Z2DA--693-23-3-594-0109 | 693-19-106 | Renovate 9th Floor Mental Health | NCO 4 Construction East (VA-23-00072585)
ID: 36C24424R0007Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

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

    The Department of Veterans Affairs (VA) seeks contractors for a large-scale renovation project at the Wilkes-Barre VA Medical Center in Pennsylvania. The primary objective is to convert the 9th floor into a mental health unit, requiring comprehensive construction, electrical, and mechanical services. The VA has emphasized the implementation of infection control measures and strict safety protocols throughout the project's execution.

    Scope of Work:

    The scope of work is extensive and encompasses various tasks. Key aspects include:

    • General Construction: Architectural modifications, demolition, and renovation of the 9th floor and an adjacent warehouse.
    • Electrical Work: Upgrades and installations, including lighting controls, breakers, and specifications for switchboards.
    • Mechanical Systems: Installation and enhancement of plumbing, heating, ventilation, and air conditioning (HVAC) systems, along with detailed calculations for cooling/heating loads.
    • Infection Control Risk Assessment (ICRA): Implementation of ICRA procedures to ensure patient safety during construction, including creating airtight seals and using specialized construction materials.
    • Door Hardware: Supply and installation of a comprehensive range of commercial door hardware to ensure security and accessibility.
    • Office and Healthcare Supplies: Procuring office furniture, modifying data jack installations, and providing mechanical services for specified areas.
    • Asbestos Abatement: Safe removal and containment of asbestos-containing materials, following strict guidelines for disposal.
    • Self-Performed Work: Contractors must detail their approach to self-performing construction tasks, aiming for a minimum of 15% self-performance.
    Eligibility Criteria:

    Eligible applicants should be experienced in the above-mentioned areas of construction, electrical, and mechanical work. The procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, restricting eligibility to those who meet the SDVOSB qualifications.

    Funding and Contract Details:

    The estimated contract value ranges from $10 million to $20 million, with individual project estimates also provided. The contract type is predominantly firm-fixed-price, although some requirements may vary. Key dates include multiple submission deadlines, with the final extended deadline on July 29, 2024.

    Submission Process:

    The submission process involves multiple exhibits and requirements, including:

    • Exhibit B: Subcontractor Information Consent, focusing on gathering past performance details for subcontractors and teaming partners.
    • Exhibit C: Performance Relevancy Information, where offerors provide details on relevant projects they've worked on, explaining their significance and providing contract specifics.
    • Calculation of Self-Performed Work: Offerors submit a breakdown of their proposed self-performed work, including owned or rented equipment and employee labor.
    • Acknowledge receipt of amendments and follow specified instructions, as outlined in several amendment files.
    • Detailed technical narratives addressing capability, organization, scheduling, and quality control.
    • Submission of pricing schedules and cost estimates for specified construction scope.
    Evaluation Criteria:

    The evaluation of bids will consider technical capability and past performance as top priorities, with equal weighting. Factors such as price, experience, adherence to guidelines, and project timelines will also be assessed.

    For some procurements, emphasis is placed on the offered price and the technical merit of the proposal, while for others, adherence to infection control protocols and self-performance capabilities are key evaluation criteria.

    Contact Information:

    For clarification or further information, prospective applicants can contact:

    Erin M Carey, Contract Specialist

    erin.carey@va.gov

    Place of performance: Wilkes Barre, PA

    Point(s) of Contact
    Erin M CareyContract Specialist
    erin.carey@va.gov
    Files
    Title
    Posted
    The government RFP seeks contractors for various construction and installation projects. The main procurement objectives encompass an extensive range of goods and services. These include asbestos abatement, cast-in-place concrete work, unit masonry, structural steel framing, and metalwork such as decking, fabrications, and stairs. Additionally, the project requires wood-based solutions like rough carpentry and manufactured wood casework. The RFP outlines a need for thermal and moisture protection, including insulation, roofing, and flashing, along with door and window systems, and interior finishes such as gypsum board, tiling, and acoustic ceilings. Specialists in plumbing, heating, ventilation, and air conditioning (HVAC) are required, involving tasks like piping, ductwork, and air-handling units. The electrical scope encompasses installation, lighting controls, and transformers, while communications and security systems, including wiring, public address systems, and video surveillance, are also sought. Contractors experienced in fire suppression and plumbing systems, encompassing water distribution and sanitary piping, are equally important. The RFP provides a comprehensive project schedule, with bid deadlines mentioned and an emphasis on timely delivery. The evaluation of proposals will consider factors like price, quality, and past performance, with specific technical requirements detailed in each section of the RFP.
    The government seeks contractors for a construction project involving the renovation of a mental health facility on the ninth floor of a building located at 1111 East End Blvd, Wilkes-Barre, PA. The primary objective is to create an ICRA-compliant environment, emphasizing the installation of a 2x4 wall, drywall on both sides, and specific door installations with strict sealing requirements. The plan also entails plastic coverings for exit and elevator doors and the setup of a HEPA negative air unit vented out a window. This project is part of a larger renovation aiming to improve mental health facilities. Contractors will need to demonstrate experience in creating ICRA-compliant spaces, with a focus on containing construction dust and ensuring patient safety. The submission deadline is 4/21/2023, and the project timeline indicates that drawings and plans are at the 100% construction phase.
    The procurement objective relates to infection control and risk mitigation during construction and renovation projects at the Wilkes-Barre VA Medical Center. The focus is on implementing stringent precautions to minimize the risk of infections, particularly in areas designated as having a high patient risk. The main goods and services being procured include specialized construction materials and equipment, such as HEPA filters, air-handling units, and fire-rated materials, to create controlled environments. Contractors are expected to provide these infection control precautions, including the use of sealed carts for debris removal, air pressure regulation, and HEPA filtration systems. The scope of work involves various tasks. Contractors must coordinate infection control measures with the medical center's staff, implement ICRA procedures, and ensure the containment of construction areas. Additionally, they are responsible for the installation of infection control equipment and the daily maintenance of controlled environments. Key dates and the evaluation process are also outlined. Contractors must submit their proposals by a specified deadline, and the evaluation of bids will prioritize those that offer the best infection control measures and demonstrate a thorough understanding of the ICRA procedures. The contract, likely firm-fixed-price, is estimated at around $1 million.
    The Department of Veterans Affairs seeks contractors for the 9th Floor Mental Health Project, emphasizing Infection Control Risk Assessment (ICRA) measures. The primary objective is to implement ICRA barriers, including wall constructions, doors with tight seals, and plastic coverings on stairwells and elevator doors. HEPA negative air units and continuous air monitoring are also required to maintain a safe working environment. The scope entails drawing up detailed ICRA plans for various locations and ensuring that all work areas are properly contained, with strict attention to cleanliness and patient safety. The VA maintains the right to amend the plans for these measures. This file emphasizes the specific requirements for ICRA, indicating the department's focus on infectious control protocols during the project's execution. The VA reserves the authority to make any changes necessary for the well-being of patients.
    The procurement objective of this government RFP is to obtain comprehensive infection control risk assessment (ICRA) services for construction, renovation, and maintenance projects within healthcare facilities. The ICRA must adhere to the specified categories and risk assessment tables outlined in the RFP, which categorize construction activities and patient risk levels. This procurement seeks to mitigate infection risks and determine the necessary precautions for various healthcare facility projects. The RFP contains detailed specifications for assessing infection control precautions, including tables that categorize construction activities and affected areas, patient risk levels, and the corresponding levels of infection prevention measures. These measures range from controlling dust to constructing critical barriers and maintaining negative pressurization. The required measures increase with the level of patient risk and the complexity of the construction activity. Successful vendors will be responsible for conducting thorough ICRA assessments and implementing appropriate infection control protocols. This includes identifying the applicable construction activity category, assessing affected areas and patient risk, and determining the required level of infection prevention measures. The assessments must be performed using the provided tables, and the chosen vendor will need to ensure that all control measures are enforced throughout the project's duration. Furthermore, the vendor will be tasked with providing daily cleaning services within the work areas, maintaining HVAC and water systems, and conducting final inspections upon project completion. The focus on infection control measures highlights the importance of a clean and safe healthcare environment, indicating a comprehensive scope of work for the chosen contractor. Although the RFP does not explicitly mention the contract type or value, it does indicate that these infection control services are sought on a project-by-project basis, with each project requiring a unique permit and likely separate contracts. Interested vendors must carefully review the detailed requirements and submit their proposals, including their approach to the ICRA assessments, adherence to the specified categories, and experience in infection control measures, by the unspecified submission deadline.
    The procurement objective of this government RFP is to renovate the 9th floor of the VA Medical Center, focusing on the mental health unit. The scope involves revising the electrical system, installing "Z" lockers, and general office upgrades, including spaces labeled L1-101 to L1-109. The project aims to create efficient office and storage spaces, with specific attention to securing copy machines and improving toilet facilities. The RFP likely includes detailed architectural and engineering specifications, outlining the exacting requirements for the electrical work, dimensions of the lockers, and finishings for the office spaces. Contractors will have until 11th August to submit their proposals, which will be evaluated based on their expertise, qualifications, and ability to meet the detailed technical requirements. The firm-fixed-price contract is estimated at $4.2 million and work is expected to commence on 5th September, with a projected completion date of 2nd November.
    The procurement objectives outlined in this file are focused on acquiring various office and healthcare-related goods and services. Specifically, the government seeks to purchase items such as office furniture, including lockable storage solutions and data infrastructure. The scope includes renovating the ninth-floor mental health facility and modifying data jack installations on a specific floor. There's also a mention of mechanical services required for a space labeled L1-112. The file provides little detail on specific quantities or contract values but emphasizes the urgency of completing the project by a deadline, indicating a time-sensitive procurement process.
    The procurement objective of this government project seeks renovation and construction services for a mental health facility on the 9th floor of a building located at 1111 East End Blvd in Wilkes-Barre, Pennsylvania. The project, named "Warehouse Renovation - 9th Floor Mental Health," requires architectural and engineering expertise to redesign and refurbish the space. Multiple drawings and plans outline the scope, including floor plans, elevations, sections, and finish plans. The renovation aims to create new office spaces, conference rooms, toilets, and storage areas. Specific requirements include window and glazing specifications, as well as the installation of mechanical, electrical, and plumbing systems. The project also entails constructing partitions, walls, and millwork, following detailed measurements and dimensions provided in the drawings. Contractors will be responsible for executing the design renovations, including all necessary construction work, material procurement, and adherence to safety and accessibility guidelines. The contract is valued at an estimated $19.25 million and is expected to be awarded based on a competitive bid process. Key dates include the issue date of April 18, 2023, and an addendum release on June 28, 2024, with the project's completion aimed for in phases from June to August 2024. Evaluation of bids will prioritize factors such as price, technical merit, and past performance.
    The Wilkes-Barre VA Medical Center seeks to renovate its 9th floor mental health facility, requiring detailed construction documents. The focus is on installing and configuring various valves for plumbing systems, including shut-off, balancing, thermostatic, check, and globe valves. These valves are specified down to the material composition and pressure ratings, with specific standards and regulations to adhere to. The valves are primarily for cold, hot, and recirculating water systems, ranging from 2 to 5 inches in size. Contractors will also install backflow preventers and chain wheels, ensuring accessibility and proper positioning. The project mandates compliance with sustainable construction practices and prohibits asbestos packing. Installation, testing, and maintenance procedures are outlined, along with submission requirements for manufacturers' literature. The center aims to achieve a balanced and sustainable plumbing system while prioritizing worker and patient safety. Contractors are expected to demonstrate and teach maintenance staff how to operate the new systems, with a 10-day notice period for scheduling.
    The Wilkes-Barre VA Medical Center plans to renovate its 9th floor mental health ward, requiring detailed specifications and installation guidelines for the facility's water distribution system. The objective is to ensure a robust and safe water supply by specifying materials, from copper tubing to chrome-plated brass piping, along with corresponding fittings, valves, and accessories. The focus is on interior above-ground piping, with specific sections dedicated to exposed piping, trap primer water systems, and strainers. To safeguard against plumbing emergencies, water hammer arresters are mandated at critical points. The installation process emphasizes careful planning and compliance with plumbing codes, including firestopping and sealing measures. Once installed, the system will undergo rigorous testing, sterilization, and a demonstration for VA personnel, ensuring it is fit for purpose prior to final acceptance.
    The government seeks to procure custom-fabricated solid polymer surfaces for various applications, primarily in commercial spaces. These include shower pans, surrounds, countertops, and shelves, with a focus on high-quality materials and precise fabrication and installation. The goal is to achieve a monolithic appearance with inconspicuous joints. Manufacturers must provide detailed shop drawings, product data, and samples for approval. The specified materials must meet strict emissions standards and include accessories like adhesives, sealants, and mounting hardware, all approved by the manufacturer. Fabrication details are outlined, emphasizing precision and quality control. Installation requires close coordination with other trades, and contractors must adhere to strict timelines and quality assurance protocols. Key dates and project timelines are to be determined, with evaluation based on price, technical merit, and manufacturer qualifications.
    The Department of Veterans Affairs seeks renovation services for the 9th Floor Mental Health Unit of the Wilkes-Barre VA Medical Facility. This project, valued between $10 million and $20 million, involves extensive interior modifications and is designated as a set-aside for Service-Disabled Veteran-Owned Small Businesses. Offerors must demonstrate relevant experience and provide detailed technical narratives addressing their capability, organization, scheduling methodology, and quality control measures. The evaluation process prioritizes technical capability and past performance equally, with price being a secondary consideration. The selected vendor will be responsible for comprehensive renovations, including demolition, structural modifications, and the installation of new plumbing, electrical, and IT systems, adhering to strict VA guidelines and safety regulations. The RFP specifies stringent requirements for contractor responsibility, safety records, and scheduling, with a site visit scheduled for May 14, 2024. Submissions are due by 16:00 EDT on May 28, 2024, and the government seeks to award a firm-fixed-price contract. Key dates, submission deadlines, and project timelines are outlined, and offerors must meet extensive technical and administrative requirements to be considered for this significant renovation project.
    The Department of Veterans Affairs issues an amendment to extend the submission deadline for offers related to solicitation number 36C24424R0007. The original due date was April 25, 2024, but it has now been pushed to June 12, 2024, at 4:00 PM local time. This extension provides bidders with additional time to submit their proposals. A separate amendment will be released to address outstanding requests for information. Offerors are required to acknowledge receipt of this amendment, emphasizing the importance of meeting the extended deadline for submissions. The core contents of the initial solicitation remain unchanged.
    The Department of Veterans Affairs issues an amendment to a solicitation for renovation work on the 9th floor mental health unit of the Wilkes-Barre VA Medical Center. The primary objective is to extend the proposal due date for this project, pushing it back to July 10, 2024, while also providing additional drawings, site information, and crane location plans. This amendment is one of several, with previous amendments extending the response deadline and organizing a site visit. The VA seeks contractors to submit offers acknowledging these changes and providing solutions for the specified construction and renovation tasks, with a focus on plumbing and water distribution. Eligible bidders must submit their offers by the new deadline for consideration.
    The Department of Veterans Affairs issues an amendment to a solicitation for renovation work on the 9th Floor Mental Health Unit Project. The primary objective is to extend the proposal due date while providing a comprehensive compilation of responses to previously raised requests for information (RFI). The amendment compiles and attaches various addenda, drawings, and documents for offerors' reference. Critical dates include the extended submission deadline, now set for July 29, 2024 at 4:00 PM local time. Offerors are required to acknowledge receipt of this amendment, and any changes to previously submitted offers must be made prior to this deadline. The solicitation, even after this amendment, remains unaltered.
    The Department of Veterans Affairs issues an amendment to a solicitation for renovation work on a mental health unit project. The focus of this amendment is to extend the deadline for receiving offers or bids, currently set to July 29, 2024, and provide additional project information, including RFI responses and a pricing sheet. Bidders are required to acknowledge receipt of this amendment and follow the specified instructions to ensure their offers are not rejected. The original solicitation was posted on April 25, 2024, and further amendments have provided additional details and extended response deadlines. This amendment continues the process, allowing potential contractors more time to prepare and submit their offers.
    The Department of Veterans Affairs issues an amended solicitation for renovation work on a 9th floor mental health unit, seeking construction services with an estimated value between $10 and $20 million. The focus is on modifying the existing contract, emphasizing RFI responses and extending the submission deadline. Offerors must acknowledge the amendment and follow specified procedures for submission. The small business size standard for this procurement is set at $45 million, and the solicitation's initial post date was April 25, 2024, with multiple amendments extending the response deadline and providing additional project details and RFI responses. The latest amendment, posted on July 24, 2024, mandates electronic submission of proposals to erin.carey@va.gov.
    The Department of Veterans Affairs issues an amendment to a solicitation for renovation work on a mental health unit project. This amendment clarifies that the focus is on "treatment" rather than "transport" in the pricing details, and it extends the submission deadline to July 29, 2024. Offerors must acknowledge the receipt of this amendment and follow the specified methods of communication. The main procurement objective involves renovating the 9th floor of a medical facility, with the emphasis on creating a mental health unit. The scope likely involves construction and related services. The initial solicitation outlined a firm effective date of April 25, 2024, and the amendments primarily extend deadlines and provide additional project information.
    The procurement objective of this RFP revolves around acquiring a comprehensive range of commercial door hardware for various door types, including swinging, sliding, and flush wood doors. The focus is on ensuring security, accessibility, and compliance with fire and building codes. An extensive list of hardware, including hinges, electric strikes, exit devices, and door closers, is specified with exacting standards for quality and performance. For instance, ANSI/BHMA certification is a key requirement. The hinges, ranging from standard to heavy weight, must endure high cycle testing. Electric strikes need to meet Grade 1 standards and comply with fire codes, while exit devices must adhere to panic hardware and fire exit regulations. Door closers are required to have adjustable forces and speeds, with priority given to accessibility. The scope of work involves supplying and installing these hardware components according to precise manufacturer guidelines and project requirements. This includes retrofitting existing doors, coordinating with other trades, and ensuring compliance with fire, smoke, and sound ratings. The RFP also outlines a robust quality assurance process, emphasizing the experience and qualifications of manufacturers, suppliers, and installers. They must attend coordination meetings and provide detailed submittals, including shop drawings, keying schedules, and operating manuals. Key dates and evaluation criteria are outlined, indicating a stringent schedule for submissions and decisions. The evaluation process prioritizes product quality, manufacturer and installer qualifications, and price, with an emphasis on ensuring a successful door hardware installation. Overall, this RFP seeks to procure a wide array of specialized door hardware, demanding high standards of quality, functionality, and aesthetics, while also incorporating sophisticated access control and security measures.
    The government seeks a pre-engineered, site-assembled aluminum canopy system for a public building. The main procurement objective is a cantilevered metal sunshade system, including framing, enclosures, and hardware. These sunshades must adhere to specific design requirements, such as managing applicable loads and providing up to a 5-foot cantilever or 10-foot hanger rod bracing. Applicants will need to provide detailed submittals, including product data sheets, shop drawings, and calculations sealed by a registered engineer. The focus on quality assurance outlines manufacturer and installer qualifications, with strict requirements for design, supervision, and welding. In addition, clear anodized or baked enamel finishes are required for the aluminum extrusions, with a custom fluoropolymer finish option. Installation and post-installation cleaning and protection are detailed in the execution section. The contract is expected to be firm-fixed-price, with an estimated value of $500,000 to $700,000. Proposals will be evaluated based on price and technical merit, with equal weight given to both. Critical dates include a submission deadline of February 14th and an expected project timeline of 14 months.
    The government seeks advanced vibration isolation solutions for sensitive equipment in various facilities. The primary objective is to mitigate excessive vibration and noise transmission from mechanical equipment, such as refrigeration machines, compressors, pumps, and rooftop air-conditioning units, to the surrounding structures. This RFP outlines detailed requirements and recommendations for selecting effective vibration isolators, focusing on minimizing disruptive vibrations while ensuring safety and structural integrity. The required isolators vary based on equipment type and location, with options including rubber pads, molded fiberglass pads, steel springs, and air springs. For instance, large centrifugal refrigeration machines and compressors may require special attention due to high noise levels, mandating consultation with acoustical experts. Concrete inertia bases are preferred for certain equipment, such as pumps, to prevent excessive movement. Meanwhile, rooftop units present unique challenges due to their placement on lightweight structures, requiring careful consideration of wind load conditions and roof stiffness. Contractors will need to provide a comprehensive approach, incorporating isolators, base designs, and supplemental support solutions, ensuring compliance with stringent technical specifications. The government will evaluate proposals based on their ability to meet these specifications, with successful contractors delivering innovative yet proven vibration isolation systems. Deadlines for submission are expected to be within the next two months.
    The government seeks responses to a Request for Information (RFI) regarding a comprehensive renovation project for a hospital. The main objectives are demolition, abatement, and architectural modifications. This includes selective demolition, defined by hatch symbols on the plans, with clarification on the scope to avoid overestimation. Plans for food service equipment and fireproofing applications are also requested. Various questions pertain to clarification of plans and specifications for architectural elements like walls, tiles, ceilings, and doors, ensuring consistency in the drawings and specifications. Mechanical, electrical, and plumbing fixtures, along with their locations, are queried, as are the responsibilities for their installation. The RFI also seeks confirmation on flooring types, moisture remediation requirements, and clarity on window types, glazing, and blinds. Responsibilities for providing and installing equipment, such as refrigerators and fire extinguishers, are also sought. Additionally, the document seeks to confirm details for finishes, countertops, furniture, and equipment in various rooms. Elevators, existing toilet facilities, and utility costs are among the operational aspects clarified. The response also addresses questions related to existing conditions, such as Asbestos Containing Materials and transite panel removal. Contractors are expected to verify certain conditions on-site, like elevations and existing utilities. Responses to these queries are essential for accurate costing and planning. No specific procurement details are provided in this RFI; it primarily seeks clarification and confirmation of project plans and specifications.
    The procurement objectives outlined in this file pertain to construction and renovation services required for a mental health facility on the ninth floor of a building located at 1111 East End Blvd. The primary focus is on demolition work, specified in detailed plans and drawings. The scope involves removing floor finishes and ceilings in designated areas, as depicted in the provided demolition plans. This is described in a legend and plan containing precise measurements and demolition guidelines. The work also includes the installation of an ICRA wall, a specific door setup with a closer, lock, and mat, along with exit doors modified for construction. Additionally, the contractor will set up negative air monitoring outside the doors. Key dates mentioned include a submission deadline of 04/18/2023, indicating the anticipated timeline for receiving proposals. The contract, valued at an estimated $693,191.00, appears to be a firm-fixed-price arrangement. Evaluating criteria were not explicitly mentioned.
    The government seeks bids for a construction project involving asbestos removal and renovation. The objective is to create an airtight isolated workspace. The primary focus is on constructing a sealed 2×4 wall from floor to ceiling, featuring a specific door setup and an electronic negative air monitor outside. This involves the removal and safe containment of asbestos-containing materials (ACM), including transite panels and pipe insulation. The 100% Construction Documents are provided for clarity, detailing the scope of work. Key dates and submission deadlines are present, indicating an efficient process. The evaluation of proposals will likely prioritize experience and expertise in handling asbestos and creating airtight seals. This RFP outlines a clear procurement objective for the safe containment and removal of ACM, with detailed specifications and a concise scope of work.
    The government agency seeks detailed information about electrical specifications and lighting control systems. Specifically, they require clarification on breaker specifications for switchboards and panels, requesting make and type details. Changes to light fixture types and scheduling are also requested. The agency seeks confirmation of drawing references and existing electrical infrastructure, aiming to align drawings and specifications accurately. This includes determining the correctness of references, identifying actual feeders, and clarifying the status of transformers, breakers, and panels as existing or new. The focus is on ensuring accurate billing and the reuse of existing infrastructure where possible. Key dates and contract details are missing, and must be added at a later time.
    The primary focus of this government procurement is the renovation and construction of a mental health unit spanning the 9th floor and an adjacent warehouse. The objective is to engage a contractor to manage general construction, including the removal of existing structures, alongside electrical and mechanical construction work. The scope entails transforming the 9th floor, possibly excluding a sunroom area, and updating patient rooms and transport areas. The electrical and mechanical construction aspects involve labor, materials, and equipment provision. The pricing schedule outlines a base price for the entire project, with alternatives to deduct the costs of excluding certain work, such as the sunroom renovation and window replacements. Bidders are required to submit their price proposals based on the specified clin bid items and alternatives, with the potential for further deductions. Key dates and evaluation criteria are not explicitly mentioned in the provided text, but the presence of a submission deadline is likely. This procurement appears to be a comprehensive endeavor aimed at transforming the mental health unit through a range of construction and electrical services.
    The primary objective of this government procurement is to solicit pricing for the construction and renovation of a mental health unit across two floors of a building, referred to as Project 693-19-106. The focus is on general construction, electrical work, and mechanical work. The pricing sheet outlines various bid items, with the option to provide pricing for alternate configurations, including one that removes the construction of a sunroom and another that deducts the installation of replacement windows. The aim is to receive competitive pricing for these construction services, with the potential for multiple clin bids. Although contract details and timelines are mentioned, the primary emphasis is on gathering accurate cost estimates for the specified construction scope.
    The Department of Veterans Affairs seeks bids for two different-sized air handler units (AHUs) for the Wilkes-Barre VA Medical Center. These AHUs are designed for indoor use and feature double-wall foam construction with high thermal resistance. They provide a steady airflow of either 6,000 or 12,150 CFM and include various customizable sections for heating, cooling, humidification, and filtration. The VA requires the units to be delivered fully assembled, with strict adherence to ASHRAE standards for quality and safety. Manufacturers must also provide detailed lifting and installation instructions. Key AHU features include MERV 11 primary filters with MERV 8 prefilters and double-wall access doors for maintenance. The smaller unit (AHU-12) has a supply fan airflow of 6,000 CFM, while the larger (AHU-13) offers 12,150 CFM. Both units aim to enhance air quality and energy efficiency in the medical center. Bidders are expected to strictly follow the specified dimensions and features while detailing any necessary deviations in their proposals. The procurement process seems to be in an advanced stage, with numerous technical specifications provided. Contractors interested in this project are advised to carefully review these detailed requirements.
    The procurement objective of this project is to renovate a mental health facility's 9th floor and a warehouse. The main focus is on architectural modifications. This includes constructing new offices, patient rooms, and support areas on the 9th floor, and remodeling the warehouse into office space for relocation of existing operations. The files contain detailed departmental plans for the 9th floor, specifying room types, areas, and their respective functionalities, along with accessibility standards and general information. The warehouse's departmental plan outlines areas for administration, building services, and storage. Phasing plans demonstrate the sequential construction approach to minimize disruption to the operating ward. Contractors will need to demonstrate ability to execute the project in phases while adhering to strict accessibility guidelines, with clearances and dimensions specified for accessible features. The work involves demolition, remodeling, and construction, including structural modifications, finishes, and installations of fixtures and equipment. Key dates are not explicitly mentioned, but the files indicate a project timeline with phase 1 commencing on or before April 18, 2023. The evaluation criteria for proposals are not directly stated, but it's reasonable to assume compliance with architectural requirements, accessibility standards, and phase planning will be crucial.
    The procurement objective of this RFP revolves around renovation and demolition services required for the 9th floor of a mental health facility located at 1111 East End Blvd. The primary focus is on removing specific elements, including doors, windows, and partitions, as detailed in the demolition plans. Several drawings and plans outline the specific areas and extent of demolition required. For instance, the 9th Floor Demolition Plan mandates the removal of exterior doors and frames, as well as the demolition of partitions for new door and frame installations. The plans also specify the removal of all glazing and window frames, with additional notes on coordinating with mechanical systems during the process. Contractors will need to adhere to detailed technical specifications, including exact measurements and dimensions provided in the plans. For instance, a drawing titled "01-A9" specifies the removal of a 6' - 0" wide x 7'-0" tall opening, while another, labeled "01-A10," details the demolition of a patient room, involving the removal of glazing, existing masonry walls, and asbestos panels. The scope of work involves comprehensive demolition, with an emphasis on careful coordination with other trades. Successful contractors will be responsible for ensuring the precise removal of specified elements while adhering to the provided plans and drawings. This work is likely to be phased and coordinated with the overall renovation project. Although the contract details are not explicitly mentioned, the RFP likely seeks a fixed-price contract for these demolition services, with the estimated value dependent on the scope and complexity of the work. Key dates mentioned in the documents include the issue date of April 18, 2023, and an ambiguous submission deadline mentioned as "100% Construction Documents." It's essential to clarify this timeline for prospective contractors. The evaluation criteria for selecting the successful proposal are not explicitly stated in the provided files. However, it's reasonable to assume that the criteria would prioritize factors such as demonstrated experience in similar demolition projects, competitive pricing, and adherence to the specified timelines.
    The government agency seeks to renovate the 9th floor of a mental health facility located at 1111 East End Blvd, Wilkes-Barre, PA. The primary objective is to enhance the floor's exterior and interior spaces. This involves installing new laminated glazing and spandrel panels in existing window frames, matching existing layouts, and incorporating integral blinds. Additionally, the project entails constructing new polycarbonate glazing within the existing window frames and installing sun shades finished to match the mullions. For the interior, the focus is on renovating corridors, restrooms, and specific rooms. This includes aligning new walls with adjacent existing walls, installing partitions, and incorporating specific finishings and fixtures. The plans also encompass renovations to the building's sections and enlarged floor plans, including millwork sections. The agency requires detailed drawings and specifications for these renovations, covering aspects such as dimensions, materials, and design features. Key dates include the issue date of 04/18/2023 and an unspecified submission deadline. It's unclear what contract type or value is preferred, but the agency appears to seek detailed proposals from vendors for a comprehensive renovation of the 9th floor, focusing on procurement of construction and installation services. Evaluation criteria were not explicitly mentioned but likely involve the quality and feasibility of the proposed renovations.
    The procurement objective of this project is to renovate the 9th floor of the Wilkes-Barre VA Medical Center for mental health purposes. The scope involves extensive plumbing work, including demolition and the installation of new systems. This is outlined in detail across multiple drawings and schedules, encompassing various plumbing fixtures, equipment, and systems. The required plumbing services are detailed with precise technical specifications, while also noting the need for seismic bracing for nonstructural components. Key dates are mentioned, indicating that the drawings were issued on April 18, 2023, and revisions should be completed by April 20, 2023. The contract details are not explicitly stated but seem to imply a comprehensive project with an estimated value in the millions, given the extensive renovation work required. Evaluation criteria were not explicitly mentioned.
    The Department of Veterans Affairs seeks to renovate the 9th floor of the Wilkes-Barre VA Medical Center, focusing on mechanical and plumbing systems. The objective is to enhance mental health facilities. The project entails upgrading air handling units, ductwork, and plumbing fixtures. Numerous rooms require specific cooling and heating loads, including offices, counseling rooms, toilets, and laundry areas. The scope involves installing new systems while adhering to VA guidelines. Contractors will need to provide detailed calculations for cooling/heating loads, airflows, and duct pressures. Two key dates are noted: a site visit scheduled for February 14, 2023, and a submission deadline on March 2, 2023. Contractors must submit pricing schedules, and their proposals will be evaluated based on price and compliance with requirements, with significant weight given to technical merit. The estimated contract value is not provided.
    The focus of this procurement is on engaging a general contractor for construction services, with a specific emphasis on self-performance capabilities. Offerors are required to submit a breakdown of their proposed self-performed work, aiming for a minimum of 15% of the total contract value. This self-performed work must include the use of owned or rented equipment and labor by the contractor's employees. The exhibit's calculations aim to help evaluate the offerors' capabilities and their plans for meeting the self-performance requirement. Potential general contractors should detail their approach to construction, providing an itemized list of costs while also explaining their ability to mobilize resources and manage specialty trades. This information will be crucial in the evaluation process, with additional consideration given to those offering substantial self-performance capabilities.
    The focus of this procurement is on gathering robust past performance information about subcontractors and teaming partners. The objective is to ensure a thorough evaluation of their suitability and reliability. This information is crucial in the selection process, weighing heavily in the government's assessment of "best value." Subcontractors and teaming partners are required to provide detailed past performance references, including owners or prime contractors they have worked with. References should highlight the effectiveness of value engineering proposals, professional awards, and unique skills. Additionally, an emphasis is placed on understanding potential problems and the corrective actions taken. This information is intended to help the government assess the likelihood of successful project execution and timely delivery. The consent forms are essential to obtaining this past performance data, as they allow the government to disclose relevant details to the prime contractor during the selection process. This procedure is designed to streamline the confidence assessment process, enabling a more comprehensive evaluation of the offerors. Key dates include the submission deadline for Exhibit B forms, which seems to be associated with a broader proposal submission deadline. Offerors should also be aware of the solicitation release date, which marks the beginning of the 5-year information window for past performance references.
    The government agency seeks past performance information from offerors. This exhibit requires offerors to provide details on up to three relevant projects/contracts as either a prime or subcontractor. The focus is on providing a concise description of the effort, contract specifics, and completion dates. Offerors must explain why the work is relevant to the solicited project and elaborate on the specific elements of their work. Additionally, they must list subcontractors and provide contact information for the government agency's contracting officer. This information is crucial for evaluating the offeror's ability and suitability to execute the proposed work. The agency aims to efficiently assess the past performance and competency of potential vendors through this comprehensive, structured format. Key dates and other administrative details are missing, but the solicitation likely includes a timeline for submission of this past performance information.
    The Department of Veterans Affairs seeks to expand its Wilkes-Barre Medical Center's mental health clinic. The procurement focuses on acquiring specific brand-name materials and systems for construction, emphasizing standardization and compatibility with existing infrastructure. This includes the Johnson Controls Metasys Building Automation and HVAC Control System, Johnson Controls fire alarm systems, Yale GG keyway door hardware, Johnson Controls access control systems, Avigilon video surveillance, and the Jeron 790 Nurse Call system. With estimated brand-name requirements valued at $194,688, the project falls within the VAAR Construction magnitude of $10–20 million. The agency aims to ensure efficiency, patient safety, and seamless integration of these specialized systems into the medical center's operations. The procurement will be competed as a Service-Disabled Veteran-Owned Small Business Set-Aside, with critical dates and evaluation criteria to be determined.
    The government seeks to procure construction services for building projects in Luzerne County, Pennsylvania, with a focus on ensuring compliance with wage regulations. The objective is to engage specialized contractors for various tasks while adhering to prevailing wage rates. The RFP outlines specific union rates or survey-derived average rates for numerous construction classifications, including asbestos workers, electricians, carpenters, and plumbers, often accompanied by fringe benefits. These rates vary based on the type of work and effective dates of collective bargaining agreements. The scope encompasses a wide range of construction tasks, from masonry and carpentry to electrical and plumbing work, with corresponding wage determinations. Contractors must adhere to labor regulations, including Executive Orders on minimum wage requirements and paid sick leave. Key dates include wage determination effective dates, and the solicitation issuance date. Evaluation of proposals will likely consider compliance with specified wage rates and the ability to perform the work. This RFP provides an extensive list of required construction services, with the main emphasis being on enforcing labor regulations and paying prevailing wages.
    The government agency seeks information on subcontractors specializing in general contracting, electrical, and mechanical work for an upcoming construction project. Emphasis is on the team's past performance and experience in these areas. The RFP specifies a 25-page limit for technical capability submissions, confirming the numerical reference to Proposal Submission Volumes 1 and 2. Various clarification requests are made regarding site access, phasing plans, and responsibilities of the contractor, indicating a need for better understanding the project's complexities. The agency confirms the availability of staging areas and specifies contractor responsibilities for moisture testing and floor isolation. Response deadlines are critical, with the agency not planning a second site visit, emphasizing the need for concise and prompt clarification on these points.
    The Department of Veterans Affairs issued a policy aimed at enhancing safety and health practices during construction activities at the Wilkes-Barre Medical Center. The primary objective is to establish a comprehensive construction safety program to mitigate hazards and ensure compliance with regulatory standards. This policy outlines procedures for various stakeholders, including VA staff, contractors, and subcontractors, with the aim of protecting patients, visitors, and employees. The policy focuses on assigning responsibilities, ensuring expertise, and implementing strategies to manage safety and health risks associated with construction. It mandates the formation of a multidisciplinary Construction Safety Committee to oversee compliance and respond to safety-related issues. The committee's duties include conducting inspections, overseeing environmental regulations, and investigating violations. To address infection control, the policy requires Infection Control Risk Assessments (ICRAs) during the planning stages and regular monitoring throughout construction. Additionally, it emphasizes the implementation of Interim Life Safety Measures (ILSMs) to manage temporary life safety deficiencies arising from construction activities. The policy also outlines training requirements for different categories of workers, with a focus on OSHA-approved courses. It includes a detailed checklist for inspecting job sites, assessing personal protective equipment, tools, and environmental factors. The attachment also provides an infection prevention construction permit process, classifying construction activities into types and establishing corresponding precautions. Key dates are outlined for the implementation of this policy, and relevant government agencies and stakeholders are identified for distribution. The policy's central aim is to ensure the safety and well-being of all individuals involved or impacted by construction projects at the medical center, emphasizing proactive hazard management and regulatory compliance.
    The Department of Veterans Affairs (VA) has issued a directive to ensure the safety and health of all individuals involved in or impacted by construction projects within VA medical facilities. This comprehensive policy aims to reduce risks and enhance oversight during construction activities. The main objective is to establish a robust safety framework, detailing responsibilities at various organizational levels and mandating periodic inspections and risk assessments. VA seeks to protect patients, staff, and the public from construction-related hazards and disruptions while also ensuring compliance with occupational health and safety regulations. This directive mandates specific training programs for construction-related roles and emphasizes the use of pre-construction risk assessments (PCRA) and infection control risk assessments (ICRA) to identify and mitigate potential hazards. It also outlines record-keeping practices and provides a robust framework for managing construction safety, incorporating FAR and VAAR clauses into contracts where applicable. The policy is set to be implemented three months after its publication date, with an estimated recertification date of June 2028.
    The Department of Veterans Affairs seeks renovation services for the 9th floor of its Wilkes-Barre Medical Center, converting it into an Inpatient Psychiatric Unit. The goal is to relocate the Logistics Group to a new office in the existing Warehouse. The project involves general construction, electrical work, and mechanical systems installation. Key requirements include developing a detailed phasing plan to maintain medical center operations, ensuring patient access, and protecting existing equipment. Strict security measures and a comprehensive warranty management plan are also outlined. Contractors must adhere to strict timelines and priority codes for responding to construction warranty issues. The RFP specifies that this project is to be completed in multiple phases, with the first being the construction of a new logistics office area.
    The Department of Veterans Affairs seeks structural calculations and an ASCE 7 Hazards Report for the 9th floor renovation of the Wilkes-Barre VA Medical Center in Pennsylvania. The primary objective is to ensure the safety and integrity of the structure during construction, with a focus on wind and seismic forces. The report provides essential data on wind speeds, snow loads, and seismic design parameters, which will help engineers evaluate the building's response to various loads. This information is crucial for designing the renovation, especially when dealing with extreme local variations in ground snow loads and the building's exposure to wind. Renovation plans require detailed structural calculations involving steel properties, member data, and load checks. Engineers will need to provide designs for beams and columns, incorporating specific steel sections and shapes. The project aims to strengthen the structure's resistance to lateral loads, gravity loads, and transient area loads, ensuring compliance with ASCE/SEI standards. The RFP likely includes further details on submission requirements and timelines, with a stringent emphasis on technical expertise and precision given the project's focus on structural integrity. Evaluating proposals will likely prioritize technical merit, experience, and adherence to VA's requirements for ensuring a robust and safe healthcare facility.
    The procurement objective of this government agency is to obtain comprehensive construction services for a large-scale project. The agency seeks a contractor to build an addition to an existing healthcare facility, specifically an ambulatory care unit. The scope involves constructing various buildings, including duplex quarters, a CEO building, and a garage, as well as renovating existing structures like the main hospital. The project also requires building a water tower and making site improvements, such as parking lots and street enhancements. The agency provides a detailed building schedule and site plan, offering clear directions on the construction scope. This information is crucial for vendors to understand the extensive work required and the specific locations within the site. The agency emphasizes the need for efficient project management, indicating an aggressive timeline with key dates. The expected contract value is substantial, estimated at over $345,000. Firms interested in tendering their services have a fast-approaching deadline to submit proposals, with the evaluation process focusing on cost and the contractor's ability to meet the aggressive timeline.
    Similar Opportunities
    Z1DA--Department of Veterans Affairs Butler Medical Center Replace Bldg. #7 Master Control Panel Project No. 529-22-101
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of the Master Control Panel in Building 7 at the Butler VA Medical Center in Pennsylvania. This project, designated as Project 529-22-101, requires contractors to provide comprehensive construction services, including demolition, installation of new mechanical systems, and adherence to safety and regulatory standards, all within a performance period of 460 calendar days from the Notice to Proceed. The initiative is crucial for enhancing operational efficiency and safety at the facility, with an estimated construction cost between $5 million and $10 million, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must obtain solicitation documents from SAM.gov, with the solicitation expected to be issued around September 19, 2024, and a mandatory site visit scheduled for September 26, 2024. For inquiries, contact Contract Specialist Amanda Murphy at Amanda.Murphy5@va.gov or 717-821-1396.
    Z2DA--506-21-705 EHRM Infrastructure Upgrades - Ann Arbor, MI - Construction (VA-25-00001864)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is planning a significant upgrade to the Electronic Health Record Modernization (EHRM) infrastructure at the Ann Arbor VA Medical Center. The VA aims to contract a single firm for this Firm-Fixed-Price construction project. The primary scope of work involves general contracting services for demolition, site preparation, and construction. This includes comprehensive services across architectural, fire protection, plumbing, mechanical, electrical, and telecommunication systems. The VA intends to issue an Invitation for Bid (IFB) for this service-disabled veteran-owned small business (SDVOSB) set-aside project in mid to late September 2024. The bid process will be conducted in accordance with FAR Part 14, with evaluations based on criteria that will be specified in the solicitation. It is estimated that the contract value will fall between $10 million and $20 million, and the project is expected to be completed within approximately 730 days from the issuance of the Notice to Proceed. Interested parties should prepare their bids according to the upcoming solicitation, which will outline key dates and evaluation processes. All questions should be directed to the issuing office via email, as telephone inquiries will not be accepted. The VA encourages potential bidders to carefully review the upcoming solicitation documents for all relevant details and instructions.
    Z1DA--607-22-101 Renovate Inpatient Ward 7B (VA-25-00007172)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of Inpatient Ward 7B at the William S. Middleton VA Hospital in Madison, Wisconsin. The project involves approximately 11,000 square feet of renovation, including the construction of an additional 3,000 square foot mechanical penthouse, aimed at creating 18 private patient rooms and associated medical support areas, such as the Epilepsy Center of Excellence. This initiative underscores the government's commitment to enhancing healthcare facilities for veterans while supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSB) as mandated by Public Law 109-461. Interested bidders should note that the solicitation will be issued around September 11, 2024, with a bid opening anticipated on October 11, 2024, and a project budget estimated between $5 million and $10 million. For further inquiries, contact Contract Specialist John Meyers at john.meyers2@va.gov or call 414-844-4862.
    Y1DA--Project Number: 561A4-21-101 Replace RF Unit Site Prep - Rm. 48 Lyons VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of the RF Unit and associated site preparation in Room 48 at the Lyons VA Medical Center in New Jersey, under Project Number 561A4-21-101. The project entails comprehensive construction tasks, including demolition, installation of new mechanical systems, plumbing, electrical work, and fire protection, all while ensuring minimal disruption to the facility's 24/7 operations. This initiative is crucial for modernizing healthcare technology and enhancing operational efficiency within the medical center. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their bids by October 8, 2024, following a pre-bid site visit on September 10, 2024, with an anticipated contract value between $500,000 and $1,000,000. For further inquiries, contact Contracting Officer Phillip D. Kang at Phillip.Kang@va.gov.
    C1DA--646-375 | Construct Service Building Annex and Ambulance Ramp Design | UD Pittsburgh, PA | Mihaila / Waddell
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the construction of a Service Building Annex and Ambulance Ramp at the VA Pittsburgh Healthcare System in Pennsylvania. The procurement aims to develop complete construction documents, including working drawings and specifications, for this project, which is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The anticipated contract will be awarded in late November 2024, with a performance period of 335 calendar days for design completion, and the estimated construction cost is between $10 million and $20 million. Interested firms must submit their SF 330 qualifications by September 20, 2024, to Contract Specialist Melissa Waddell at Melissa.Waddell@va.gov.
    Z1DA--MINOR-CONST 528-811 CONSOLIDATE PRIMARY CARE 1st FLOOR PHASE 1
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Consolidate Primary Care" project at the Albany Stratton VA Medical Center, specifically focused on renovations on the first floor of Building 1. The project involves extensive construction activities, including demolition, asbestos abatement, and the installation of mechanical, electrical, and plumbing systems, with a strong emphasis on compliance with health and safety regulations. This initiative is crucial for enhancing healthcare delivery to veterans and ensuring that facilities meet modern standards. Interested contractors must submit their proposals, including a detailed construction cost estimate and past performance information, by the specified deadlines, with inquiries directed to Contract Specialist Lester S. Griffith at Lester.Griffith@va.gov.
    Z2DA--506-21-705 EHRM Infrastructure Upgrades - Ann Arbor, MI - Construction (VA-25-00001864)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the EHRM Infrastructure Upgrades project at the Ann Arbor VA Medical Center, focusing on enhancing the facility's mechanical, plumbing, and electrical systems. This construction initiative, set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to modernize the healthcare infrastructure in compliance with VA standards and local regulations, ensuring improved operational efficiency and safety. The project is estimated to cost between $10 million and $20 million, with bids due electronically by September 23, 2024, and a mandatory pre-bid site visit scheduled for September 4, 2024. Interested contractors can contact Emil Reyes at Emil.Reyes@va.gov or David Mark at david.mark2@va.gov for further information.
    W912QR24R0031 - D/B/B - Area Maintenance Support Activity - Wilkes-Barre, Pennsylvania
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build construction of the Area Maintenance Support Activity (AMSA) facility in Wilkes-Barre, Pennsylvania. This project involves the construction of a 13,744 square-foot facility, including supporting structures and site improvements, with a focus on sustainability, accessibility, and compliance with security measures. The estimated contract value ranges between $10 million and $25 million, with proposals due electronically by October 18, 2024. Interested contractors should contact Ryan King at ryan.m.king2@usace.army.mil for further information and are encouraged to attend scheduled site visits on September 4 and September 11, 2024.
    Y1DA--589-501 Construction Outpatient Mental Health Addition (VA-24-00072549)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for a Firm-Fixed-Price contract for the construction of an Outpatient Mental Health Addition at the Colmery O'Neil VA Medical Center in Topeka, Kansas. This project entails the construction of approximately 9,595 square feet of new outpatient mental health space and the renovation of about 4,000 square feet in an existing building, encompassing general construction, site preparation, and the installation of various utilities and finishes. The initiative is crucial for enhancing mental health facilities for veterans, with the solicitation categorized as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, and an estimated construction cost between $5 million and $10 million. Interested parties should note that the solicitation is expected to be announced in late October 2024, and for further inquiries, they may contact Contract Specialist Nicholas Rolin at Nicholas.Rolin@va.gov or by phone at 216-447-8300.
    Y1DA--Renovation and Expansion of SPS NRM Project 640-23-108
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the renovation and expansion of the Sterile Process Supply facility at the VA Palo Alto Healthcare System in California. The project aims to enhance functionality and compliance with VA standards by creating distinct areas for Sterile Processing Service and Supply Chain Service, ensuring effective workflow and safety in handling reusable medical devices. This initiative is critical for improving healthcare facilities and maintaining safety standards during construction, with an estimated project value between $10 million and $20 million. Interested parties must submit their qualifications and capability information to Contracting Officer Corey R. Kline at corey.kline3@va.gov by 12:00 PM PDT on September 19, 2024, in preparation for a Request for Proposal anticipated to be released in early November 2024.