Z2DZ--PROJECT 675-23-103, Bid-Build (BB) Update Lake Nona Canteen
ID: 36C24825R0036Type: Solicitation
AwardedSep 19, 2025
$3.7M$3,728,169
AwardeeMIDWESTERN CONSTRUCTION SERVICES, INC. RUSKIN 33570 FLK
Award #:36C24825C0028
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER HOSPITAL BUILDINGS (Z2DZ)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the "Update Lake Nona Canteen" project, designated as Project 675-23-103, which involves extensive renovations at the Orlando VA Healthcare System. The project aims to enhance the canteen facilities by replacing flooring, addressing water damage, and reconfiguring kitchen spaces, with an estimated construction cost ranging from $1 million to $5 million. This initiative is particularly significant as it emphasizes the VA's commitment to improving healthcare environments for veterans while ensuring compliance with safety and operational standards. Proposals are due by May 19, 2025, at 10:00 AM EST, and interested contractors should contact Contract Specialist Michael C. Zorzi at Michael.Zorzi@va.gov for further details.

    Point(s) of Contact
    Michael C ZorziContract Specialist
    Michael.Zorzi@va.gov
    Files
    Title
    Posted
    The document outlines an amendment related to the government solicitation for the "Update Lake Nona Canteen" project (project number 675-23-103) administered by the Department of Veterans Affairs, specifically through Network Contracting Office 8 in Orlando, Florida. Key modifications include an extension of the proposal due date to May 12, 2025, at 10:00 AM EST, and a revised site visit date set for April 14, 2025, at 3:00 PM EST. Additionally, all Requests for Information (RFI) must now be submitted by April 17, 2025, at 1:00 PM EST. These amendments are crucial for ensuring all prospective contractors have adequate time and resources to submit complete proposals, addressing any queries they may have before the submission deadline. The document emphasizes the procedural requirements for acknowledgment and ensures that all terms and conditions remain unchanged except as specified in this amendment. This information is vital for maintaining compliance and facilitating the contracting process within federal procurement standards.
    The document is an amendment to a Request for Proposal (RFP) regarding the "Update Lake Nona Canteen" project overseen by the Department of Veterans Affairs. The amendment extends the deadline for submitting proposals to May 12, 2025, and includes responses to various Requests for Information (RFIs) related to project requirements. Notable clarifications specify that a superintendent cannot also serve as the Site Safety and Health Officer (SSHO) or Quality Assurance/Quality Control (QA/QC) lead, emphasizing the necessity for full-time, qualified personnel in these roles. The RFI responses address contractor responsibilities, including cleanup, equipment relocation, and interactions with existing food service vendors, such as Hobart. Additionally, the document stipulates the importance of adhering to infection control standards during renovations and provides guidance on submitting necessary documentation, such as safety certifications and performance reports. Overall, the amendment serves to enhance clarity for contractors bidding on the project while ensuring regulatory compliance and operational continuity within the VA facility.
    The document outlines the Request for Proposal (RFP) for the construction project called "Update Lake Nona Canteen," located at the Orlando VA Healthcare System. The project primarily involves the renovation of approximately 20,000 square feet of flooring, repairs to water-damaged walls, and the reconfiguration of kitchen office spaces. All construction activities must occur outside regular operating hours to minimize disruption to patient care. The contractor will be responsible for all labor, materials, and equipment necessary for the execution of the work, adhering to specified safety guidelines, including OSHA standards and infection control protocols. The project is organized into various phases, detailing demolition and construction tasks that ensure operational continuity for the facility. A comprehensive Risk Assessment is required, classifying the project under medium risk, with particular attention to safety measures. Severe record-keeping and reporting requirements are also detailed, emphasizing the importance of compliance with federal laws concerning records management. This initiative demonstrates the commitment of the VA to enhance facility infrastructure while maintaining high standards of safety and operational integrity in a healthcare environment.
    The document outlines the specifications and requirements for the renovation of the Lake Nona Canteen at the Orlando VA Medical Center. The project, under contract 36C24819D0021, emphasizes safety, quality control, and adherence to relevant regulations. It details the scope of work, including general construction and alterations, while maintaining uninterrupted operations at the Medical Center. Key sections include safety requirements, construction security protocols, operations and storage areas, alterations, and disposal and restoration of materials. The contractor is responsible for thorough site preparation, coordination with Medical Center personnel, and ensuring compliance with security and safety protocols. Furthermore, the document specifies that existing utility services must remain operational during renovations, and outlines the management of warranties and the maintenance of operational equipment. This renovation demonstrates the VA’s commitment to enhancing facilities for veterans while ensuring that construction minimizes disruptions and upholds regulatory standards throughout the process. The thorough specifications provide contractors with the guidelines needed to execute the project efficiently and responsibly.
    The project titled "Renovate Building 2 for Canteen" at the VA Medical Center in Orlando, Florida, involves significant renovations to a 22,777 square foot section of the facility. The primary goal is to remodel existing space into a fully functional canteen, ensuring compliance with safety and accessibility standards. The project will follow a phased construction plan to minimize disruption and includes demolition, upgrades to kitchen utilities, and the installation of new equipment. The renovation phases consist of: 1. **Phase 1**: Demolition of existing dishwash and preparation areas, including utility updates and flooring installation. 2. **Phase 2**: Renovation of the retherm area and upgrades to temporary utilities while maintaining access to kitchen work areas. 3. **Phase 3**: Construction of new office spaces and storage areas, coordinating with the VA for operational efficiency. 4. **Phase 4**: Final adjustments and replacement of flooring in critical areas while continuing operational functionality. The project emphasizes safety protocols, including the maintenance of existing fire exit routes and compliance with all relevant codes (NFPA, IBC). Mold remediation follows VA guidelines, underpinning the administration's commitment to health and safety. The document serves as essential planning material aligned with federal mandates for construction and facility management within the Veterans Affairs sector.
    The Presolicitation Notice outlines the upcoming project titled "Update Canteen at Lake Nona" by the Department of Veterans Affairs. This project, identified as 675-23-103, seeks construction services for updating the canteen at the Lake Nona Healthcare Facility located in Orlando, Florida. The solicitation number is 36C24825R0036, with a response deadline set for March 19, 2025. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, aiming for contracts within a construction budget ranging from $1,000,000 to $5,000,000. Contractors are required to register in the System for Award Management (SAM) and obtain certification as SDVOSB. The project is expected to be completed within 540 days post-issuance of the Notice to Proceed and will implement a trade-off source selection process for best value consideration. Contractors must comply with environmental regulations, ensuring pollution prevention and waste minimization. All additional project details can be found in related attachments, including the Statement of Work and specifications for the Lake Nona Canteen. The notice serves to alert potential vendors that formal proposals should only be submitted once the RFP is officially released.
    The document presents an assessment report for the renovation of the Canteen at the Lake Nona VA Medical Center in Orlando, Florida. Conducted by GLE Associates, Inc., the assessment aimed to identify potential hazardous materials, including asbestos, lead-containing paint, polychlorinated biphenyls (PCBs), and mold, in accordance with safety regulations. The investigation revealed no detectable asbestos, lead, or PCBs in the sampled materials. However, visibly mold-impacted areas were identified in specific locations, necessitating remediation. The report outlines sampling methodologies, analytical results, and recommendations for cleaning and remediation of affected materials, emphasizing adherence to established safety standards. Overall, the assessment ensures the facility's safety and regulatory compliance prior to construction activities, marking an important step in the facility's renovation process.
    The document outlines the renovation specifications for the Lake Nona Canteen at the Orlando VA Medical Center under Contract 36C24819D0021, Project 675-23-103. It primarily focuses on noise and vibration control for HVAC systems and steam and condensate heating piping within the facility. Key specifications emphasize quality assurance, material requirements, and installation processes to minimize noise and vibration from HVAC equipment and ensure proper steam and condensate handling. The noise criteria stipulate permissible levels for various types of rooms, while vibration tolerances are set for rotating equipment. The document also details the materials and methods required for constructing the heating piping, including guidelines for pipe types, fittings, and fittings' specifications. It reinforces compliance with recognized standards, including those from ASME and ASTM, ensuring a high-quality construction process. In conclusion, the renovation project emphasizes improving operational efficiency and comfort within the VA medical facility in compliance with safety and health regulations, reflecting the government's commitment to providing quality care environments for veterans.
    The Renovate Lake Nona Canteen project at the Orlando VA Medical Center aims to upgrade the facility by following specific construction specifications outlined in a comprehensive document. This project requires the contractor to complete renovations, including demolition, and construction of new features, ensuring that all work adheres to the Department of Veterans Affairs standards. The requirements cover a wide array of construction disciplines including safety, quality control, plumbing, electrical systems, HVAC, and site management. The document emphasizes coordination with ongoing operations at the Medical Center, mandating that work is conducted without interrupting patient care or other facility functions. Strict security and safety protocols are mandated, including access controls, utility management, and detailed reporting on material and equipment handling. The contractor must prepare as-built drawings, manage warranties, and ensure proper maintenance procedures upon project completion, supporting the VA’s focus on functional and aesthetic improvements. Overall, this project illustrates the VA's commitment to enhancing the healthcare environment for veterans through systematic facility upgrades while maintaining high standards and operational efficiency.
    The project titled "Renovate Lake Nona Building 2 for Canteen" involves the extensive remodeling of 22,777 square feet within an existing hospital in Orlando, Florida, to enhance its canteen facilities. The renovation will include upgrading support spaces, kitchen equipment, and flooring finishes, while maintaining compliance with safety and accessibility standards. The project is segmented into four phases to minimize disruption during construction, with specific tasks outlined for each phase, including demolition, installation of new utilities, and coordination of kitchen schedules. Key contractors must verify existing conditions, coordinate the removal and reinstallation of equipment, and ensure that fire safety measures and accessibility requirements are upheld throughout the construction process. The renovation adheres to various safety codes and standards, ensuring that existing paths of egress remain unobstructed. This initiative underscores the VA’s commitment to improving facility infrastructure while prioritizing the health and safety of its personnel and clients.
    The document outlines the general decision number FL20250218 for building construction projects in Orange County, Florida, emphasizing compliance with the Davis-Bacon Act and recent Executive Orders. It details the minimum wage requirements for federal contractors, categorizing them based on the contract's award date. Projects from January 30, 2022, must pay at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour. The document provides a comprehensive wage determination listing applicable classifications and corresponding rates for various trades, including asbestos workers, carpenters, electricians, and operators, among others. Special notes on unlisted job classifications, the appeals process for wage determinations, and additional worker protections under executive orders, such as paid sick leave, are also described. This guidance is essential for contractors and workers to ensure adherence to federal wage standards and protections in construction contracts. The information aims to facilitate compliance and clarify expectations for labor standards in federally funded projects.
    The document is a Pre-Award Contractor Evaluation Form required for bidders to submit with their proposals for government contracts. It requests essential information, including company details, OSHA records, and safety compliance metrics for the years 2021 through 2024. Key aspects include the number of man hours worked, cases involving work-related incidents, and the Days Away, Restricted, or Transferred (DART) rate. Contractors must disclose any serious, willful, or repeat OSHA violations from the last three years, with stringent disqualification criteria outlined for those that exceed allowable thresholds. Additionally, the form requires the North American Industrial Classification System (NAICS) Code, the administering individual for the company’s Safety and Health Program, and the company's Experience Modification Rate (EMR) from the past three years. An EMR above 1.0 and other safety violations may disqualify contractors, emphasizing the importance of safety compliance in obtaining federal grants or contracts. This form is indicative of the rigorous safety and health screening processes in place for government procurement, ensuring that contractors demonstrate a commitment to maintaining a safe work environment.
    The "Specialized Experience Form" outlines submission requirements for contractors responding to federal and state RFPs, focusing on three relevant projects. Each submission must include contractor details, project titles, roles, completion status, challenges faced, and financial information. Contractors should specify their contribution percentage and detail their performance duration, including original and actual completion dates. The form emphasizes the need for a thorough description of the scope of work, relevance to current solicitations, and any encountered obstacles, along with steps taken to resolve them. Additionally, it asks for clarifications on contract terminations and the differences between original and final contract prices. This structured approach aims to assess a contractor's competence and experience to ensure quality project execution and compliance with procurement standards. The emphasis on specific information aids evaluators in determining contractor suitability for government contracts.
    The document outlines a detailed cost breakdown for a project that includes various divisions representing different construction tasks. Each division specifies labor and material costs associated with elements such as concrete, masonry, metals, and HVAC systems, although specific amounts are left blank. Moreover, the document emphasizes the need for precision in the pricing details, requesting offerors to provide a price breakdown to avoid lump sum quotes. An overarching summary total for labor, materials, and additional costs—including overhead, profit, and bond percentages—will ultimately form the base offer cost for government price analysis purposes. This structured approach supports transparent budgeting and comparison for government RFPs, ensuring comprehensive cost evaluation essential for informed decision-making in federal and state project procurement.
    The Contractor’s Past Performance Questionnaire serves as a tool for the Department of Veterans Affairs (VA) to evaluate bid submissions from contractors seeking government contracts. Contractors are instructed to complete their information and distribute this questionnaire to previous clients for performance assessment. Clients provide insights into the contractor's ability to fulfill contract requirements, effectiveness in management, quality control, and overall performance. Ratings on a scale from 1 (unsatisfactory) to 5 (exceptional) are utilized, alongside mandatory narrative explanations for lower ratings. Key focus areas include management capabilities, adherence to quality control, problem resolution, schedule management, and warranty responses. The completed questionnaires must be submitted electronically to the designated contract specialist. This process facilitates the VA’s decision-making by verifying contractor experience and capability, ensuring quality service delivery in subsequent contracts. Overall, the documentation emphasizes the importance of past performance in enriching proposals for federal contracting opportunities.
    The document specifies the limitations on subcontracting for Veterans Affairs (VA) contracts as per 38 U.S.C. 8127(l)(2). Offerors must certify compliance with restrictions on subcontracting to ensure a certain percentage of the contract value is retained within Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For service contracts, the limit is 50%, for general construction, it is 85%, and for special trade construction, it is 75%. Costs related to materials are excluded from these limits. Moreover, non-compliance can lead to serious consequences, including referrals to the VA Suspension and Debarment Committee or prosecution for false certifications. Offerors are obligated to provide documentation to VA officials upon request to demonstrate compliance with these requirements, which is crucial for the evaluation of offers. The completed certification must accompany any bid, quotation, or proposal, and offers without this certification will be deemed ineligible. This document underscores the VA's commitment to ensuring that contracts benefit veteran-owned businesses while ensuring integrity in government contracting processes.
    The document outlines a solicitation from the Department of Veterans Affairs (VA) for the construction project titled "Update Lake Nona Canteen" at the Orlando VA Healthcare System. This project involves renovations and repairs, including replacing 20,000 square feet of flooring, addressing water damage, and reconfiguring kitchen spaces. The estimated construction costs range between $1 million and $5 million, and it is specialized for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Contractors are required to start work within specific timelines after award and are expected to work outside regular hours to minimize disruption to patient care. A site visit is scheduled, and submissions for proposals are due by May 5, 2025. The document emphasizes compliance with various safety, labor, and environmental standards, including the involvement of OSHA-trained personnel. Key provisions and requirements for bidding, including performance bonds and workforce diversity goals, are stipulated to ensure fair practices and accountability in government contracting. The solicitation highlights the importance of integrity and proper verification for businesses participating in government contracts, reinforcing the VA's commitment to fostering opportunities for veteran-owned entities while ensuring high standards for safety and performance standards in facility renovations.
    The document pertains to an amendment of the solicitation 36C24825R0036 for a Bid-Build project aimed at updating the Lake Nona Canteen, under Project Number 675-23-103, administered by the Department of Veterans Affairs' Network Contracting Office 8. The amendment serves to clarify Evaluation Factor 1, Subfactor I concerning the technical approach required from bidders. The proposal deadline remains unchanged, set for May 19, 2025, at 10:00 AM EST. Offerors are required to acknowledge receipt of this amendment. Bidders must submit four example projects illustrating their experience and capabilities relevant to the healthcare environment, demonstrating essential trade coordination work. The example projects should detail how the bidder’s work aligns with the requirements of the prospective contract. This clarification is crucial for ensuring that submissions meet the desired standards and provide a basis for evaluating the bidders' qualifications effectively. Overall, the document highlights the VA's structured approach to securing specialized contractors for their facility updates.
    Similar Opportunities
    Z1DA--Remodel Building 1, Marion 610-21-101
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Building 1" project at the VA Northern Indiana Healthcare System in Marion, Indiana. This comprehensive renovation project, estimated to cost between $10 million and $20 million, involves the remodeling of approximately 20,000 square feet, including hazardous material abatement, structural modifications, and upgrades to HVAC, electrical, and IT/security systems. The project is critical for consolidating various services within the facility while ensuring compliance with safety and environmental regulations, particularly concerning the removal of hazardous materials such as asbestos and lead-based paints. Bids are due by January 30, 2026, at 9:00 AM EST, with a mandatory pre-bid site visit scheduled for January 6, 2026. Interested contractors should contact Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Z1DA-- Renovate OR for Hybrid Installation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating rooms for a hybrid installation at the VA Northern California Healthcare System in Mather, California. This project involves the comprehensive renovation of approximately 12,500 square feet of existing operating room space, including the upgrade of four operating rooms and the addition of a fifth hybrid operating room, with a focus on adhering to current VHA Design Guides. The renovation is crucial for enhancing surgical capabilities and ensuring compliance with modern healthcare standards. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by January 29, 2026, following a mandatory site visit on December 11, 2025. For further inquiries, contractors can contact Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511. The estimated project value ranges between $10 million and $20 million.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for a significant construction project at the Malcom Randall VA Medical Center in Gainesville, Florida, aimed at replacing deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24. This project, designated as 573-21-705, involves comprehensive site preparation, demolition, and installation of new HVAC systems to enhance operational efficiency and reliability within the medical facility. The estimated value of the contract ranges between $50 million and $100 million, with a performance period of approximately 1,095 calendar days following the notice to proceed. Interested contractors should note that the Request for Proposal (RFP) is expected to be posted on or around January 2, 2026, and all inquiries must be directed to Amber C. Milton via email at Amber.Milton@va.gov.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.