Y1DA--Project 688-CSI-013 Cardiac Cath Lab Replacement Room 4A124 at the Washington DC VAMC
ID: 36C24525R0080Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the construction and renovation of the Cardiac Cath Lab Replacement Room 4A124 at the Washington DC Veterans Affairs Medical Center. This project involves comprehensive renovations, including selective demolition, upgrades to mechanical, electrical, and plumbing systems, and the installation of a new hybrid cardiac catheterization system, all aimed at enhancing healthcare services for veterans. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated budget between $2 million and $5 million, and a completion timeline of 240 calendar days. Proposals are due by August 29, 2025, and interested contractors should direct inquiries to Contracting Officer Liana J Holland via email at Liana.Holland@va.gov.

    Point(s) of Contact
    Liana J HollandContracting Officer
    No phone calls - emails only please
    no faxes
    Liana.Holland@va.gov
    Files
    Title
    Posted
    The document outlines a solicitation by the Department of Veterans Affairs (VA) for the construction of the Cardiac Cath Lab Replacement at the Veterans Affairs Medical Center in Washington, D.C. The project involves renovating approximately 2,200 square feet, including interior renovations and installation of necessary systems, with a projected cost between $2 million and $5 million. The contract is specifically earmarked for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with various regulations and safety protocols during construction. The contractor is expected to provide all materials, labor, and relevant equipment while adhering to a strict timeline of 240 days for completion post-award. Proposals must include comprehensive pricing specifications and past performance documentation, evaluated based on several criteria, including professional qualifications and firm capacity. Additionally, a highly-recommended site visit is scheduled for potential bidders, and a pre-submission inquiry deadline is established. Health and safety guidelines such as infection control measures, hazardous material management, and environmental protection protocols must be followed. The project emphasizes contractor oversight, coordination with VA personnel, and adherence to safety and construction regulations, highlighting the project's significance for healthcare enhancement in the VA system.
    The government document outlines the Request for Proposal (RFP) for the construction and renovation of the Cardiac Cath Lab Replacement Room at the Washington DC Veterans Affairs Medical Center. The project (Number 688-CSI-013) involves interior renovations of approximately 2,200 square feet, including selective demolition and upgrades to mechanical, electrical, and plumbing systems, designed to minimize disruption to patient care. The RFP is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a budget estimated between $2 million and $5 million. Proposals are due by August 29, 2025, with essential requirements including a site visit scheduled for July 16, 2025, and submission of a detailed proposal addressing technical and pricing breakdowns. The contractor must adopt an Infection Control Risk Assessment plan and manage hazardous materials in compliance with federal regulations. The contract mandates a timeline of 240 days from the Notice to Proceed, and performance will be monitored by the Contracting Officer and designated representatives. This project exemplifies the government's commitment to enhancing healthcare infrastructure while prioritizing safety and regulatory compliance throughout the construction process.
    The Department of Veterans Affairs (VA) is preparing to solicit proposals for the construction project titled "Cardiac Cath Lab Replacement Room 4A124" at the Washington DC Veterans Affairs Medical Center. The project involves comprehensive renovations, including selective demolition, upgrading architectural and engineering systems, and installing new finishes. Only Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) can compete for this contract. The construction is estimated to cost between $2 million and $5 million and is expected to be completed within 240 calendar days. Firms must hold necessary licenses, be registered with the SBA and SAM, and compliant with federal regulations. The solicitation will be published as an Open Market RFP on or about July 3, 2025, which will include detailed evaluation criteria. A site visit is planned approximately two weeks after the solicitation's release. The focus of this presolicitation notice is on preparing eligible contractors for the upcoming bidding opportunity while promoting veteran-owned businesses within the federal contracting space.
    The file pertains to the modification of a solicitation notice for Project 688-CSI-013, which involves the replacement of Cardiac Cath Lab Room 4A124 at the Washington DC Veterans Affairs Medical Center. The document includes essential details such as the contracting office's address, the proposal response deadline set for August 29, 2025, and indicates that Recovery Act funds will not be utilized. It specifies the Product Service Code (Y1DA) and NAICS Code (236220) relevant to the project. Additionally, the modification addresses responses to submitted Requests for Information (RFIs), updates to evaluation criteria, updated specifications, and site visit details. Attached materials include specific documents for review: a modification notice, detailed specifications for the Cath Lab, and attendance records for the pre-bid site walk. This communication highlights the ongoing procurement process to replace critical facilities at the VAMC, emphasizing transparency and updated project information for potential contractors participating in the bidding process.
    The document outlines an amendment to the Request for Proposals (RFP) from the Department of Veterans Affairs for the construction of a Ceiling Mounted Patient Lift System. Key updates include answers to submitted Requests for Information (RFIs), revised evaluation criteria, and a list of site visit attendees. The proposal deadline has been extended to August 29, 2025, at 10:00 AM EST, and a checklist is provided to facilitate complete submissions. Key evaluation factors include: the qualifications of the Project Manager and Site Superintendent, each requiring at least five years of relevant healthcare construction experience, demonstrated High Cost/High Tech project experience, and compliance with specific submission guidelines. The proposal must include detailed examples of previous projects, emphasizing both completed and operational healthcare facilities. The document stresses the importance of adhering to submission formats and provides instructions for the proposal sections. It highlights the priority for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) participation and outlines penalties for non-compliance with relevant regulations. The document emphasizes thorough presentation of qualifications to ensure successful evaluation and ultimately awards contracts based on technical and price factors.
    The document outlines the construction requirements for the installation of the Azurion 7 C20 medical imaging system at the VA Medical Center in Washington, DC. It specifies essential site preparation, including structural and electrical requirements, to ensure a smooth installation. Key responsibilities are assigned to the customer, including compliance with safety and building codes, obtaining necessary permits, and creating a dust-free environment. Philips stresses the importance of a multidisciplinary project team consisting of various professionals to facilitate effective design and implementation. The file contains a detailed revision history and project management information. It includes specifications for equipment layout, support details, and electrical requirements essential for operational functionality. Special attention is given to HVAC, floor loading, and ceiling support structures to accommodate the equipment's requirements. In compliance with federal guidelines, the document emphasizes infection control and safety measures during installation. Overall, it serves as a comprehensive guide for architects, engineers, and contractors involved in the project, ensuring all parties understand their roles and responsibilities to achieve a successful equipment deployment.
    The document outlines the initial submission of a preliminary package for the installation of Skytron products, specifically focused on mounting structures and equipment for medical facilities in Washington, DC. Key sections detail the necessary drawings, equipment specifications, and installation requirements, emphasizing the importance of adhering to custom specifications to avoid conflicts. Structural requirements for mounting structures, including sway bracing, ceiling plates, and expansion anchors, are highlighted to ensure stability and safety. Electrical and communication specifications are also included, detailing wiring for medical gas outlets, circuits, and system integrations. The document warns that deviations from approved plans may incur additional fees and stresses compliance with federal, state, and local regulations regarding electrical connections and safety. This submission is pivotal for projects received through government RFPs or grants, ensuring that installations meet necessary health and safety standards while integrating advanced medical technology efficiently. Consistent communication with Skytron representatives is encouraged throughout the process to facilitate compliance and technical assistance.
    The document outlines the renovation project for a fourth-floor cath lab at the U.S. Department of Veterans Affairs. The project involves significant upgrades, including the integration and installation of electrical systems, fire alarms, and lighting controls, aiming for complete compliance with safety standards. Key submissions for various project phases are indicated: 35% submission by January 30, 2024, 65% by April 5, 2024, and final construction documents due by May 20, 2025. The design work is led by A Design Group, LLC, with input from NK Architects. Detailed electrical plans include wiring diagrams, power supply layouts, and lighting design specifications, showcasing a thorough approach to modernizing the facility’s infrastructure. The renovations prioritize the improvement of mechanical and electrical systems, reflecting the VA's commitment to enhancing healthcare environments for veteran services. Compliance with existing regulations and standards is emphasized throughout the planning stages, ensuring both functionality and safety in the operational areas post-renovation.
    The document pertains to a fire protection project planned for the renovation of the 4th floor Cath Lab at the U.S. Department of Veterans Affairs facility located at 50 Irving St NW, Washington, DC. The renovation aims to implement a fully sprinklered fire protection system and includes various phases of submissions leading to construction. Key architectural and engineering contributions come from A Design Group, LLC represented by Frank V. Sturgeon, AIA, and Ambrish Rastogi, PE. Submissions are scheduled at different percentages of completion, culminating in a final issuance for construction on May 20, 2025. The plans include detailed notes on demolition work and new work required for enhancing fire protection measures, as well as phasing plans for effective project management. The emphasis on adhering to rigorous safety standards underscores the project's goal of improving the facility's safety infrastructure while complying with federal regulations. This initiative reflects the VA’s commitment to upgrading healthcare facilities to better serve veterans while ensuring their safety and security.
    The document outlines the renovation project for the 4th Floor Cath Lab at the U.S. Department of Veterans Affairs, emphasizing the full sprinkler systems and mechanical upgrades scheduled for completion by May 20, 2025. It includes several submission phases: 35% due on January 30, 2024; 65% on April 5, 2024; 95% on May 31, 2024; and 100% by March 21, 2025, before the construction phase. The drawings detail demolition and new installation plans, focusing on the mechanical aspects such as ductwork, piping, and controls. A series of floor plans and notes delineate the areas of work, highlighting the coordination needed among multiple contractors and engineering disciplines. Moreover, the document conforms to VA standards and emphasizes safety protocols, including infection control and compliance measures essential for operational functionalities within the building. This project reflects the VA's commitment to enhancing healthcare facilities through systematic renovations while adhering to rigorous safety and engineering standards.
    The document outlines the renovation project for the 4th floor Cath Lab at the Veterans Affairs facility located at 50 Irving St, Washington, DC. The initiative requires various plumbing modifications including demolition of existing systems and installation of new plumbing and medical gas systems, all in adherence to VA standards and safety regulations. The project timeline includes multiple submission phases culminating in a final "Issued for Construction" phase scheduled for May 20, 2025. Key architects involved are from A Design Group, with Frank V. Sturgeon leading the architectural design and Ambrish Rastogi overseeing engineering tasks. The document emphasizes phased demolition and new work plans while ensuring compliance with fully sprinklered fire safety protocols. It serves to guide contractors on the necessary construction requirements along with providing detailed drawings and notes pertinent to plumbing and medical gas layouts. This renovation project underscores the commitment of the Department of Veterans Affairs to enhance facility functionality and safety through systematic upgrades and modernization efforts.
    The document outlines specifications for the installation of a Ceiling Mounted Patient Lift System at the VA Medical Center in Washington, DC as part of the 4th Floor Cath Lab Renovation project (VA Project # 688-22-102). It details requirements for certification, installation, testing, and compliance with safety standards, including ISO and UL. The General Contractor must ensure structural integrity by providing signed and sealed shop drawings approved by a Registered Structural Engineer. The system is designed for transferring physically challenged patients, with specifications for lift unit capacity, safety features, and necessary components like motors and batteries. The project mandates thorough inspections pre- and post-installation, with periodic checks by the manufacturer. Additionally, training for personnel on the lift’s operation is required. This renovation reflects the VA's commitment to improving healthcare infrastructure and maintaining high safety standards within medical facilities.
    The document outlines the construction specifications for the renovation of the 4th Floor Cath Lab at the VA Medical Center in Washington, D.C. The project aims to modernize the existing facilities and equipment used for cardiac catheterization and related procedures, encompassing various support spaces. Key tasks include the renovation of procedure rooms, installation of a new hybrid cardiac catheterization system, and significant infrastructure improvements to meet current VA guidelines and standards. The specifications provide a detailed organization of the construction requirements, addressing safety protocols, project schedules, quality control, and essential construction processes. This includes managing the temporary disruption of services to ensure the hospital's operations continue seamlessly, specifying strict adherence to security protocols, and outlining responsibilities regarding waste disposal and existing utility services. The document emphasizes the importance of phasing construction activities to optimize access for patients and staff while maintaining regulatory compliance. The overarching goal reflects the VA's commitment to enhancing healthcare facilities, ensuring effective operational continuity, and providing a safe environment for veterans receiving care.
    The document comprises architectural and engineering specifications for a renovation project of the 4th Floor Cardiac Lab at the Veterans Affairs (VA) facility in Washington, DC. It highlights the submission schedule for design phases including 35%, 65%, 95%, and final 100% versions leading to construction issuance on May 20, 2025. Key components include structural details, dimensions, and material specifications, designed for a fully sprinklered environment as dictated by safety standards. The document emphasizes compliance with pertinent codes and standards while reiterating the involvement of architects and engineers affiliated with NK Architects and A Design Group, LLC. These plans are crucial for ensuring project execution within regulatory frameworks, ultimately enhancing the healthcare infrastructure for veterans.
    The VHA Infection Control Risk Assessment (ICRA) template offers guidelines for evaluating infection control measures during construction, renovation, and maintenance within healthcare facilities. It outlines a systematic approach to categorize activities by risk level (A-D), determining patient risk categories (Low, Medium, High, Highest), and corresponding infection prevention precautions (I-IV). The document emphasizes the need for customized control measures based on site-specific conditions and highlights the importance of collaboration with Infection Prevention and Control departments. The process involves assessing the activity type and area affected, classifying the patient risk, and applying appropriate infection control strategies. For higher-risk activities, stringent precautions such as negative pressure ventilation, critical barriers, and specialized cleaning protocols are mandated. The document also includes permit requirements for high-risk activities and provides a detailed list of post-activity cleaning and system checks to ensure safety. Overall, the ICRA serves as a comprehensive framework designed to mitigate infection risks without compromising patient care throughout construction processes in VA facilities.
    The Department of Veterans Affairs has issued a Past Performance Questionnaire for contractors interested in the construction project for the Cardiac Cath Lab Replacement Room at the Washington DC VAMC. Contractors must provide their company information and reference contacts who will evaluate their past performance using a structured rating system from 0 to 5. The evaluation focuses on quality, management, compliance with safety regulations, and infection control. Assessors will provide remarks on overall satisfaction and the contractor's initiative to solve problems. The purpose of this document is to gather relevant performance data to inform the decision-making process for awarding contracts, ensuring that the contractors meet the high standards required for federal projects. The questionnaire seeks detailed feedback on various aspects of contractor performance to facilitate a transparent and effective procurement process. Responses must be returned promptly to ensure timely project progression. This reflects the government's commitment to accountability and quality in the execution of federal contracts.
    The VHA Pre-Construction Risk Assessment (PCRA) provides a standardized framework for assessing risks associated with construction, renovation, and maintenance activities in healthcare settings. It outlines minimum requirements to categorize activities and their safety risks, ensuring that precautions are in place to protect patients, employees, and contractors. The PCRA emphasizes the need for effective communication and coordination plans during project planning and phase execution. Activities are classified into several types based on their duration, impact, and safety measures required, ranging from minor inspections to large-scale renovations. It also mandates ongoing evaluations of the risks as activities progress and highlights the necessity of maintaining control measures until the completion of work. An Infection Control Risk Assessment (ICRA) must be performed in conjunction with the PCRA if required. Adjacent areas affected by construction must have tailored communication plans to minimize disruption, emphasizing cooperation with respective points of contact. The document concludes with a permit form for project transparency, detailing roles and responsibilities for project oversight. This comprehensive risk assessment framework underscores the commitment to providing a safe environment during construction activities in healthcare facilities, ensuring compliance with regulatory standards and commitment toward patient safety.
    Similar Opportunities
    C1DA--657A5-26-103, Renovate Building 42 - Specialty Care Clinic (Old Lab Area), (VA-26-00017944)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architectural and engineering (A&E) firms to renovate a 4,700-square-foot section of Building 42 at the Marion VA Medical Center, transforming the old laboratory area into a modern Cardiology Examination Clinic, Stress Testing Clinic, and Device Clinic. This procurement, identified as project number 657A5-26-103, is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms and requires comprehensive design services, including updates to architectural, structural, mechanical, plumbing, electrical, and fire protection systems, while adhering to VA standards and sustainable design principles. Interested firms must submit their qualifications via Standard Form 330 by December 10, 2025, with an estimated construction cost of $4,855,650, and should direct inquiries to Contract Specialist Kevin A. Mahoney at Kevin.Mahoney3@va.gov or by phone at 913-684-0141.
    Z1DA--Relocate Infusion Clinic and Hemo Offices - 539-21-207
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the relocation of the Infusion Clinic and Hemo Offices at the Cincinnati VA Medical Center. The project involves renovating approximately 2,056 gross square feet of space, including general construction, mechanical, electrical, plumbing, and technology trades, as well as asbestos and lead-based paint abatement. This construction effort is critical for enhancing healthcare services provided to veterans, with an estimated project value between $1,000,000 and $5,000,000. Interested service-disabled veteran-owned small businesses (SDVOSB) should contact Contracting Officer Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718 for further details, with the Invitation for Bids expected to be posted around November 20, 2025.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Buyer not available
    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.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Buyer not available
    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--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for Project 648-20-116, which aims to correct electrical deficiencies at the Vancouver VA Medical Center. This project involves replacing, modifying, or upgrading existing electrical power distribution equipment in accordance with a Wiley-Wilson arc-flash report, and includes conducting a facility-wide arc-flash hazard risk assessment upon completion. The work is critical for ensuring the safety and operational efficiency of the medical facility's electrical infrastructure. The solicitation is set to be posted around December 2025, with an estimated contract value between $5,000,000 and $10,000,000, and is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested contractors can contact Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341 for further information.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Buyer not available
    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.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.