Z1DA--RFI Responses | 595-24-105 Replace Door Frames Bldg 104 DB (VA-26-00010058)
ID: 36C24426R0016Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals for a Design-Build project to replace door frames in Building 104 at the Lebanon VA Medical Center. The project involves upgrading fire-rated walls, replacing five door frames, and reinforcing walls for automatic door operators, all while adhering to VA guidelines and safety standards. This procurement is particularly significant as it aims to enhance the safety and functionality of a healthcare facility, ensuring compliance with applicable codes and regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by November 26, 2025, with a project magnitude estimated between $250,000 and $500,000, and a performance period of 180 calendar days from the Notice to Proceed. For further inquiries, contact Kaitlyn Szlachta at kaitlyn.szlachta@va.gov or (916) 980-6679.

    Point(s) of Contact
    Kaitlyn SzlachtaContract Specialist
    (916) 980-6679
    kaitlyn.szlachta@va.gov
    Files
    Title
    Posted
    This government file outlines comprehensive safety requirements for federal, state, and local projects, emphasizing compliance with various standards such as OSHA, EM 385-1-1, and NFPA. It defines key terms like “Critical Lift” and various “Competent Person” roles, detailing their qualifications and responsibilities in areas like confined spaces, cranes, excavation, fall protection, and scaffolding. The document mandates an Accident Prevention Plan (APP) and Activity Hazard Analyses (AHAs) for all work, requiring their submission and acceptance before project commencement. It also details training requirements for Site Safety and Health Officers (SSHOs) and Competent Persons (CPs), emphasizing regular inspections, mishap reporting protocols, and specific safety measures for high-risk activities like electrical work, fall protection, scaffolding, excavation, cranes, hazardous energy control, confined space entry, and welding. Additional sections cover PPE, pre-construction risk assessments, dust control, tuberculosis screening, and fire safety, all designed to ensure a safe work environment and compliance with stringent government regulations.
    This government file addresses an RFP for a construction project, clarifying scope, schedule, and technical requirements. The project has a 180-day performance period, with construction documents due at 90 days and completion at 180 days. The expected magnitude of the project is between $250,000.00 and $500,000.00. Key clarifications include confirming code requirements are limited to 2-hour rated wall upgrades and smoke dampers, with ADA/ABA and sprinkler coverage explicitly out of scope. The file details specific door, frame, and hardware requirements for various locations, specifying which can be reused and which need 1-hour or 2-hour fire ratings. Existing doors at 14C2 and 11C7 are not reusable due to insufficient fire ratings. New frames are required at 14C2 and 11C7, with specific fire ratings, while frames at 14C7 and 15C1 can be reused. All new 2-hour rated walls must adhere to UL design standards. The VA does not have preferred details for wall fastening, relying on the design-build designer. Four doorways require bracing for automatic operators. Asbestos is not present in the project area, and a fire protection expert is not required, as long as UL, NFPA, and ASHRAE standards are followed. Work affecting hospital operations must be performed after hours. Individual walkthroughs for invasive investigations are permitted for Phase II offerors. Only drawings relevant to the work (Architectural, Mechanical for fire dampers, Electrical for automatic door operators) are required. The scope of work is limited to the openings highlighted in attachment #2.
    This amendment to solicitation 36C24426R0016, previously 36C24425R0151, extends the RFI date and provides additional drawings and specifications for the "Replace Door Frames Bldg 104" design-build project at the Lebanon VA Medical Center. The Department of Veterans Affairs, Network Contracting Office 4, is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220. The project involves design and construction services for replacing door frames in Building 104, estimated between $250,000 and $500,000, with a 180-calendar-day performance period. This is a two-phase design-build solicitation, with Phase I proposals due by November 10, 2025, at 4:00 PM Eastern Time. A pre-bid conference for Phase I is scheduled for October 14, 2024. All offerors must be registered in SAM and verified by SBA VetCert. Questions must be submitted via email by October 24, 2024.
    This government contract modification, numbered 36C24426R0016/0001, issued by the Department of Veterans Affairs, Network Contracting Office 4, extends the Request for Information (RFI) date from October 20, 2025, to October 24, 2025, at 3:00 PM. The modification also provides additional drawings, a specification section, and revised requirements language, including documents such as "013526 Lebanon Safety Requirements Spec 20240516," "AE-102 Doors-Frames-Details - Rev2," "RM Language for Contracts," and "AE-100 Floor Plan - Fire Barrier Upgrade." Despite these changes, the proposal due date remains November 10, 2025, at 4:00 PM Eastern Time. Offers must acknowledge receipt of this amendment to ensure their submission is considered valid.
    This document is an amendment to a previous combined solicitation, reference number 36C24426R0016, for the project titled "RFI Responses | 595-24-105 Replace Door Frames Bldg 104 DB (VA-26-00010058)." The solicitation, issued by the Department of Veterans Affairs, Network Contracting Office 4, has a response date of November 26, 2025, at 16:00 Eastern Time. It is a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside under NAICS code 236220 (Commercial and Institutional Building Construction). The amendment includes several attached documents providing further details, such as RFI responses, a Statement of Work for replacing door frames in Building 104, and pre-bid sign-in sheets. The point of contact for this solicitation is Contract Specialist Kaitlyn Szlachta. This amendment serves to update and provide additional information for potential contractors regarding the door frame replacement project.
    This document is Amendment 0002 to Solicitation 36C24426R0016 for Project 595-24-105, "Replace Door Frames" at the Department of Veterans Affairs, Network Contracting Office 4. The purpose of this modification is to extend the offer receipt deadline to November 26, 2025, at 4:00 PM EST. Additionally, it provides answers to submitted Requests for Information (RFIs), includes pictures, a site visit sign-in sheet, and a revised Statement of Work (SOW). An additional site visit for Phase I is scheduled for November 10, 2025, at 8:00 AM. Offerors must acknowledge this amendment via specified methods to avoid rejection of their proposals.
    The Department of Veterans Affairs (VA) is soliciting proposals for a two-phase design-build project to replace door frames in Building 104 at the Lebanon VAMC. This 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) has a NAICS code of 236220 with a $45.0 million size standard and an estimated value between $250,000 and $500,000. The project requires a 270-calendar day performance period (90 days for design, 180 for construction) from the Notice to Proceed. Proposals will be evaluated using a "Best Value" tradeoff process. Phase I, open to all SDVOSB offerors, evaluates technical approach, technical qualifications, and past performance. The top offerors from Phase I will be invited to Phase II to submit detailed design concepts, management approach, schedule, and price. A site visit is scheduled for 10/14/2025, with Phase I proposals due by 11/10/2025.
    The Department of Veterans Affairs (VA) Network Contracting Office 4 is seeking proposals for a Design-Build project, "Replace Door Frames Building 104" (Project Number 595-24-105), at the Lebanon VA Medical Center. This is a two-phase, Firm-Fixed-Price contract, set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The selected contractor will partner with an Architect Engineering firm to provide design and construction services, ensuring compliance with VA guidelines, EPA requirements, and local codes. The project's magnitude is estimated between $250,000.00 and $500,000.00, with a performance period of 180 calendar days. Phase I proposals are due November 10, 2025, by 4:00 PM Eastern Time. A pre-bid conference/site visit for Phase I will be held on October 14, 2025, at 10:00 AM ET. All offerors must be registered in SAM and verified by SBA VetCert at the time of Phase I submittal. Questions must be submitted in writing via email by October 20, 2024, at 3:00 PM ET.
    The document outlines the pre-solicitation details for replacing door frames at Building 104, identified as Project Number 595-24-105, with a pre-proposal meeting scheduled for October 14, 2025, at 10:00 a.m. It includes a sign-in sheet listing attendees from various construction organizations, along with their names, titles, companies, and phone numbers. The solicitation details suggest an emphasis on collaboration among multiple construction firms for the project.
    The document outlines the layout of a medical facility, detailing various rooms, corridors, and specialized areas. It includes patient rooms, nurse stations, operating rooms (ORs 1-4), recovery areas (PACU, Pre-Op/Hold/Recovery), and emergency services (Triage, ER Registration, Ambulance Entry). Support areas like sterile core, soiled utility, equipment alcoves, and staff facilities (lockers, lounges, toilets) are also specified. Key structural notes indicate the replacement of clouded door frames, extension of walls to decking for support, and new 2-hour rated walls connecting to existing stairwells. This file appears to be a blueprint or architectural plan for a medical facility, likely for construction or renovation within a government RFP context, ensuring compliance with building codes and operational needs.
    The document specifies a construction requirement for achieving a two-hour fire rating in an existing wall. To meet this standard, additional layers of Type "X" 5/8" Gypsum Board must be added to one side of the wall. This is a technical instruction relevant to building modifications, likely within the scope of renovation or upgrade projects outlined in government RFPs, federal grants, or state/local RFPs, where adherence to fire safety codes is critical.
    The document outlines the details for hollow metal door jambs and double egress frames in a renovation project at Building 104, Lebanon VAMC, emphasizing the continuation of studding and drywall to the decking above, along with the need for continuous sealant beads. It specifies the use of 20-gauge metal stud box headers for openings, the reusability of existing doors and hardware, and the replacement of door frames with in-kind materials if the rated wall is upgraded. Detailed schedules and specifications are provided for the construction methods and materials to be used.
    This document, General Decision Number PA20250093, outlines prevailing wage rates for building construction projects in Lebanon County, Pennsylvania, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into or renewed after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed). The document lists specific wage rates and fringe benefits for various trades, including asbestos workers, electricians, carpenters, plumbers, and laborers, along with their effective dates. It also provides guidance on conformance requests for unlisted classifications, information on paid sick leave for federal contractors under Executive Order 13706, and the process for appealing wage determinations.
    The document outlines the layout and functions of a healthcare facility, detailing various rooms and areas. Key sections include patient care (Patient Rooms, PACU, Pre-Op/Hold/Recovery), surgical services (OR-1, OR-2, OR-3, OR-4, Sterile Core, Sub-Sterile, Scrub, Scope Storage/Cleanup), emergency services (Triage, ER Registration, Emergency Waiting, Ambulance Entry), and supporting infrastructure (Nurse Stations, Soiled Utility, Clean Utility, Equipment Alcoves, Staff Lockers, Toilets, Corridors). The file also indicates locations for specialized procedures like Endoscopy and Pain Procedures. The presence of restricted corridors and fire-rated doors highlights safety and operational divisions within the facility. Overall, the document provides a comprehensive blueprint of a medical center's functional zones and logistical pathways.
    The document outlines extensive HVAC and plumbing system requirements, likely for a federal government Request for Proposal (RFP) or grant related to a healthcare or institutional facility renovation. It details various ductwork specifications (Return Air, Cold Air, Supply Air, Exhaust Air) with specific dimensions and routing instructions, often referencing continuation drawings (e.g., 103MH100, 103MH102, 103MP102). Key HVAC notes include the installation of a MERV-17 filter rack with stainless steel ductwork downstream, specific mounting heights for return air grilles, and fully ducted air devices (no flexible duct) in critical areas like the Pain Procedure Room 1307. The plumbing section specifies chilled water supply/return (CHWS/R) and hot water supply/return (HWS/R) piping with sizes ranging from 3/4" to 12", including connections to central utility plants, chillers, and future Air Handling Units (AHUs). There are also provisions for steam, pumped condensate, and drain lines. The document emphasizes coordination with architectural elevations, future projects (e.g., "Renovate Bed Unit," "Oncology Unit"), and adherence to drawing details for piping. Overall, the file details the complex mechanical and plumbing infrastructure required for a significant facility upgrade or new construction project.
    This document is a wage determination for service contracts in Lebanon County, Pennsylvania, under the Service Contract Act. It outlines minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, with annual adjustments. The file lists specific wage rates for numerous occupations across various sectors, from administrative support to technical roles, highlighting fringe benefits like health and welfare, vacation, and holidays. It also details special provisions such as paid sick leave under EO 13706, hazardous pay differentials, and uniform allowances. A conformance process is included for unlisted job classifications, ensuring fair compensation. The document emphasizes that job duties, not titles, determine classification and wage applicability.
    The "Liquidation Damages Formulation Memo" for Solicitation Number 36C24425R0151 outlines the daily liquidated damages for delays in the "Replace Door Frames Building 104 D-B" project. Based on Civilian wage rates effective January 1, 2025, the estimated daily liquidated damages total $609.33. This amount is broken down into two main categories: $340.03 per day for VISN 4 Contracting, Engineering, and Legal reviews (including a Contracting Officer Supervisor, Contract Specialist, and Legal Officer), and $269.30 per day for Facility Engineering (COR/COTR), which includes a Construction Manager and Project Engineer. These figures are derived from historical data related to the time required for additional contract administration due to contractor delays. The purpose of these liquidated damages is compensatory, and the government reserves the right to seek actual damages distinct from the specified liquidated damages. The formulation adheres to Federal Acquisition Regulation 36.206 and will be assessed for each calendar day the construction work extends beyond the scheduled completion date.
    The document outlines essential records management language for Federal contracts, ensuring contractors comply with Federal records laws and policies. It defines 'Federal record' to include information created or maintained by contractors for the agency, excluding personal materials. Key requirements include adherence to NARA policies, proper management and disposition of data, prevention of unauthorized destruction, and immediate reporting of any accidental or unlawful record incidents. Contractors must secure non-public information, obtain approval for sub-contractual relationships involving sensitive data, use Government IT equipment appropriately, and avoid retaining or disseminating protected information. The Agency owns all data rights, and contractors must complete mandatory records management training. This guidance helps integrate robust records management into Federal procurement processes, ensuring legal compliance and safeguarding government information.
    Federal agencies must incorporate specific records management requirements into contracts with entities that create, handle, or receive federal records. This document outlines critical language and obligations for contractors, emphasizing compliance with federal laws and NARA policies, including the Federal Records Act, FOIA, and the Privacy Act. Key requirements include defining what constitutes a “Federal record,” ensuring proper maintenance and preservation of all records (regardless of medium), and preventing unauthorized destruction or removal. Contractors must report any unlawful record incidents, protect non-public information, and obtain approval for sub-contractor relationships involving federal records. The government retains ownership of all data and records produced under these contracts, and contractor employees handling records must undergo agency-provided training.
    The Lebanon VA Medical Center is seeking Design-Build (DB) services for Project No. 595-24-105, "Replace Door Frames Building 104 D-B." This project involves upgrading a 1-hour smoke partition to a 2-hour rated fire partition, replacing five door frames and doors (three with 2-hour rated and two with 1-hour rated), and reinforcing metal stud walls to support automatic door operators in Building 104. The selected DB team will provide all labor, materials, tools, equipment, and design-build services, adhering to VA Criteria, ASHRAE, and VA Specifications. The project requires a 180-day completion schedule, with construction documents due 90 days after the Notice to Proceed. All on-site work must occur during second and third shifts to minimize disruption, complying with strict infection control standards and all applicable codes and regulations, including IBC, NFPA, and OSHA. The DB team is responsible for site investigations, professional architectural and engineering services, construction documents, construction and installation services, and providing certified industrial hygiene services for asbestos surveys. Phasing plans will be determined during the 35% design review to ensure continued VA operations.
    The Lebanon VA Medical Center is seeking Design-Build (DB) services for Project No. 595-24-105, focused on replacing door frames and upgrading fire-rated walls in Building 104. The project involves replacing four door frames (one 2-hour rated, one 1-hour rated, and two non-rated), reinforcing walls for automatic door operators, and upgrading a 1-hour smoke barrier to a 2-hour fire/smoke-rated wall. The DB team is responsible for all design and construction, including site investigations, detailed drawings, specifications, and construction period services. The work must adhere to VA criteria, ASHRAE, and VA specifications, with a strict 180-day completion schedule, including a 90-day design period. All on-site work must occur during second and third shifts to minimize disruption and comply with infection control and safety standards. Submissions are required at 35%, 100% design development, and construction document stages, with specific deliverables for each phase, and the DB A/E is also responsible for asbestos survey investigations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104 at the Lebanon VA Medical Center in Pennsylvania. The project requires the contractor to provide all necessary labor, materials, and design services to ensure compliance with VA guidelines and applicable codes, including the installation of a new Building Automation System and upgrades to HVAC components. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is expected to have a contract value between $1 million and $5 million, with a performance period of 270 calendar days from the Notice to Proceed. Interested parties must submit their proposals for Phase I by December 17, 2025, and direct any inquiries to Kaitlyn Szlachta at kaitlyn.szlachta@va.gov.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Y1DA--528A6-24-603 Replace CLC Doors
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the project titled "Replace CLC Doors" at the Bath VA Medical Center in New York. This project involves the removal and replacement of interior doors, primarily emergency egress doors, in Building 78 (CLC) and Building 76 (Medical Center). The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 236220 for Commercial and Institutional Building Construction, with an estimated cost range between $100,000 and $250,000. Interested bidders must submit a 20% bid bond, and performance and payment bonds will be required. The solicitation is expected to be posted around November 6, 2025, with a response deadline of December 11, 2025. For further inquiries, contact Contracting Officer Devan Bertch at Devan.Bertch@va.gov or call 716-698-6459.
    Z2DA--Repair and Replace Doors 539-22-202
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair and Replace Doors" project at the Cincinnati VA Medical Center and the Ft. Thomas Domiciliary in Kentucky. This procurement involves comprehensive demolition and installation of new doors, frames, and associated hardware across multiple buildings, with a focus on safety and compliance due to the presence of hazardous materials like asbestos and lead paint. The project is critical for maintaining operational integrity and security within the medical facilities, with an estimated value between $500,000 and $1,000,000 and a performance period of 730 calendar days. Bids are due by December 11, 2025, at 1:00 PM EST, and interested parties should contact Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov 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.
    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.
    Z1DA-- Renovate OR for Hybrid Installation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating room (OR) facilities at the VA Northern California Healthcare System in Mather, California. This project involves a comprehensive renovation and expansion of approximately 12,500 square feet, including the upgrade of four existing ORs and the addition of a fifth Hybrid OR, with construction to be phased and temporary OR trailers utilized during the process. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10 million and $20 million, and proposals are due by January 15, 2026. Interested contractors must attend a mandatory site visit on December 11, 2025, and can direct inquiries to Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511.
    463-21-101 CON Repair Bldg 100 Moisture Envelope
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking qualified contractors for a construction project aimed at repairing the moisture barrier of Building 100 at the Anchorage VA Medical Center in Alaska. The project, designated as 463-21-101, involves addressing moisture intrusion and repairing surface damage, with the contractor responsible for all materials, labor, and adherence to strict safety and infection control protocols. This initiative is crucial for maintaining the integrity of the facility and ensuring the continued delivery of healthcare services. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their responses, including a capabilities statement and past performance details, by December 12, 2025, with an estimated project value between $5 million and $10 million. For further inquiries, contact Susan Howe at Susan.Howe2@va.gov or call 360-816-2754.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.