Repair FTD Building Envelope
ID: 36C25026Q0047Type: Presolicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)

Set Aside

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

    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.

    Point(s) of Contact
    Samuel Galbreath
    samuel.galbreath@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting quotes for the "Repair FTD Building Envelope" project at the Cincinnati VAMC. This project, identified by Solicitation Number 36C25026Q0047, involves structural and waterproofing renovations to the Fort Thomas Domiciliary penthouses (approximately 700 linear feet) and the front patio accent wall (approximately 870 square feet). The work includes demolition, structural reinforcement, waterproofing, lightning protection system installation, and aesthetic restoration. The performance period is 122 calendar days from the Notice to Proceed. This is a Firm-Fixed-Price contract under NAICS code 236220 with a size standard of $45 million. Eligibility requires certification as a Service-Disabled Veteran-Owned Small Business (SDVOSB/VOSB) and submission of a certificate of compliance for limitations on subcontracting. Quotes are due by January 7, 2026, at 1630 EST via email to samuel.galbreath@va.gov. A site visit is scheduled for December 10, 2025, at 8 AM. Alternative payment protections apply, and no bid guarantee is required.
    This Presolicitation Notice details Project 539-25-509, "Repair FTD Building Envelope," for the Department of Veterans Affairs. The project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves infrastructure upgrades at the Cincinnati VA Medical Center. Key work includes repairing the degrading parapet roof with waterproofing and structural repairs (700 LF focus), integrating a lightning protection system, and restoring the front patio accent wall (870 sq. ft.). The estimated construction magnitude is between $25,000 and $100,000, with a performance period of 122 days. The solicitation, under NAICS 236220, is expected to be issued around November 26, 2025. Contact Samuel Galbreath at samuel.galbreath@va.gov for inquiries. This notice is not a request for proposal; all necessary information is contained within.
    The Pre-Award Contractor Safety and Environmental Record Evaluation Form is a crucial document for Solicitation # 36C25026Q0047, designed to assess a contractor's safety and environmental compliance. It requires detailed information from the past three years, including OSHA 300 Forms data on man-hours, cases involving days away from work or restricted activity, and DART rates. Contractors must also disclose any serious, willful, or repeat OSHA violations and provide explanations. The form requests the company's NAICS Code, details on who administers their Safety and Health Program, and their Insurance Experience Modification Rate (EMR). This evaluation ensures that potential contractors meet stringent safety and environmental standards before being awarded a government contract, aligning with federal procurement requirements.
    The Department of Veterans Affairs, Network Contracting Office (NCO) 10, has issued a Request for Information (RFI) under project number 36C25026Q0047, titled "Repair FTD Building Envelope." The project, located at the Cincinnati VAMC, 3200 Vine St, Cincinnati OH 45220, pertains to the repair of the building envelope for project 539-25-509. The RFI is being handled by Contract Specialist Samuel Galbreath, and any responses or inquiries will be addressed via amendment(s). The document solicits information related to this construction and repair effort.
    VAAR 852.219-75 outlines the Department of Veterans Affairs (VA) policy on limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). This clause, applicable to federal government solicitations, requires offerors to certify compliance with specific subcontracting limits based on the contract type. For services, contractors cannot pay more than 50% of the government-paid amount to non-certified SDVOSB/VOSB firms. General construction contracts limit this to 85%, while special trade construction contractors are capped at 75%. The cost of materials is excluded for construction contracts. The regulation emphasizes that false certifications can lead to severe criminal, civil, or administrative penalties. The VA reserves the right to request documentation to verify compliance and may impose sanctions, including referral to the Suspension and Debarment Committee, fines, or prosecution, for non-compliance or bad faith actions. Offerors must complete and submit a formal certification for their bid to be considered eligible for award.
    VHA Directive 1192.01 establishes a mandatory seasonal influenza vaccination program for all Veterans Health Administration (VHA) health care personnel (HCP). This policy aims to prevent influenza transmission within VHA facilities, protecting vulnerable patient populations. All HCP must receive an annual vaccination or obtain an exemption for medical or religious reasons. Those with exemptions are required to wear a face mask during influenza season. Non-compliance may lead to disciplinary action, including removal from federal service. The directive outlines responsibilities for various VHA offices and personnel, from the Under Secretary for Health to individual HCP, ensuring program implementation, oversight, and reporting. This reinforces VHA's commitment to public health and patient safety.
    The Department of Veterans Affairs (VA) Cincinnati VA Medical Center is undertaking a project to repair the building envelope of Building 64 at its Fort Thomas Domiciliary. This project involves general construction, including roofing removal and rehabilitation, and masonry repairs. The contractor must adhere to strict safety, security, and operational requirements, including site preparation, compliance with VA security programs, and controlled access. Key aspects include a detailed security plan, restricted photography, key control, and careful document management. The contractor is responsible for utility management, preventing service interruptions, and coordinating work to minimize disruption to the Medical Center. Comprehensive photographic documentation of construction progress and conditions is mandated. Submittal procedures for shop drawings, product data, and samples are outlined, with a 15-business-day review period for the VA. A warranty management plan, performance bonds, and a pre-warranty conference are required to ensure accountability for defects, with specific response times for different priority levels of warranty service. The use of temporary utilities and equipment, including elevators, is subject to approval and strict conditions, with the contractor responsible for any damage or excessive wear.
    The document, likely part of a government Request for Proposal (RFP) or a similar procurement document, pertains to repair work and lightning protection for penthouses at "FT. THOMAS." The file includes a partial view of a penthouse, indicating that the scope of work involves both the structural integrity and safety mechanisms of these rooftop structures. This suggests a project focused on infrastructure maintenance and safety upgrades for federal, state, or local government facilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    539-25-505 Maintain Parking Garage Safety
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting offers for the "Maintain Parking Garage Safety" project at the Cincinnati Veterans Affairs Medical Center (VAMC). This project involves replacing waterproofing joint sealants, repairing concrete slabs damaged by water intrusion, and conducting a comprehensive structural survey of the garage, which will be performed by THP LTD. The work is critical for ensuring the safety and longevity of the parking structure, and it must be completed within 90 calendar days of receiving a Notice to Proceed, primarily during weekends to minimize disruption to VA operations. Interested contractors must submit their quotes by December 12, 2025, at 4:30 PM EST, via email to Samuel Galbreath at samuel.galbreath@va.gov, and are encouraged to attend a mandatory site visit on November 12, 2025, at 11 AM.
    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.
    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.
    Z2DA--Renovate MICU/SICU 539-20-104
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under project number 539-20-104. The project entails comprehensive renovations covering approximately 11,000 square feet, including demolition, new layouts, fixtures, finishes, and the installation of a HEPA pandemic filtration system, with an estimated construction value between $5,550,000 and $7,250,000. This procurement is particularly significant as it aims to modernize critical care facilities, ensuring compliance with safety and infection control standards while maintaining operational efficiency. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by 1:00 PM EST on January 8, 2026, following a mandatory site visit scheduled for November 3, 2025. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z1DA--Repair T5 Transformer 539-25-503
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for the "Repair T5 Transformer Access Hatch" project at the Cincinnati Veterans Affairs Medical Center. The project involves the replacement of a three-phase pad mount 150 KVA T5 transformer, including the procurement of new equipment, installation, and proper disposal of the old transformer, with a performance period of 550 calendar days from the Notice to Proceed. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated construction magnitude between $100,000 and $250,000. Interested contractors must submit their bids by December 18, 2025, at 1:30 PM EST, and are encouraged to attend a mandatory site visit on November 14, 2025. For further inquiries, contact Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    Z2DA--Remediate Temperature Controls 539-21-108
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting bids for the remediation of temperature controls at the Cincinnati VA Medical Center, specifically under solicitation number 36C25026B0002. This project, set aside for Service-Disabled Veteran-Owned Small Businesses, involves extensive upgrades to HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction cost ranges from $5.5 million to $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 15, 2026, at 1:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z1DA--Repair Parking Garage Tendon 757-24-204 - Construction - VAACC Columbus
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the repair of the parking garage tendon at the Columbus VA Medical Center under project number 757-24-204. This construction project involves the repair and restressing of damaged beam tendons, requiring adherence to VA Master Specifications, detailed drawings, and a comprehensive project management plan that includes a Critical Path Method (CPM) schedule and strict security protocols to minimize disruption to the Medical Center's operations. The bid opening is scheduled for December 22, 2025, at 1 PM EST, and interested contractors can obtain further details by contacting Contracting Officer Stanley Burdine at stanley.burdine@va.gov or by phone at 614-388-7827.
    Z1DA--Repair Parking Garage Tendon 757-24-204 - Construction - VAACC Columbus
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the repair of parking garage tendons at the Chalmer Wylie VA Ambulatory Care Center in Columbus, Ohio, under project number 757-24-204. The project involves correcting damaged tendons to restore the garage's structural integrity, with a total contract value estimated below $1,000,000. This work is critical for maintaining the safety and functionality of the facility, which serves veterans and requires minimal disruption during construction. Interested contractors must be verified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), registered in SAM, and submit their bids by December 22, 2025, with a site visit scheduled for December 1, 2025. For further inquiries, contact Contracting Officer Stanley Burdine at stanley.burdine@va.gov or 614-388-7827.
    C1DZ--557-21-103 Correct Critical Roof and Exterior Wall Deficiencies AE Construction Period Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, intends to award a sole-source contract to EO. West Point Engineers, PLLC, a Service-Disabled Veteran Owned Small Business (SDVOSB), for construction period services related to the "557-21-103 Correct Critical Roof and Exterior Wall Deficiencies" project at the Carl Vinson VA Medical Center in Dublin, GA. This project aims to address critical deficiencies in the roof and exterior walls of the facility, ensuring the integrity and safety of the medical center. The procurement falls under the NAICS code 541330, with a small business size standard of $25.5 million, and interested parties may submit capability statements to Pamela Moffitt at Pamela.Moffitt@va.gov by December 11, 2025, at 1:00 PM ET.