Z1DA--CON Add Card Readers 610A4-21-202
ID: 36C25024B0059Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs (VA) has issued a solicitation (Z1DA) for construction services aimed at enhancing physical security at the VA Northern Indiana Health Care System. The primary goal is to upgrade multiple buildings by adding card readers, modifying doors, and improving hardware, in alignment with VA guidelines.

    The VA seeks a comprehensive solution that encompasses labor, materials, and supervision, with a particular focus on electrical and wiring expertise. The project, valued between $250,000 and $500,000, has a stringent timeline of 240 days for completion after the notice to proceed is issued.

    The scope of work involves strategic demolition to make way for new door frames and electrical conduits compatible with the existing VA card reader system. Successful bidders will need to adhere to strict VA security protocols, coordinate closely with designated VA contacts, and comply with extensive safety specifications.

    The VA encourages small businesses to apply and has organized a site visit on July 8, 2024, ahead of the bid submission deadline of 2:00 p.m. EDT on July 31, 2024. Interested parties must carefully review the solicitation and its amendments, ensuring compliance with the detailed requirements.

    The evaluation of bidders will consider factors such as safety records, past performance, and price competitiveness. To be eligible, applicants should possess the necessary licenses, certifications, and a strong safety record.

    For more details, prospective bidders can contact the primary contact point, Tiffany A Rausch, using the provided email address: Tiffany.Rausch@va.gov.

    The VA emphasizes the importance of a thorough understanding of the work scope and compliance with their security and safety guidelines. Bidders are expected to submit a complete bid package, including the required documents outlined in the solicitation, to be considered for award.

    Point(s) of Contact
    Tiffany RauschContract Specialist
    tiffany.rausch@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks construction services for adding card readers and upgrading doors and hardware in multiple buildings at the VA Northern Indiana Health Care System. The primary goal is to enhance physical security and compliance with VA guidelines. Bidders must provide a comprehensive solution, including labor, materials, and supervision, while adhering to strict VA security policies. The project, valued between $250,000 and $500,000, requires electrical and wiring expertise and must be completed within 240 days of the notice to proceed. Key dates include a site visit on July 8, 2024, and a bid submission deadline of 2:00 p.m. EDT on July 31, 2024. The VA encourages small business participation and will conduct a thorough evaluation based on factors such as safety records, past performance, and price. This procurement emphasizes compliance with VA regulations and the need for a thorough site assessment to ensure a comprehensive understanding of the work scope.
    The Department of Veterans Affairs issues this amendment to provide crucial information for prospective bidders. Bidders are required to acknowledge receipt, as failure to do so may lead to the rejection of their offers. The amendment includes details for the bid opening, emphasizing the use of a conference call for this purpose. It also mandates the inclusion of specific documents in the bid submission, cautioning that any missing items may render the bid non-responsive. The focus is on ensuring bidders are aware of the amended procedures and requirements, with an emphasis on maintaining the integrity of the process. Prospective bidders must carefully note the amended details to ensure their submissions comply with the updated procedures.
    File 1: The primary objective of this procurement is to acquire advanced cybersecurity solutions. The focus is on developing a modular, flexible, and open architecture system to enhance network security. The preferred solution should be capable of real-time threat detection, analysis, and response. Vendors are expected to provide detailed technical specifications of their cybersecurity technologies, emphasizing their ability to mitigate evolving threats. The scope includes the delivery and integration of these solutions into the existing network infrastructure. Contract details are not available, but the agency emphasizes the importance of cost-effectiveness and past performance in similar projects. Key dates are not provided, but the agency indicates the urgency of the requirement, highlighting the need for a prompt response. Evaluation will consider the technical merits, including demonstration videos, and price, with technical expertise and past success being critical factors. File 2: This file represents multiple procurement opportunities for construction-related services. The primary goal is to solicit bids for various construction projects, primarily involving building renovation, facility improvements, and new construction. The scope of work covers a wide range of tasks, from demolition and site preparation to finish carpentry and landscape design. The projects are expected to be completed within specified timelines, ranging from several weeks to a few months. The file contains detailed plans and specifications for each project, including quantities and quality requirements. Contractors with experience in commercial construction and a strong safety record are sought. The evaluation criteria will likely involve a comprehensive assessment of bidders' qualifications, past performance, and price. File 3: The government agency seeks proposals for the development of a customized, web-based geographic information system (GIS). The objective is to create an interactive mapping platform that integrates diverse data sources, enabling advanced spatial analysis and visualization. The preferred solution should facilitate real-time data updates, include robust security measures, and allow for seamless information sharing across multiple departments. Vendors are requested to provide a comprehensive understanding of the proposed GIS's capabilities, including technical methodologies and past project references. The scope of work involves system design, development, testing, and training. Contract details are not explicitly stated, but the agency indicates a preference for a time-and-materials contract. The evaluation will prioritize technical merit, with demonstrated GIS expertise and user-friendly solutions being critical success factors. Key dates are not provided, but an urgent response is implied. File 4: This RFP focuses on acquiring cutting-edge technology for enhancing border security. The aim is to implement an integrated surveillance system capable of real-time data fusion and analysis to detect and prevent security breaches. The preferred solution should include advanced sensors, cameras, and software for comprehensive border monitoring. Vendors are required to submit detailed proposals outlining their technical approaches, with particular attention to scalability and interoperability. The scope of work encompasses system design, installation, and ongoing maintenance. While contract details are not mentioned, the agency emphasizes the significance of cost-effectiveness and past experience in similar border security projects. The evaluation process will thoroughly examine the technical aspects, including demonstration trials, with pricing being a secondary consideration. File 5: The procurement objective relates to the development of a comprehensive learning management system (LMS) for delivering online training programs. The agency seeks a robust and scalable solution that supports various training formats and accommodates a large number of users. The LMS should facilitate easy content upload, include assessment tools, and provide progress tracking features. Vendors are requested to propose innovative solutions, emphasizing user engagement and interactive learning experiences. The scope involves system development, customization, and integration with existing databases. The agency prefers a firm-fixed-price contract for a one-year initial term. The evaluation will consider technical expertise, with demonstrations and references being essential, followed by price evaluation. File 6: This file contains multiple requests for proposals, all centered around marketing and advertising services. The government agency aims to engage creative agencies for brand development, marketing strategy, and multimedia content creation. The primary goal is to enhance the agency's public image and effectively communicate its services to target audiences. Proposals are expected to include comprehensive marketing plans, creative concepts, and detailed execution strategies. The scope of work covers a range of tasks, including market research, logo design, video production, and social media campaign management. The agency indicates a preference for experienced vendors with a strong track record in brand management. The evaluation process will prioritize the quality of creative proposals and their alignment with the agency's objectives, with cost being a secondary consideration. File 7: Here, the focus is on acquiring professional services for engineering and designing a large-scale renewable energy project. The objective is to transition towards sustainable energy solutions, specifically focusing on solar and wind energy. The agency seeks vendors who can provide a full range of engineering services, including site assessment, feasibility studies, and detailed design. The scope also encompasses environmental impact analysis and community engagement. The preferred contract type is indicated as a firm-fixed-price agreement. The evaluation will prioritize technical capability and experience in renewable energy projects, with price being a determining factor. File 8: This procurement aims to source innovative solutions for improving traffic flow and safety in urban areas. The goal is to implement an advanced, technology-driven approach to manage congestion and enhance road infrastructure. The preferred solution should integrate real-time data analysis, predictive modeling, and smart traffic signal technologies. Vendors are required to submit detailed proposals demonstrating their technical capabilities and past success in similar projects. The scope includes system development, implementation, and ongoing support. Contract details are not stated, but the agency hints at a potential public-private partnership. The evaluation will heavily weigh the technical merits of proposals. File 9: The government agency is seeking proposals for a major information technology (IT) transformation project. The objective is to streamline and modernize their legacy IT infrastructure by migrating to a secure cloud-based environment. The focus is on improving efficiency, data security, and scalability. The preferred vendor will provide end-to-end solutions, including cloud migration planning, infrastructure setup, and application modernization. The scope also encompasses staff training and ongoing support. This agency indicates a preference for a time-and-materials contract. The evaluation process will prioritize vendors' ability to deliver a robust, secure, and scalable cloud solution, with cost considerations being prominent. File 10: This file pertains to a request for proposals seeking a full-service event planning and management company. The objective is to engage a vendor for organizing high-profile official events, including conferences, summits, and cultural performances. The preferred vendor will manage all aspects, from venue selection and logistics to marketing and on-site coordination. Experience in managing large-scale events and strong attention to detail are essential. The scope of work involves event planning, coordination with stakeholders, and on-site management. The evaluation will assess vendors' capabilities, past event success, and price competitiveness. File 11: The procurement objective relates to the acquisition of advanced body armor and personal protective equipment (PPE) for law enforcement and first responder units. The focus is on ensuring the safety and effectiveness of these critical personnel. Vendors are required to submit detailed specifications and performance data for their body armor solutions, with particular attention to comfort, durability, and protection levels. The scope includes the supply and delivery of various PPE items. The agency emphasizes the importance of quality and compliance with relevant standards. Pricing is expected to be a significant evaluation criterion. File 12: This RFP seeks proposals for the development of a cutting-edge facial recognition system for law enforcement applications. The goal is to enhance public safety and facilitate the identification and apprehension of suspects. The preferred solution should excel in accuracy and speed, enabling real-time facial recognition and analysis. Vendors are expected to provide a comprehensive technical proposal, showcasing their algorithm's effectiveness and past implementation success. The scope involves system development, integration, and training. Contract details are not available, but the agency indicates a long-term requirement. The evaluation will prioritize the technical prowess of the proposed solutions. Overall, these files showcase a wide range of procurement opportunities, reflecting the diverse needs of government agencies. From cybersecurity and border security solutions to marketing services and protective equipment, these RFPs highlight the government's emphasis on innovation, efficiency, and public safety.
    The procurement objective of this RFP is to obtain construction services for installing new card readers as part of the VA Northern Indiana Healthcare System's security upgrades. The scope entails strategic demolition, including walls and ceilings, to make way for new door frames and electrical conduit compatible with the existing VA card reader system. The VA seeks a comprehensive solution that aligns with their security plan, encompassing physical and administrative safety protocols. The contractor will coordinate with the VA's designated points of contact throughout the project. Key requirements include strict site access control, protection of existing structures and equipment, and adherence to VA-provided drawings and specifications for the work. Contractors must submit detailed shop drawings, product data, and samples for VA review and approval prior to commencing work. Safety is a paramount concern, with extensive safety specifications detailed, covering topics from fall protection to confined space entry and electrical safety. The VA emphasizes the contractor's responsibility for compliance, with penalties for non-compliance. Key dates include the pre-construction conference, targeted for mid-September, followed by a site survey and report in conjunction with the COR. Bidders are expected to submit their proposals by early October. Evaluation criteria will assess the bidder's ability to meet technical requirements, including their safety record, qualifications, and compliance with VA-specific requirements. Price will also be a determining factor in the evaluation process.
    The procurement objective of this RFP is to obtain construction and renovation services for the Fort Wayne VA Northern Indiana Healthcare System building. The aim is to create a safe and functional healthcare environment through various architectural, mechanical, and electrical upgrades. Key construction elements include asbestos and lead survey plans, architectural designs for multiple floors, and enlarged plans focusing on details such as door schedules and electrical systems. The electrical plans involve installing and modifying various electrical components, including lighting, fire alarms, and communication systems. Contractors will be responsible for coordinating all construction activities, ensuring compliance with federal, state, and local regulations, and adhering to strict infection control protocols, as the building remains occupied during renovations. Work includes demolition, modifications to existing systems, and new installations, all while maintaining building access and security. These construction documents, with a focus on infection control, serve as a guide for contractors to bid on the project. The VA reserves the right to clarify or modify the requirements during the bidding process, emphasizing the need for close coordination with the VA representative.
    The Department of Veterans Affairs issues this handbook to establish procedures for protecting its people and assets. It mandates security measures for various locations within VA's jurisdiction, focusing on physical security requirements. The primary objective is to enhance safety by regulating access, securing sensitive areas, and preventing unauthorized entry. This handbook is a comprehensive guide for VA facilities to ensure the safety of veterans, staff, and visitors. It outlines mandatory minimum standards for windows, walls, doors, access control, and intrusion detection systems. VA facilities must follow these standards, conducting annual surveys to assess and improve physical security measures, especially in high-risk areas. The handbook also provides special security instructions for handling biohazardous materials, electronic fingerprint capture systems, and storage of radioactive materials. Additionally, it establishes key control procedures to maintain accountability and rapidly respond to lost or stolen keys. Critical to this is the establishment of controlled areas for the temporary storage of IT equipment, ensuring protection against unauthorized access to privacy-protected data.
    The U.S. Department of Veterans Affairs (VA) has revised its Physical Security and Resiliency Design Manual. This comprehensive guide outlines essential design requirements for improving security and resilience in VA facilities. The primary goal is to ensure the continuity of operations and protect the safety of building occupants. This manual is applicable to various VA departments, including Healthcare Administration, Benefits Administration, and National Cemetery Administration. It provides critical facility designations, ranging from "Critical," which must remain fully operational during emergencies, to "Ancillary," where life safety is the primary concern. The manual offers in-depth guidance on topics such as site considerations, building entrances, functional areas, building envelope design, structural systems, and utility services. It also covers security systems, including access control, intrusion detection, surveillance, and mass notification. This manual is a vital resource for architects and engineers, offering detailed specifications and insights into designing VA facilities with enhanced security and disaster resilience. It emphasizes the importance of risk assessments, crime prevention through environmental design, and the involvement of specialized professionals in project planning. By following these guidelines, VA facilities can strive to achieve effective physical security and maintain essential operations even in the face of adverse events.
    The Department of Veterans Affairs seeks to sole-source Lenel control panels and HID card readers for the Fort Wayne VA Medical Center. These proprietary systems are integrated into the facility's infrastructure, making them essential to maintain compatibility with the current security system. The agency requires procurement and installation services for these components. Market research has limited the selection to a single vendor due to compatibility requirements. The contracting officer will ensure fair and reasonable pricing. This justification is part of an acquisition plan, with key stakeholders providing approvals. The nature of this sole-source procurement is dictated by the need to enhance security and maintain system compatibility. The VA aims to award a contract for these specific security solutions.
    The Department of Veterans Affairs issues an RFI for adding card readers at the VA Northern Indiana Health Care System facility in Fort Wayne, Indiana. The primary objective is to enhance physical security and access control by implementing card-based entry systems. The RFI seeks information on vendors capable of supplying and installing card readers that integrate with the existing access control system. The focus is on finding reliable and cost-effective solutions, with an emphasis on successful integration and minimal disruption to current operations. Potential contractors should pay close attention to the solicitation's specific sections and drawings referenced, as questions must adhere to these guidelines for the government to respond. The VA will issue answers to RFI queries through amendments on SAM.gov or via email. The RFI does not indicate a submission deadline or provide detailed evaluation criteria. However, it encourages potential vendors to thoroughly review the specified sections and drawings to understand the project scope and submit informed inquiries.
    The government agency seeks to evaluate a contractor's safety and environmental record as part of its pre-award process for Solicitation # 36C25024B0059. The focus is on assessing the candidate's ability to maintain a safe work environment and comply with OSHA standards. Contractors are required to furnish detailed information on their recent safety performance, including man-hours worked, work-related injuries, and OSHA violation history. The request also calls for the submission of associated OSHA forms and details regarding the administration of the company's safety program. This information is crucial in the agency's decision-making process, indicating a robust emphasis on safety consciousness and regulatory adherence in the prospective contract award.
    The Department of Veterans Affairs, Veterans Health Administration (VHA) seeks to implement a mandatory seasonal influenza vaccination program. The goal is to vaccinate all healthcare personnel (HCP) working in VHA locations to prevent the spread of influenza among veterans and staff. This directive aims to achieve a 100% vaccination rate, requiring all HCP to receive the annual flu shot or obtain a medical or religious exemption. HCP must submit documentation to Employee Occupational Health by November 30 each year. Those who don't receive a vaccination must wear face masks in all VHA locations. The VHA estimates flu-related hospitalizations among veterans and aims to mitigate this risk. This policy is a condition of employment, with non-compliance potentially leading to disciplinary action. The directive also outlines procedures for vaccine documentation, exemptions, and contingency plans for vaccine shortages. Achieving this goal is a shared responsibility across various VHA roles, with medical facility directors ensuring implementation and compliance.
    The primary objective of this procurement is to enhance security at the Northern Indiana Health Care System - Fort Wayne Campus. The focus is on installing HID card readers, which involves modifying and upgrading doors and hardware in multiple buildings. The key requirements are outlined in the specifications and drawings provided, aiming for a comprehensive security solution. The chosen contractor will have 240 calendar days to complete the project after receiving the notice to proceed. This time-sensitive project seeks a prompt and efficient solution, with the base bid being a firm-fixed-price contract. Interested parties will need to submit their bids by the specified deadline to be considered.
    The primary objective of this procurement is to add card readers to a government facility, enhancing physical security. The project, labeled 610A4-21-202, is led by Project Engineer Eric Trabel. A pre-bid site walk is organized for interested vendors to attend, with sign-in sheets recording their participation. The focus is on installing card access mechanisms, with the potential for future construction opportunities. Vendors must provide their contact information, including cell phone numbers and email addresses, to be considered. The walk occurs on July 8, 2024, with the meeting point being Building 4, Room 103.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z1DZ--509 Window Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of 25 window panels at Building 509 of the Richmond VA Medical Center, specifically within the 3D Print Lab. The project requires contractors to manage all aspects of construction, ensuring compliance with VA standards, quality assurance, safety protocols, and infection control measures, all while minimizing disruption to healthcare services. This initiative underscores the VA's commitment to providing a safe and effective care environment for Veterans, with an estimated project cost between $25,000 and $100,000 and a completion timeline of 45 calendar days post-award. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers electronically by October 31, 2024, and can direct inquiries to Contract Specialist Donteana R Gibbs at Donteana.Gibbs@va.gov.
    Z1DA-- 529-22-101 Replace Bldg. #7 Master Control Panel
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of the Master Control Panel in Building 7 at the Butler VA Medical Center, designated as project number 529-22-101. This project involves comprehensive construction services, including demolition and installation, while adhering to strict safety, environmental, and security regulations to ensure minimal disruption to ongoing medical operations. The contract value is estimated between $5 million and $10 million, with proposals due electronically by November 1, 2024, at 3:00 PM EST. Interested contractors can contact Amanda M. Murphy at amanda.murphy5@va.gov for further details and clarification.
    Z1DZ--523A5-24-010 Expansion Joint Corrections
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "523A5-24-010 Expansion Joint Corrections" project at the VA Medical Center in Brockton, MA. This project involves the replacement of existing expansion joints and the installation of new flooring, with an estimated contract value between $500,000 and $1,000,000, specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The work must adhere to strict safety and operational protocols due to the presence of patients, and contractors are required to submit bids electronically by 2:00 PM EST on November 12, 2024, following a pre-bid site visit on October 22, 2024. For further inquiries, interested parties can contact Contracting Officer Heather M Libiszewski-Gallien at heather.libiszewski-gallien@va.gov.
    Z1DA--607-22-101 Renovate Inpatient Ward 7B (VA-25-00007172)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of Inpatient Ward 7B at the William S. Middleton VA Hospital in Madison, Wisconsin. This project, classified as VA Project 607-22-101, aims to modernize hospital facilities with a budget ranging from $5 million to $10 million, prioritizing participation from service-disabled veteran-owned small businesses (SDVOSB). The renovation will encompass comprehensive upgrades across various construction disciplines, ensuring compliance with federal regulations and VA standards to enhance patient care environments. Bids are due via email by 12:00 PM local time on October 11, 2024, with a virtual bid opening scheduled for 1:00 PM on the same day. Interested contractors should contact Contracting Officer John J Meyers at john.meyers2@va.gov for further details.
    Install Mental Health Safety Improvements -- Project #583-24-201
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Install Mental Health Safety Improvements" project at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. The project aims to enhance safety within the 5th Floor Inpatient Mental Health Unit by updating room finishes and installing ligature-resistant plumbing fixtures, ensuring compliance with the Mental Health Environment of Care Checklist. This initiative is crucial for improving patient safety and care standards in mental health facilities, reflecting the VA's commitment to providing a secure environment for veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by November 15, 2024, with an estimated construction cost between $500,000 and $1,000,000. For further inquiries, contact Brian Rosciszewski at brian.rosciszewski@va.gov.
    Z2DA--Correct Fall Protection Deficiencies
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to address fall protection deficiencies at the Louis A. Johnson VA Medical Center in Clarksburg, WV, through the installation of ladder safety systems and roof guardrails. The project aims to rectify multiple fall hazards in Building 1, ensuring compliance with OSHA regulations and maintaining safety standards in an active medical environment. The contract is expected to span 165 days, with an estimated construction value between $500,000 and $1,000,000, and requires adherence to strict infection control measures and safety protocols. Interested bidders should contact Contract Officer Adam S. Bradford at Adam.Bradford1@va.gov for further details and must ensure their offers are valid for 120 days.
    Z1DA--Pittsburgh-Butler-Erie Construction MATOC| 646-19-112 UD Emergency Dept Access Reno_MATOC SEED Project |646-19-112
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 4, is preparing to issue a Request for Proposal (RFP) for the Pittsburgh-Butler-Erie Construction MATOC project, which aims to establish up to 10 Firm Fixed-Price contracts for construction projects valued at a cumulative total of $250 million over a five-year period. The procurement emphasizes a tiered evaluation process prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB), followed by other small business categories, ensuring that veteran-owned enterprises are given preference in the bidding process. Interested contractors must be registered in the System for Award Management (SAM) and verified by the Department of Veterans Affairs at the time of proposal submission, with the solicitation expected to be available around October 23, 2024. For further inquiries, potential bidders can contact Contract Specialist John Mignogna at John.Mignogna@va.gov or by phone at 412-377-9786.
    Z--ESPC IDIQ (VA-19-00001743)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is opening a new round of applications for its Energy Savings Performance Contract (ESPC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, VA-19-00001743, seeking additional Service Disabled Veteran Owned Small Businesses (SDVOSBs) for potential inclusion. This opportunity focuses on enhancing energy efficiency in VA facilities. SDVOSBs interested in joining the IDIQ contract vehicle must submit proposals by the extended deadline of January 11th, 2022, adhering to the instructions detailed in Sections L and M of the RFP. The VA seeks to procure energy savings and related services from qualified ESCOs through this SDVOSB set-aside, aiming to add multiple new contractors to the existing IDIQ. Applicants must meet minimum qualifications and evaluation criteria while ensuring compliance with COVID-19 screening requirements. The VA's commitment to energy efficiency improvements drives this procurement process, with the department encouraging interested parties to carefully review the solicitation's amendments. Applicants should submit Volumes 1 to 3 as specified, acknowledging the amendments and adhering to the extended deadline. Key contacts for this opportunity are Nathan Pennington (nathan.pennington@va.gov) and Danielle Mills (Danielle.Mills@va.gov), and the funding amount is approximately $23 million.
    Z1DA--Project 550-24-103 (CON) Replace Air Handler Units B98
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of Air Handler Units B98 at the Veterans Affairs Illiana Healthcare System in Illinois, under Project Number 550-24-103. This construction project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to provide all necessary labor, materials, and supervision while adhering to applicable safety and regulatory standards. The project, with a budget estimated between $1,000,000 and $2,000,000, must be completed within 365 days from the Notice to Proceed, with the solicitation expected to be issued around October 21, 2024, and bids due by November 21, 2024. Interested bidders should contact Contracting Officer Thomas Stevens at thomas.stevens2@va.gov or 224-610-3647, and must be registered in SAM.gov to be eligible for contract award.
    Z1DA--Pittsburgh-Butler-Erie Construction MATOC| 646-19-112 UD Emergency Dept Access Reno_MATOC SEED Project |646-19-112 (VA-24-00023593)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for a Multiple Award Task Order Contract (MATOC) focused on construction projects in Pittsburgh, Butler, and Erie, Pennsylvania. The VA plans to award up to ten firm fixed-price contracts, with a performance period of five years or until the cumulative contract value reaches $250 million. This procurement is significant as it aims to enhance facilities critical to veteran care, utilizing a tiered evaluation approach that prioritizes Service-Disabled Veteran-Owned Small Businesses (SDVOSB), followed by Veteran-Owned Small Businesses (VOSB), and then Small Businesses (SB). Interested contractors must register in the System for Award Management (SAM) and be verified by the VA Center for Veterans Enterprise, with the solicitation expected to be published around October 24, 2024, and proposals due by November 26, 2024. For inquiries, contractors should contact John Mignogna at john.mignogna@va.gov or 412-822-3764.