J045--CON-NRM-668-25-103 Upgrade Drainage Building 1 Lab
ID: 36C26025R0063Type: Sources Sought
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a drainage upgrade project in Building 1 Lab at the Mann-Grandstaff VA Medical Center in Spokane, WA. This project, designated as Solicitation Number 36C26025R0063, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to address frequent flooding issues caused by an overloaded drainage system, thereby enhancing the facility's utility infrastructure. The contract, valued between $250,000 and $500,000, requires the contractor to provide all necessary labor, materials, and supervision, with a performance period of 180 calendar days following the notice to proceed. Proposals are due by August 28, 2025, at 12:00 PM PDT, and interested parties should direct inquiries to Contract Specialist Kaycee D Benson at kaycee.benson@va.gov.

    Point(s) of Contact
    Quyen MaiContract Specialist
    Quyen.Mai@va.gov
    Files
    Title
    Posted
    This amendment modifies Solicitation Number 36C26025R0063 for Project 668-25-103, a Drainage Upgrade in Building 1 Lab at the Mann-Grandstaff VA Medical Center in Spokane, WA. The primary purpose of this amendment is to extend the deadline for receipt of offers to August 26, 2025, at 12:00 PM PDT. Additionally, it announces a second site visit on August 11, 2025, at 11:00 AM in Building 5. The solicitation dates have been updated as follows: Site Visit on August 11, 2025, at 10:00 AM PST; Questions Due by August 15, 2025, at 4:00 PM PST; and Proposals Due by August 26, 2025, at 12:00 PM PST. All other terms and conditions of the original solicitation remain unchanged.
    Amendment Notice 0002 for Solicitation 36C26025R0063 pertains to a Drainage Upgrade in BLDG 1 Lab at the Mann-Grandstaff VA Medical Center in Spokane, WA. This amendment provides an updated 83-page solicitation package and includes Exhibit A (MGVAMC_2nd Floor Drawing) and Exhibit B (668-97-102 Partial Combined Drawing). Crucially, the due date for proposals has been extended to August 28, 2025, at 12:00 PM PDT (3:00 PM EST). Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.
    This federal government Request for Proposal (RFP) for construction, alteration, or repair, solicitation number 36C26025R0063, is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside for a drainage upgrade project in Building 1 Lab at the Mann-Grandstaff VA Medical Center in Spokane, WA. The project magnitude is between $250,000 and $500,000, with a NAICS Code of 238220 (Commercial and Institutional Building Construction) and a small business size standard of $19 million. Proposals are due by 12:00 PM PDT on August 22, 2025, and must be submitted via email to kaycee.benson@va.gov. Questions must be submitted by 5:00 PM PDT on August 8, 2025. A mandatory site visit is scheduled for 10:00 AM PST on August 1, 2025. The acquisition will use a best-value tradeoff source selection process based on technical approach, key personnel qualifications, past performance, and price. Key personnel must include a Project Manager, Site Superintendent, Quality Control Manager, and Site Safety and Health Officer, with no dual-hatting. Offerors must provide a bid guarantee of 20% of the bid price or $500,000, whichever is less. The contract will be Firm-Fixed-Price with a performance period of 180 calendar days after notice to proceed. The solicitation also includes various FAR and VAAR clauses related to Buy American requirements, wage rates, protests, and representations and certifications.
    The Presolicitation Notice outlines an upcoming solicitation for a construction project, specifically to upgrade the drainage system in Building 1 Lab at the Mann-Grandstaff VA Medical Center in Spokane, WA. The project, designated as CON-NRM-668-25-103, is fully reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 238220, which pertains to plumbing, heating, and air-conditioning contractors. The project budget is estimated between $300,000 and $500,000. The solicitation is expected to be published around May 15, 2025, on SAM.gov. Interested parties are encouraged to review the draft Statement of Work and draft specifications attached to the notice for additional details. This initiative reflects the government's commitment to fostering opportunities for veteran businesses while upgrading critical infrastructure within its facilities.
    The government document outlines a solicitation for a construction project at the Mann-Grandstaff VA Medical Center, focusing on drainage upgrades in Building 1 Lab. The procurement is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the federal government’s commitment to veteran support. Offerors must submit proposals electronically by August 22, 2025, including specific documentation such as bid guarantees and past performance references. The project includes clear requirements for performance and payment bonds, site visits, and proposals under best-value tradeoff evaluation criteria. The estimated construction cost falls between $250,000 and $500,000, with strict adherence to regulations like the Buy American Act and labor standards mandated. The document provides a detailed structure for proposals, indicating the necessity for clarity in submissions while outlining the consequences of non-compliance. Ultimately, this solicitation demonstrates the government's efforts to engage small businesses effectively while ensuring quality standards in federal construction projects.
    The Veterans Health Administration is seeking market research responses for a construction contract to Upgrade Drainage at the Mann-Grandstaff VA Medical Center in Spokane, WA. This Sources Sought Notice, identified by solicitation number 36C26025R0063, aims to gather information on the capabilities and qualifications of small business firms in plumbing, heating, and air-conditioning, with a focus on those under NAICS code 238220. The project is estimated to cost between $300,000 to $500,000 and has a projected completion time of 160 days. Interested firms are encouraged to submit information on their business classifications, capabilities, past performance, and any potential supply issues relating to the Buy American requirements. Responses should be concise (maximum of two pages) and submitted by April 10, 2025, via email to Contract Specialist Quyen Mai. This outreach is intended purely for market research, and no proposals will be solicited through this notice, pending future announcements on formal solicitations. The information gathered may influence the acquisition strategy for this project. The notice emphasizes compliance with relevant contracting regulations and encourages engagement from small and disadvantaged business sectors.
    The Statement of Work (SOW) outlines the requirements for Project No. 668-25-103, "Upgrade Drainage in Building 1 Lab" at the Mann-Grandstaff VA Medical Center in Spokane, WA. The project addresses frequent flooding due to an overloaded drainage system in Building 1 Lab, aiming to improve utility infrastructure resiliency and capacity. The contractor will provide all labor, materials, equipment, and supervision for interior demolition, concrete cutting, plumbing upgrades (including sewer camera inspections, floor drain upgrades, and faucet additions), and flooring repairs. The total project duration is 180 calendar days, with construction expected to be completed in one continuous phase within 30 calendar days. The SOW emphasizes strict adherence to VA codes, standards, and design manuals, as well as critical safety protocols, including infection control barrier (ICB) installation, utility shutdown coordination, and personnel badging. Deliverables include a comprehensive set of pre-construction plans and submissions, such as security, phasing, safety, quality control, and environmental protection plans, along with certifications and as-built documentation. The Medical Center's 24/7 operation necessitates careful scheduling to avoid service interruptions. The project requires thorough pre-bid site visits, RFI submissions, and post-award meetings to ensure successful execution and compliance.
    The document, likely a placeholder or an initial page of a government file related to RFPs or grants, primarily serves as a technical instruction for optimal viewing. It advises users to open the PDF portfolio in Adobe Acrobat X or Adobe Reader X, or later versions, for the best experience. It also provides a prompt to "Get Adobe Reader Now!", suggesting that the recipient might need to update their software to access the full content. This indicates a focus on ensuring accessibility and proper display of the document, which could contain critical information relevant to federal RFPs, federal grants, or state and local RFPs.
    VAAR 852.219-75 outlines the Department of Veterans Affairs' (VA) requirements for limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) in construction contracts. It mandates that contractors for general construction cannot pay more than 85% of the government-paid amount to firms that are not VIP-listed SDVOSBs or VOSBs, excluding material costs. The document emphasizes that any further subcontracting by similarly situated VIP-listed subcontractors will count towards the 85% limit. It warns offerors that false certifications are subject to severe penalties, including criminal prosecution and fines. Contractors must provide documentation to the VA upon request to demonstrate compliance, with failure to do so potentially leading to remedial action. A formal certification must be completed and submitted with the offer, as failure to provide it will result in the offer being deemed ineligible.
    This government file outlines various requirements and considerations for federal government RFPs, federal grants, and state/local RFPs. It emphasizes the need for comprehensive documentation, including detailed specifications for mechanical, plumbing, and fire suppression systems, and adherence to safety and regulatory standards. The document also touches upon the importance of proper handling of hazardous materials, such as asbestos and lead-based paint, in construction and renovation projects. Furthermore, it details various requirements across different categories, including general conditions, technical specifications, and administrative procedures, ensuring compliance and efficiency in government-funded projects. The file highlights the structured approach to project execution, from initial assessments to final implementation and maintenance, underscoring the government's commitment to safety, compliance, and effective resource utilization.
    The Past Performance Questionnaire (PPQ) from VHA Network Contracting Office 20 is a critical tool for evaluating an offeror's past performance for federal government projects, specifically for Project # 668-25-103 Drainage Upgrade Bldg 1 at Mann-Grandstaff VA Medical Center. It is divided into two sections: the first completed by the contractor detailing their information, contract specifics (title, number, type, location, award and acceptance dates, original and final prices), and a project description outlining its scope and relevance. The second section is for the client evaluator to assess the contractor across several criteria including quality, schedule adherence, communication, management, cost control, and subcontract management. Adjectival ratings (Outstanding, Above Average, Satisfactory, Unsatisfactory, Not Applicable) are provided for a standardized evaluation. The form aims to determine the contractor's ability to responsibly perform work as described in solicitations, guiding future contract awards.
    This government file outlines comprehensive security requirements for federal information systems. It mandates compliance with various federal regulations and standards, including those related to secure data handling, access control, and performance monitoring. The document emphasizes the need for robust security measures to protect government information, infrastructure, and communication. It details specific obligations for contractors, such as reporting security incidents, preventing unauthorized access, and implementing strong authentication protocols. Furthermore, it addresses the proper management and disposal of government property and information, stressing the importance of data encryption and secure communication channels. The file also prohibits the use of unauthorized software and requires adherence to established security frameworks to safeguard sensitive data and maintain system integrity. Any deviation from these requirements necessitates explicit authorization from the contracting officer.
    This document outlines the Price Schedule Breakdown Instructions for federal government RFPs, specifically for Project Number 668-25-103, titled "Upgrade Drainage Building 1 Lab" at the Mann-Grandstaff VA Medical Center in Spokane, WA. It details that all pricing is fixed, and the awardee is responsible for ensuring the accuracy of calculations and transposing totals to the Price Summary. The document specifies that "Division" refers to general construction industry terms aligned with the Construction Specification Institute (CSI) breakdown of work actions. It clarifies that the contract line item price breakdown is for informational purposes only and does not constitute separate billable deliverables. Field office overhead and general conditions are considered the same cost category and applied only once. The schedule lists various construction divisions (e.g., General Requirements, Existing Conditions, Concrete, Masonry, etc.) along with other cost items such as Mobilization/Demobilization, Insurance/Bonds, Taxes/Other Fees, O&M Manuals/Red Line Drawings, Overhead, Subcontract Mark-Up, and Profit. It also includes sections for "Other Items not Requested Above" and "CONTRACT TOTALS," emphasizing that prices should be entered as $0.00 where applicable.
    The Mann-Grandstaff VA Medical Center in Spokane, WA, has outlined a Statement of Work for construction services focused on upgrading drainage in Building 1 Lab (Project No. 668-25-103). The project aims to address ongoing flooding due to inadequate drainage capacity as the lab expands its equipment. The contractor will perform various tasks including sewer camera inspections, upgrading floor drains, and implementing temporary environmental controls to ensure safety and minimize disruption to medical operations. The project is scheduled for 180 calendar days from the notice to proceed and requires the contractor to adhere to strict safety, infection control, and quality control measures. Detailed submissions, including shop drawings and submittals for materials and plans, must be reviewed and approved prior to the start of construction, which cannot commence without those approvals. Key provisions also include managing utility shutdowns with advance notice, ensuring consistent access for patients and staff, and addressing any damaged utilities during work. Overall, the SOW emphasizes compliance with federal codes, VA guidelines, and maintaining the operational integrity of the medical facility throughout the construction process.
    The Statement of Work (SOW) outlines the requirements for the construction project to upgrade drainage in Building 1 Lab at the Mann-Grandstaff VA Medical Center in Spokane, Washington. The project addresses flooding issues caused by inadequate drainage systems due to increased equipment usage. The contractor is responsible for comprehensive labor and materials over a 180-day period, focusing on improving infrastructure resiliency and capacity through tasks such as sewer inspections and modifications to existing floor drains. Key elements include strict adherence to safety, infection control measures, and restoring all affected areas post-construction. The project emphasizes limited disruption to medical center operations, requiring coordinated scheduling and approvals for any utility shutdowns or after-hours work. The contractor must submit detailed project management documentation, including construction schedules and quality control plans, to the Contracting Officer Representative (COR) for approval. The overall goal is to enhance operational efficiency while maintaining safety and compliance with VA standards throughout the construction process.
    The provided document serves as a technical guide on accessing and utilizing federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs. It emphasizes the importance of using Adobe Reader for optimal viewing and interacting with the content. Central topics include the process of funding applications, the steps for submitting proposals, and guidelines for ensuring compliance with federal and state requirements. Key ideas involve understanding eligibility criteria, the application timeline, and the necessary documentation needed to effectively compete for funding opportunities. The structure likely features sections detailing various types of grants and requests, as well as tips for successful proposal writing. Overall, the purpose of this document is to facilitate stakeholders' comprehension and navigation of government funding avenues, supporting transparency and accessibility in grant and proposal submissions.
    The document highlights the requirements and guidelines for federal and state RFPs (Request for Proposals) and grants aimed at enhancing government operations and services. Its main purpose is to provide a framework for interested parties to submit proposals that address specific government needs, funding opportunities, and compliance measures. Key points include eligibility criteria, submission deadlines, evaluation processes, and reporting requirements for awarded grants. Attention is given to ensuring transparency, accountability, and efficiency in the grant distribution process. By clearly defining the goals and expectations, the document facilitates effective collaboration between government entities and external stakeholders, promoting innovation and resource optimization. This comprehensive approach underscores the government's commitment to leveraging external expertise and solutions while adhering to regulatory standards. The structure is organized to guide potential applicants through the intricacies of the proposal process, enabling them to align their submissions with the government’s strategic objectives.
    The document outlines the VAAR 852.219-75, which mandates limitations on subcontracting for contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). Specifically, for general construction contracts, the contractor cannot pay more than 85% of the total payment received from the government to non-VIP-listed SDVOSBs or VOSBs. Additionally, any further subcontracting by VIP-listed subcontractors counts towards this limit, though materials' costs are excluded. Offerors must acknowledge the seriousness of their certification, as false statements could lead to legal consequences. The VA may require evidence of compliance with subcontracting regulations at any time, and failure to provide necessary documents may result in remedial actions. The document emphasizes the necessity of completing and submitting a formal certification along with bids, with non-compliance resulting in ineligibility for contract consideration. The overall aim is to ensure that SDVOSBs and VOSBs act in good faith to uphold the integrity of the program under 38 U.S.C. 8127.
    This government document appears to relate to federal or state/local procurement requests (RFPs) and grants, though specifics are obscured by significant corruption in the text. The core focus seems to include the solicitation of applications for grants or contractors, aimed at enhancing public service delivery or infrastructure development. Key points may include guidelines for submission, eligibility criteria, expected outcomes of projects, and compliance with various legal and regulatory requirements. Moreover, the document likely outlines the funding mechanisms and evaluation processes for proposals, emphasizing transparency and accountability. Despite the lack of clarity due to content corruption, the overall purpose seems centered on facilitating government initiatives that support community improvements or enhance service efficiency. This reflects the typical objectives of RFPs and grants, driving innovation and assistance within public agencies, and strengthening their operational capabilities for better community service.
    The Veterans Health Administration (VHA) Network Contracting Office 20 is assessing a contractor's past performance for the Drainage Upgrade Project at the Mann-Grandstaff VA Medical Center in Spokane, WA. The Past Performance Questionnaire (PPQ) requires contractors to provide detailed information regarding their previous work, including contract specifics, project scope, and relevant performance metrics. Evaluators will evaluate the contractor based on criteria such as quality, timeliness, communication, management, and financial management. Each category is rated on a scale from "Outstanding" to "Unsatisfactory," allowing evaluators to give comprehensive feedback on the contractor's capabilities. The collected information will inform the contract award decision, ensuring that the selected contractor can effectively complete the project and meet contractual obligations. This document is critical in ensuring transparency and accountability in government contracting processes.
    The document presents a comprehensive overview of federal and state/local Requests for Proposals (RFPs) and grants, aimed at soliciting responses from organizations to fulfill government needs. It outlines the objectives of these RFPs, which typically include enhancing public services, infrastructure development, and addressing community needs through collaborative projects. Key elements of the RFP process include eligibility criteria, proposal requirements, evaluation metrics, and deadlines for submission. Moreover, the document emphasizes the importance of adhering to government regulations and guidelines in the application process. It discusses the role of grant funding in supporting various initiatives and encourages potential applicants to showcase their capacity for managing projects effectively while demonstrating innovation and sustainability in their proposals. The purpose of this document is to provide clear directions and essential information to potential bidders, fostering increased participation in government-funded projects. Overall, it establishes a framework for understanding the landscape of federal and local government funding opportunities.
    The document outlines the pricing structure and instructions for an RFP related to the construction project titled "Upgrade Drainage Building 1 Lab" at the Mann-Grandstaff VA Medical Center in Spokane, WA. Key points include that all pricing must be fixed, and the awarded bidder is responsible for ensuring the accuracy of calculations related to subtotals and the overall contract total. The pricing breakdown follows the Construction Specification Institute's division system, categorizing costs into divisions such as General Requirements, Concrete, Masonry, and various systems like HVAC and Electrical. Costs for field office overhead and general conditions are classified together and applied universally to the contract. It also emphasizes that specific contract line items are for informational purposes and not separate billable deliverables. Additional costs such as mobilization, insurance, overhead, subcontractor mark-ups, and profit percentages are to be detailed as well. Subtotals and any other itemized costs must be summarized at the end of the document, culminating in the overall contract totals. This pricing structure is crucial for navigating federal RFPs and determining the financial components essential for contract execution.
    The provided document outlines the spatial organization and departmental layout of a healthcare facility, detailing various medical, administrative, and utility areas. Key departments include Nuclear Medicine (NUC MED), Microbiology, Chemistry/Hematology, Oncology, Vascular Lab, Diagnostic Ultrasound, Respiratory Therapy, and Diagnostic Imaging (X-Ray, CT Scan). The facility incorporates numerous exam rooms, offices, waiting areas, staff and patient restrooms, storage rooms, and mechanical/electrical closets. Additionally, it features specialized areas such as a Hot Lab, Dumbwaiter, Conference rooms, and multiple elevator vestibules and stairwells to facilitate patient and staff movement. The layout emphasizes distinct zones for diagnostics, treatment, and administrative functions, ensuring a structured environment for healthcare operations.
    The document outlines renovation plans for a laboratory on the second floor of a Veterans Affairs facility, emphasizing the need to limit work to designated areas, minimize disruption to facility operations, and maintain safety and cleanliness during construction. Contractors are required to comply with governmental standards regarding noise, dust control, and coordination with the resident engineer, while ensuring that all existing structures and systems are restored to their original condition post-renovation. Specific instructions include keeping corridors accessible, patching existing walls after modifications, and properly installing new mechanical and electrical systems as indicated in the provided plans.
    Similar Opportunities
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    Z2DA--OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Replace Exterior Utility Lines Project" at the Jack C. Montgomery VA Medical Center in Muskogee, OK, with a contract value estimated between $2,000,000 and $5,000,000. The project involves replacing exterior water and sewer lines, creating separate fire protection and domestic water loops to mitigate Legionella contamination, and requires compliance with ADA, OSHA, and NFPA standards. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes the importance of safety, quality assurance, and adherence to federal regulations throughout the construction process. Proposals are now due by December 17, 2025, at 2:00 PM CST, and must be submitted via email to Contract Specialist Jesus A. Villegas at jesus.villegas@va.gov.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, focusing on critical infrastructure improvements including dam spillway modifications and drainage enhancements. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with Colorado state regulations while modernizing cemetery facilities. Interested bidders must submit their proposals electronically by January 14, 2026, at 2:00 PM EST, with a virtual bid opening scheduled for the same day at 2:15 PM EST. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    Z2NZ--CON-NRM 653-23-101 Repair-Replace Campus Sewer and Storm Drain Lines
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the project titled "Repair-Replace Campus Sewer and Storm Drain Lines" at the Roseburg VA Medical Center in Oregon. This project involves extensive general construction work, including the repair and replacement of existing sanitary sewer and storm drain systems, with a focus on maintaining continuous operations at the medical center while adhering to strict safety and environmental regulations. The estimated contract value ranges between $20 million and $50 million, with a performance period of 425 calendar days anticipated to begin after the notice to proceed is issued. Interested contractors should note that the solicitation is expected to be posted around mid-December 2025, and they can direct inquiries to Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341.
    Spinal Cord Injury Space (Minor) Construction – Seattle – Project 663-310
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Spinal Cord Injury Space (Minor) Construction project at the Seattle VA Medical Center, identified by Solicitation Number 36C77625B0041. This project aims to enhance facilities dedicated to spinal cord injury care, with an estimated funding amount of $12,630,000.00, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties should note that the bid log indicates competitive offers, with the lowest bid received at $10,084,052.00, and must reach out to Thomas Council at Thomas.Council@va.gov or Joseph Rossano at joseph.rossano@va.gov for further inquiries.
    Y1DA--Copy of Station - CONST Replace Relief Valve Building 200
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for the replacement of a pressure relief valve in Building 200 at the Northport VA Medical Center in Northport, NY. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $25,000 and $100,000, requiring the contractor to complete the work within 30 calendar days following the notice to proceed. The procurement emphasizes compliance with the Buy American Act and includes specific safety and environmental standards, as well as participation goals for minorities and females in construction. Interested contractors must attend a mandatory pre-bid site visit on December 19, 2025, and submit their quotes by December 30, 2025, with all inquiries directed to Contract Specialist Jean M Paul at Jean.Paul@va.gov.
    Z2DA--666-26-121_(C) Gillette Small Upgrade Project (VA-26-00006671)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Gillette Small Upgrade Project at the Gillette VA Clinic in Wyoming, focusing on renovations to improve clinic operations. The project includes correcting drainage issues, replacing an exterior door and frame, and remodeling casework, finishes, and furnishings in three specific areas of the clinic, all while adhering to strict VA construction standards and safety protocols. This opportunity is particularly significant as it is set aside for verified Veteran-Owned Small Businesses (VOSB) or Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $100,000 and $250,000. Interested offerors must submit their proposals via email by January 6, 2026, at 10:00 AM MT, and can direct inquiries to Contract Specialist Elia-Laritza L Ruiz-Manzo at Elia-Laritza.Ruiz-Manzo@va.gov.
    Z1DA--PN: 438-22-600, Improve Campus Bldg Exteriors (SF) AP: 36C263-26-AP-1039
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice (36C26326R0027) to identify Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) capable of performing construction work for the Improve Campus Building Exteriors project at the Sioux Falls VA Medical Center in South Dakota. The project involves extensive roofing and masonry repairs on multiple buildings, primarily focusing on replacing up to 40 roofs, repairing or replacing masonry elements, and installing access ladders, with an estimated construction magnitude between $10 million and $20 million. This procurement is crucial for maintaining the integrity and safety of the medical center's facilities, ensuring they continue to serve veterans effectively. Interested contractors must submit their responses, including company information and a capability statement, by December 31, 2025, at 12:00 PM CT, to Michael W. Freeman at Michael.Freeman3@va.gov.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.