Z1DA--Renovate NIH Bio Safety Lab to Class III Level | RFP 36C26125R0041 | Project 662-23-113
ID: 36C26125R0041_1Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the renovation of the NIH Bio Safety Laboratory to a Class III level at the San Francisco VA Medical Center. The project entails a comprehensive refurbishment of the existing laboratory, including the removal of current fixtures and the installation of new structural elements such as roofs, walls, plumbing, electrical systems, and furnishings, all in compliance with NIH BSL-3 standards. This renovation is crucial for enhancing the facility's capabilities in biomedical research and ensuring safety in handling hazardous materials. Interested contractors must submit their proposals by July 8, 2025, with a pre-proposal site visit scheduled prior to the submission deadline. For further inquiries, contact Christopher Whipple at christopher.whipple@va.gov or 702-791-9000 x13957.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting bids for renovation of the NIH Bio-Safety Lab to Class III Level at the VA San Francisco Healthcare System. This Task Order Request for Proposal (TORFP) invites qualified Service Disabled Veteran-Owned Small Businesses (SDVOSB) to submit proposals for a firm-fixed price construction contract. The project encompasses comprehensive refurbishment of the existing laboratory space, including structural updates, interior alterations, and compliance with NIH standards. Proposals must include a bid guarantee and detailed pricing, with evaluations focused solely on cost. The submission deadline is July 8, 2025, with a pre-proposal site visit scheduled prior. Contractors are required to maintain active registrations with SAM.gov and qualify under the relevant NAICS code for commercial and institutional building construction. In addition, all submissions must adhere to strict performance and completion specifications, with a 270-day timeline post-award to complete the renovations. This solicitation underscores the VA's commitment to enhancing healthcare infrastructure while ensuring equitable opportunities for veteran-owned businesses.
    The San Francisco VA Medical Center is soliciting a qualified General Contractor for Project 662-23-113, aimed at renovating the existing NIH Bio Safety Laboratory to a BSL-3 level. The project includes comprehensive refurbishment of the laboratory, necessitating the removal of existing fixtures and the installation of a new roof, walls, plumbing, electrical systems, and flooring, along with new cabinetry and furnishings, all compliant with NIH standards. Located on the 5th floor of Building 2, the construction will require careful management to mitigate impact on adjacent clinical areas, particularly concerning noise and utility outages. A construction management software, Submittal Exchange, will be utilized throughout the project, which has a performance duration of 270 days from the issuance of a Notice to Proceed. This timeline allows for scheduling, inspections, and mobilization. The contractor's project management plan must adhere to VAAR 852.232-71 standards to ensure timely payments and effective tracking of project progress. The RFP outlines the stringent requirements and logistical considerations imperative for a successful laboratory renovation that aligns with federal safety and operational standards.
    The document outlines standards, specifications, and guidelines for construction related to the NIH Biosafety Laboratory at the San Francisco VA Healthcare System. It includes references to various applicable federal, state, and local regulations, such as the Accessibility Standards and Building Codes from the International Code Council and National Fire Protection Association standards. It emphasizes the importance of infection control during construction, requiring the contractor to establish infection control plans and adhere to safety measures, including protective barriers and temporary fire systems. The document specifies procedures for ensuring safety while maintaining existing medical services and compliance with VA regulations. Furthermore, it details the construction requirements, including structural, mechanical, electrical, and plumbing systems, emphasizing the need for coordination with multiple engineering disciplines. The summary reflects the consistency and objectivity required in government RFPs, highlighting meticulous planning for safety, fire prevention, and operational integrity at the healthcare facility. This initiative showcases the VA's commitment to enhancing infrastructure while safeguarding health standards.
    The Veterans Affairs San Francisco Healthcare System (VASFHCS) requires a qualified General Contractor for Project No. 662-23-113, aimed at renovating the NIH Bio Safety Laboratory to BSL-3 standards. The project involves a comprehensive refurbishment of the existing lab space on the fifth floor of Building 2, including the removal and installation of structural elements such as roofs, walls, plumbing, and equipment. All renovations must comply with NIH standards while minimizing disruptions to ongoing clinical operations, emphasizing careful management of noise, vibration, and dust. The construction budget is estimated between $1,000,000 and $2,000,000, with performance and payment bonds required. The contract will be awarded based on the lowest price proposal, with an expected award date around August 7, 2025. The construction period is set for 270 days post-notice to proceed (NTP). A pre-proposal site visit will be conducted, with strict rules for inquiries being directed through formal Request for Information (RFI) submissions. This project underscores the VA’s commitment to enhancing laboratory facilities essential for biomedical research and health safety compliance.
    The document outlines the price breakdown for the renovation of the NIH Bio Safety Lab to a Class III level at the VA San Francisco Health Care System under RFP 36C26125R0041. It details various divisions involved in the renovation, categorized by specific areas such as general conditions, existing conditions, thermal and moisture protection, openings, finishes, specialties, equipment, fire suppression, plumbing, HVAC, electrical, communications, and electronic safety and security. Each division lists anticipated costs for materials and labor, ultimately contributing to a subtotal before adding overhead, profit, and other associated costs such as bonds and insurance. The final total offers clarity on the comprehensive financial scope required to ensure that the laboratory meets safety and operational standards. This document is part of the formal procurement process, reflecting the government's commitment to maintaining high facility standards for safety and compliance in federal healthcare environments.
    The document is a Request for Information (RFI) form intended for contractors seeking to address specific inquiries related to a government solicitation. Responses to these inquiries will be addressed through amendments, communicated via email or posted on SAM.gov. The form requires participants to submit pre-proposal questions solely through email to a designated VA official, providing a structured format for inquiries by identifying each question numerically. The document emphasizes the importance of submitting questions regarding evaluation factors and the statement of work. It largely facilitates communication between the VA and potential offerors, aiming for clarity and thoroughness in the proposal process. The RFI form ensures that inquiries are organized and allows the government entity to manage responses systematically, ultimately contributing to a transparent procurement process.
    The VA San Francisco Healthcare System is undertaking the construction of a NIH High-Level Bio Lab under project number 662-23-113. The final construction documents detail the general requirements for this project, aimed at ensuring safety, efficiency, and compliance to VA standards. The contractor will be engaged in a range of tasks, including demolition, installation, and modification of existing infrastructure while maintaining necessary medical operations. Key items of focus include general construction, fire suppression systems, plumbing, mechanical work, electrical systems, and telecommunications. Emphasis is placed on safety requirements, site protection, and coordination to minimize disruption during operations. The document outlines the processes for handling site conditions, ensuring security, and managing materials effectively. Proper notification and planning are required to prevent service interruptions, and all security protocols must be strictly followed. This undertaking reflects the VA's commitment to enhancing healthcare facilities while maintaining patient safety and operational integrity during construction.
    This document references General Decision Number CA20240018, effective April 26, 2024, which applies to a specific task order concerning the VISN 21 MACC IDIQ Contract (Group 2). The wage determination outlined in this decision has been formally incorporated into the mentioned contract, indicating that the prevailing wages specified are relevant for compliance in projects undertaken under this contract in the specific geographic area. The incorporation of wage determinations is a standard procedure in government contracts and ensures that workers are compensated according to federally mandated wage standards, promoting fair labor practices in federally funded projects. This summary captures the essence of the document, illustrating its focus on wage compliance as part of broader government contracting protocols.
    The file consists of fragmented notations and numerical identifiers, lacking coherent context or structured content. However, it appears related to aspects of federal requests for proposals (RFPs) and potentially presents data relevant to federal grants or state/local funding initiatives. The numerical values could denote schedules, budgetary figures, or quantitative metrics pertinent to governmental financial documentation. The incompleteness of the text suggests it may be an excerpt or a coded entry rather than a comprehensive narrative. Consequently, while the intentions and objectives behind the potential funding or proposals remain unclear, the document's format implies a connection to governmental operations requiring detailed analysis and proper contextual understanding for efficient communication of objectives and requirements. Further exploration and clarity are essential to fully grasp the implications of the data present in the file.
    The document is an analysis report from Schneider Laboratories Global, Inc. regarding asbestos fibers and other materials, utilizing Polarized Light Microscopy (PLM) analysis. It lists multiple sample IDs, locations, and relevant customer details, focusing on the quantity and type of asbestos fibers detected in various samples collected. A total of 51 layers were analyzed under the order, adhering to the EPA's regulatory limit of 1%. Some results indicate that sample weights fell below guideline thresholds, but results remain valid for the weights provided. The report also references the Federal Lead Paint Statute effective from April 1, 2024, suggesting regulatory compliance contexts for environmental safety assessments. Overall, the report serves as a vital resource for identifying hazardous materials in accordance with federal safety standards, highlighting the importance of such analyses in public health and environmental safety.
    The file addresses a Request for Information (RFI) related to Solicitation No. 36C26125R0041 concerning the renovation of the NIH Bio Safety Lab to Class III level at the VA Medical Center in San Francisco, CA. It includes responses from the Veterans Affairs (VA) to several inquiries about the project. Key points include the availability of hazardous material inspection reports and specifics regarding the autoclave and safety cabinets that will be used, as referenced in attached documents. Additionally, the VA affirms that there is a recognized concern about potential cross-connections in the water systems, but clarifies that tepid water is necessary for emergency eye wash and shower stations. This document illustrates the VA's thorough process in ensuring compliance and safety standards are met during the renovation project, highlighting the importance of addressing safety concerns and adhering to regulatory standards in the construction and renovation of facilities handling hazardous materials.
    This document serves as an amendment to a solicitation related to the Department of Veterans Affairs, specifically concerning the VA Sierra Pacific Network (VISN 21) and the Network Contracting Office (NCO) 21. The main purpose of the amendment is to provide an attendee list for a pre-solicitation site visit held on June 17, 2025, at the VA Medical Center in San Francisco, California. The list of attendees is attached as a separate document labeled "Site Visit Sign-in Form 06-17-2025." Aside from this update, all other terms and conditions of the initial solicitation remain unchanged and continue in full effect. The amendment emphasizes the importance of acknowledging receipt of such updates and provides instructions for doing so, ensuring prospective bidders stay informed of any changes while engaging in the procurement process.
    This government document serves as an amendment to an existing solicitation related to the Department of Veterans Affairs for the VA Sierra Pacific Network (VISN 21). The primary purpose of the amendment is to address submitted Requests for Information (RFIs) by providing additional documentation, including answers to questions posed by bidders, a Hazardous Materials Report, and design specifications for an autoclave and safety cabinets. All amendments ensure that the contract's essential terms and conditions remain unchanged and in effect. The amendment is signed by the Contracting Officer, indicating that the responses to RFIs and associated documents are critical for stakeholders involved in the bidding process. The document underscores the government's commitment to transparent communication and clarity within the procurement process, aimed at ensuring that all potential contractors have access to necessary information for compliance and proposal submission.
    Similar Opportunities
    Z1DA-- Renovate OR for Hybrid Installation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating rooms for a hybrid installation at the VA Northern California Healthcare System in Mather, California. This project involves the comprehensive renovation of approximately 12,500 square feet of existing operating room space, including the upgrade of four operating rooms and the addition of a fifth hybrid operating room, with a focus on adhering to current VHA Design Guides. The renovation is crucial for enhancing surgical capabilities and ensuring compliance with modern healthcare standards. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by January 29, 2026, following a mandatory site visit on December 11, 2025. For further inquiries, contractors can contact Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511. The estimated project value ranges between $10 million and $20 million.
    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 BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@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.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    36C26126R0007 Replace B530 Gymnasium Floor Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for the replacement of the gymnasium floor in Building 530 at the VA Palo Alto Healthcare System. The project requires comprehensive construction services, including the removal of existing flooring, mold remediation, and the installation of a new maple wood gymnasium flooring system, ensuring a safe and durable surface for athletic and community use. This procurement is particularly significant as it supports the VA's commitment to providing quality facilities for veterans and the community. The estimated project cost ranges from $500,000 to $1 million, with a performance period of 60 calendar days. Interested contractors must submit their proposals by December 22, 2025, and can direct inquiries to Contract Specialist Christopher Aguon at christopher.aguon@va.gov or (808) 433-0600.