrade its existing Rauland Responder Nurse Call systems. This initiative involves integrating the current Responder IV and III systems with the newer Responder V Enterprise Software, transitioning to an IP-based, hardwired network. The project will equip patient rooms, behavioral health areas, and nurse stations with various nurse call devices, including two-way voice communication stations, specialized ligature-resistant push-button devices in behavioral health, and corridor dome lights. Electrical upgrades will support the new system, which is designed to integrate with electronic medical records like Cerner and the VAMC telecommunication network, requiring DOD security clearance. Phasing will occur room by room and ward by ward, potentially utilizing a temporary wireless nurse call system to minimize disruption over an estimated 18-24 month timeline. The project adheres to VA design manuals and relevant electrical and healthcare facility codes and regulations, with a strong emphasis on infection control during construction.
    The document, part of federal government RFPs, outlines comprehensive accessibility requirements for Information and Communication Technology (ICT) under Section 508 of the Rehabilitation Act, specifically for the "663-21-101 Nurse Call Replacement" project. It details standards for hardware (Chapter 4) and software (Chapter 5), including user interface, content, and WCAG 2.0 conformance (Level A and AA), with specific exceptions for assistive technology and non-web software. The document also covers functional performance criteria (Chapter 3) to ensure ICT usability without vision, with limited vision, without color perception, without hearing, with limited hearing, without speech, with limited manipulation, limited reach/strength, and for individuals with limited language, cognitive, and learning abilities. Furthermore, it addresses support documentation and services (Chapter 6), requiring them to explain accessibility features and accommodate communication needs. Key hardware specifications (Chapter 4) include closed functionality (speech-output enabled where applicable), volume control, character display, biometrics (not as the sole identification means), privacy, standard connections, and operable parts (contrast, tactile discernibility, key repeat, timed response, one-hand operation, reach height/depth). Display screens, status indicators, color coding, and audible signals must also meet specific accessibility criteria. For two-way voice communication, volume gain, interference reduction, magnetic coupling, digital encoding of speech, and caller ID are mandated (Chapter 4). Software requirements (Chapter 5) emphasize interoperability with assistive technology, user preferences, and alternative user interfaces. Authoring tools (Chapter 5) must support content creation conforming to WCAG 2.0, preserve accessibility information, and provide prompts/templates for accessible content. Instructions for offerors include providing an Accessibility Conformance Report (ACR) using the VPAT, describing universal design approaches, plans for non-conforming features, and typical user scenarios for accessibility testing. The government reserves the right to test ICT items to validate Section 508 conformance claims and may require remediation if inaccuracies are found.
    The VA Puget Sound Healthcare System has issued a Request for Proposal (RFP) to replace the outdated Nurse Call System in multiple buildings, as the existing Rauland Responder IV system is over eight years past its end-of-life. The contractor will be responsible for the entire project, including supervision, labor, materials, and ensuring the new system maintains functionality during installation to avoid disruption to patient care. The project period spans 654 days, encompassing design, material procurement, mobilization, site work, and various inspections. Additionally, the contractor is tasked with frequent progress meetings with the Contracting Officer Representative (COR) to ensure quality control and adherence to safety regulations. Significant considerations include managing patient data security, complying with federal laws regarding information systems, and maintaining overall safety standards during construction activities. Accessibility and proper communication practices are mandated, including adherence to Section 508 standards. This initiative reflects the federal commitment to improving healthcare infrastructure for veterans while ensuring compliance with established laws and safety protocols.
    The document outlines the pricing structure and instructions for a federal Request for Proposals (RFP) related to construction work at the Puget Sound Veterans Affairs Medical Center in Seattle, WA. It specifies that all pricing must be fixed and emphasizes the awardee's responsibility to ensure the accuracy of calculations and formulas for subtotals and total contract amounts. The pricing schedule is organized according to divisions consistent with the Construction Specification Institute (CSI) guidelines, encompassing various aspects of construction, including general requirements, concrete, masonry, metals, and specific systems such as plumbing and electrical. Furthermore, it clarifies that the breakdown of costs is informational and does not imply separate billable items. The document also outlines categories of overhead costs, including field office upkeep, insurance, taxes, and other fees, which must be detailed by the contractor. Additional financial considerations, including profit margins and subcontractor mark-ups, are to be provided alongside the proposal. Overall, the instructions aim to ensure clarity and standardization in the bidding process for federal construction projects, reinforcing accountability and specificity in cost reporting.
    The document outlines the compliance requirements for contractors seeking work with the Department of Veterans Affairs (VA) under Project Number 663-21-101, which pertains to the CON Nurse Call Station. It emphasizes adherence to limitations on subcontracting as mandated by federal law. Specifically, contractors must ensure that no more than 50% of service contract funds can be paid to firms that are not certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB). For general construction contracts, this limit is raised to 85%, while special trade contractors are limited to 75%. The document stresses the consequences of misrepresentation, including possible legal penalties, and requires that bid proposals include a signed certification confirming compliance with these limitations. Additionally, the contractor must be prepared to provide documentation to demonstrate adherence throughout the contract's duration. The overarching purpose of this filing is to align government contracting efforts with the objectives of supporting veteran-owned businesses while ensuring accountability and compliance with federal regulations.
    The document provides a wage determination for building construction projects in Walla Walla County, Washington, under the Davis-Bacon Act. It offers specific minimum wage requirements for workers based on two key Executive Orders: Executive Order 14026, effective January 30, 2022, which mandates a minimum wage of $17.75 per hour for covered workers, and Executive Order 13658, applicable to contracts awarded between January 1, 2015, and January 29, 2022, enforcing a $13.30 per hour minimum wage. The wage determination outlines various job classifications, accompanied by their respective wage rates and fringe benefits for labor such as electricians, carpenters, and laborers. Notably, it stipulates annual adjustments to wage rates, obligations for paid sick leave in line with Executive Order 13706, and procedures for contractors to submit conformance requests for unlisted classifications. This document is essential for contractors engaged in federally funded construction projects, ensuring adherence to labor standards and fair compensation practices in compliance with federal regulations, thereby safeguarding worker rights and promoting equitable labor conditions. It serves as a critical reference for entities participating in federal RFPs and grants within the specified jurisdiction.
    The document outlines the specifications for a nurse call system intended for use within a VA healthcare setting. Key requirements include the integration of employee workspace software for improved patient management, compatibility with existing communication systems, and operational independence during network failures. Life-safety components must adhere to strict regulations, ensuring they do not depend on external networks or servers, thus enhancing reliability. The system should enable efficient monitoring and responsive features such as real-time patient triage and satisfaction indicators. Expected functionalities for user interfaces include VoIP communication, advanced call management, programming capabilities, and various communication tools for both staff and patients. Specific components, such as staff terminals, duty stations, and corridor lights, are detailed with minimum functionality descriptions to cater to efficient hospital operations. Overall, the document serves as a comprehensive request for proposals (RFP) targeting vendors capable of fulfilling these detailed requirements, emphasizing both advanced technology integration and compliance with safety standards within the VA healthcare system.
    The Past Performance Questionnaire (PPQ) is utilized by the Veterans Health Administration's Network Contracting Office 20 to evaluate contractors for potential award of a project concerning mechanical and plumbing replacements in Walla Walla, WA. The form requires contractors to provide detailed information about their previous projects, including contract specifics, performance details, and descriptions of relevant work. Evaluators must assess the contractor's past performance based on criteria such as quality, schedule compliance, communication, management effectiveness, financial management, and subcontractor oversight. Each category is rated on a scale ranging from “Outstanding” to “Unsatisfactory,” providing a structured approach for assessing the contractor's alignment with project requirements. Ultimately, the evaluator’s feedback aims to inform decision-making regarding contractor suitability for future government contracts. This process underscores the emphasis on accountability and quality assurance in federal contracting.
    The document outlines governmental procedures for responding to Requests for Proposals (RFPs) and grants at federal, state, and local levels. It emphasizes the importance of compliance with specific guidelines and regulations that govern federal funding opportunities. Primary focus is placed on providing detailed project descriptions, budget justifications, and timelines in proposals. Best practices include engaging relevant stakeholders, conducting thorough needs assessments, and ensuring alignment with governmental priorities. The document highlights critical components, such as eligibility criteria for applicants, evaluation standards, and reporting requirements for grant recipients. Additionally, it delineates the various stages of the proposal life cycle—from application to the disbursement of funds—emphasizing transparency and collaboration among government entities. The guidance serves to facilitate an understanding of the application process for prospective applicants, ensuring that proposals meet established quality benchmarks. Ultimately, the objective is to foster effective partnerships that drive project success and promote responsible usage of public funds.
    The document outlines a Request for Proposal (RFP) for replacing the Nurse Call System at the VA Puget Sound Health Care System in Seattle, WA (Project #: 663-21-101). The primary goal of the project is to install a modern nurse call system comprising master stations at nursing stations, patient calling devices in rooms, and ligature-resistant devices in behavioral health areas. The system will facilitate communication between patients and staff while integrating with electronic medical records and the VA telecommunications network. Key elements include comprehensive specifications and requirements for the installation work, including safety protocols, contractor obligations, and site management. There are strict guidelines for project scheduling, material submittals, safety training, and maintaining operations within the medical center without interrupting ongoing services. The contractor must ensure the preservation of existing infrastructure and comply with all VA security and environmental regulations. The structure of the document includes detailed sections on specifications, general requirements, project schedules, and safety stipulations, serving as a comprehensive guide for prospective bidders about the expectations and requirements for this critical healthcare infrastructure upgrade. This RFP illustrates the VA's commitment to enhancing patient care through updated technology while ensuring safety and service continuity.
    The document outlines a routing and transmittal slip for the proposal to upgrade the Nurse Call System at the Puget Sound Health Care System in Seattle, Washington. It serves to obtain necessary approvals from the Facilities Management Service (FMS) leadership and the Medical Center Director, ensuring technical accuracy before proceeding with the construction FORCE package. The upgrade will affect several buildings within the healthcare system, integrating new pull cords and dome lights primarily in patient bathrooms and various nursing facilities. Key stakeholders involved include Anju Chaudhari, the Chief of Healthcare Technology Management, and other departmental leaders who have reviewed the technical documentation. It emphasizes the importance of compliance with construction specifications and infection control, and outlines responsibilities for contractors during execution, including the necessity for a temporary nurse call system to maintain service continuity. The document ultimately aims to enhance patient care capabilities through improved communication systems within the healthcare environment.
    EHS International, Inc. conducted an asbestos reinspection of the Department of Veterans Affairs Building #33 in Seattle, Washington, on July 21, 2010, as mandated by the VA. The inspection found no asbestos-containing materials (ACM) in the sampled areas, and the building's ACM was reported to be in good condition without significant damage. The report highlights the importance of following safety protocols and the potential risk of concealed ACM during future renovation or demolition activities.
    The asbestos survey report for the Department of Veterans Affairs Seattle Division Building Number 100, conducted by EHS International, Inc., found various suspect materials, some identified as asbestos-containing materials (ACM) while others were deemed non-ACM. The reinspection, conducted in September 2010, included sampling from accessible areas, with a total of 377 bulk samples collected; it determined no damaged material was present. Recommendations were made to avoid disturbing identified ACM and to ensure proper handling by trained personnel during any future demolition or renovation activities.
    The Asbestos Survey Report for Building #100 at the Department of Veterans Affairs in Seattle indicates that EHS International, Inc. conducted a comprehensive reinspection to identify and sample hazardous materials, specifically focusing on the presence of asbestos-containing materials (ACM). The findings documented include multiple suspect materials sampled and situated throughout various building wings, with notable ACM detected, while no significant damage was found to ACM materials during the inspection. The report emphasizes that any discovered ACM should not be disturbed without proper training and adherence to federal, state, and local regulations.
    The asbestos survey conducted by EHSI at the Department of Veterans Affairs Building #100 in Seattle revealed no prior inspections had been done, and several materials were identified as asbestos-containing materials (ACM), including various types of mastic, insulation, and flooring materials. During the inspection, 773 samples were collected, with findings indicating significant variability in material types and their asbestos content, yet no substantial damage to ACM was noted. The report advises that ACM should not be disturbed unless handled by trained professionals, as concealed hazardous materials may still exist in the building.
    The VA Puget Sound Health Care System in Seattle is set to upgrade its Nurse Call system, enhancing connectivity and functionality through the integration of Rauland Responder V technology. This project aims to replace and expand the existing outdated systems across multiple buildings, allowing for improved patient communication with staff via two-way voice systems and nurse call buttons. Key features include a hardwired infrastructure capable of supporting wireless technology, integration with electronic health records, and compliance with essential codes and regulations. The contractor is required to implement an infection control plan during construction, which will be conducted in phases to minimize disruption. The project is projected to last 18 to 24 months and aims to modernize operations while enhancing patient care and safety at the facility. This effort reflects the VA's commitment to improving healthcare services for veterans.
    The document outlines the Accessibility Requirements Tool related to Information and Communication Technology (ICT) under Section 508 of the Rehabilitation Act. It specifies that all ICT obtained by government agencies must comply with the Revised 508 Standards to ensure accessibility for individuals with disabilities. Key sections address hardware and software accessibility, the necessity for user interfaces to conform to WCAG 2.0 standards, and guidelines for providing support documentation and services. Specific functional performance criteria are emphasized, including provisions for users with differing abilities such as limited vision, hearing impairments, and cognitive challenges. The document also discusses design aspects regarding operable parts and display screens, ensuring products are user-friendly for disabled individuals. Furthermore, it mandates that contractors provide an Accessibility Conformance Report (ACR) and outline their incorporation of universal design principles. The government reserves the right to validate conformance claims through testing and may require remediation if products fail to meet specified standards. This framework serves as a comprehensive guide for agencies and contractors to ensure equitable access to government-provided ICT solutions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Seattle VA MICU/SICU Camera Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to replace aging analog ICU and MICU observation cameras at the Seattle VA Medical Center with an upgraded IP-based camera system. The procurement involves replacing nineteen cameras with Avigilon brand name or equivalent ceiling cameras, which must meet specific technical requirements, including compatibility with existing hospital infrastructure and compliance with VA cybersecurity regulations. This upgrade is crucial for maintaining effective patient monitoring and security within the facility. Interested parties should contact Michael J Borelli at Michael.Borelli@va.gov, with the goal of placing the order by mid to late January 2026 and completing installation within 45 days after receipt of order.
    R426--TV Programming Services for Puget Sound VAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for TV Programming Services for the Puget Sound VA Health Care System, specifically for DirecTV programming across its Seattle and American Lake Campuses. The contract will cover a base year and four option years, running from February 1, 2026, to January 31, 2031, and will require the provision of 50-100 channels, utilizing existing DirecTV equipment while adhering to federal safety and security regulations. Interested small businesses must submit their offers, including a signed SF 1449 and proof of authorized DirecTV dealership, by the response deadline of December 19, 2025, at 3:00 PM Pacific Time, with further inquiries directed to Contracting Officer Peter Park at Peter.Park2@va.gov.
    Physician Scheduling Software
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a web-based Physician Scheduling Software for the Puget Sound VA Health Care System. The software must support 45 annual licenses and provide training and 24/7 support for managing various medical providers' on-call, clinic, rotation, and shift schedules, with the current system, Amion for Enterprises+, serving as a benchmark for evaluation. This procurement is critical for enhancing scheduling efficiency within the healthcare system, and the contract will span a base year from January 1, 2026, to December 31, 2026, with two optional years following. Interested vendors must submit their quotes via email to Amy Kuczajda at Amy.Kuczajda@va.gov by 3 PM MST on December 23, 2025, adhering to the specified FAR and VAAR clauses regarding compliance and electronic payment.
    C1DZ--AE Upgrade Nurse Call System 538-26-201 - VAMC Chillicothe
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for upgrading the Nurse Call System at the Chillicothe VA Medical Center, under Project Number 538-26-201. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $500,000 and $1,000,000, aimed at enhancing healthcare communication systems within the facility. Interested firms must submit their qualifications using Standard Form (SF-330) by January 6, 2026, at 2:00 PM ET, and should ensure they are SBA certified as SDVOSB/VOSB and registered in the System for Award Management (SAM). For further inquiries, contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for Project 648-20-116, which aims to correct electrical deficiencies at the Vancouver VA Medical Center. This project involves replacing, modifying, or upgrading existing electrical power distribution equipment in accordance with a Wiley-Wilson arc-flash report, and includes conducting a facility-wide arc-flash hazard risk assessment upon completion. The work is critical for ensuring the safety and operational efficiency of the medical facility's electrical infrastructure. The solicitation is set to be posted around December 2025, with an estimated contract value between $5,000,000 and $10,000,000, and is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested contractors can contact Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341 for further information.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    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.
    DA10--Vocera Communication System *Brand Name or Equal* Salt Lake City VA Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors for a Vocera Communication System or an equivalent solution for the Salt Lake City VA Health Care System. The VA aims to update its aged patient call system to enhance staff communication and notification processes, with requirements including software licenses for approximately 725 users, messaging capabilities, and integration with existing nurse call systems. This procurement is anticipated to be structured as a base year with four option years for licensing, technical support, and software subscriptions, with responses due by December 29, 2025. Interested vendors should contact Contract Specialist Stephanie Cahill via email at Stephanie.Cahill@va.gov to express their capabilities and provide necessary documentation.
    Z1DA--648-24-701 EHRM Infrastructure Upgrades Phase 2 Construction - Portland, OR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for the Design-Bid-Build EHRM Infrastructure Upgrades Phase 2 project at the Portland VA Health Care System, which encompasses significant construction and infrastructure enhancements in Portland, OR, and Vancouver, WA. The project requires contractors to assess existing conditions, perform demolition, and provide comprehensive labor, materials, and supervision across various disciplines, including civil, plumbing, mechanical, electrical, and electronic work. This initiative is crucial for upgrading the facility's infrastructure, including fiber optic installations, HVAC systems, and fire safety measures, ensuring improved operational efficiency and safety for veterans. The solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be issued as an Invitation for Bid (IFB) in late October 2025, with an estimated construction value between $5 million and $10 million and a performance period of approximately 365 days. Interested parties can direct inquiries to Contract Specialist Sierra Tate at Sierra.Tate@va.gov or by phone at 216-447-8300.
    Spinal Cord Injury Space (Minor) Construction – Seattle – Project 663-310
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Spinal Cord Injury Space (Minor) Construction project at the Seattle VA Medical Center, identified by Solicitation Number 36C77625B0041. This project aims to enhance facilities dedicated to spinal cord injury care, with an estimated funding amount of $12,630,000.00, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties should note that the bid log indicates competitive offers, with the lowest bid received at $10,084,052.00, and must reach out to Thomas Council at Thomas.Council@va.gov or Joseph Rossano at joseph.rossano@va.gov for further inquiries.