Y1DA--Renovate Radiology Floors |658-25-103
ID: 36C24625B0021Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

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

    The Department of Veterans Affairs is seeking qualified contractors for the renovation of radiology floors at the Salem VA Medical Center, with a project budget estimated between $500,000 and $1,000,000. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), which must perform at least 25% of the work using their own labor force, and includes critical tasks such as asbestos abatement and significant alterations to flooring and wall surfaces while maintaining operational integrity within the medical facility. The project emphasizes adherence to federal regulations, sustainability practices, and infection control measures, reflecting the government's commitment to enhancing healthcare facilities for veterans. Interested contractors must submit their bids by June 20, 2025, and can direct inquiries to Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.

    Point(s) of Contact
    Taneil C CrumpContract Specialist
    Taneil.Crump@va.gov
    Files
    Title
    Posted
    The document outlines a federal solicitation (number 36C24625B0021) for the renovation of radiology floors at the Salem VA Medical Center, with a project estimated to fall between $500,000 and $1,000,000. The project is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), which must perform at least 25% of the work with their own labor force. Key tasks include asbestos abatement and significant alterations to flooring and wall surfaces while maintaining operation within the medical facility. The contractor is expected to honor strict performance timelines, with construction to begin within 120 days following the award and to be completed within 360 days. A pre-bid conference is scheduled for May 7, 2025, and bids are due by June 6, 2025. The document emphasizes compliance with federal regulations, mandatory safety training, and the necessity for contractors to register with the System for Award Management (SAM). The initiative reflects the government’s commitment to enhancing healthcare facilities while supporting veteran-owned businesses.
    The Department of Veterans Affairs is issuing a presolicitation notice for the Renovate Radiology Floors project at the Salem VA Medical Center. This project requires a contractor to provide all necessary labor and materials for site preparation, including demolition and remodeling of radiology floors. The estimated construction cost is between $500,000 and $1,000,000, categorized under NAICS code 236220 for Commercial and Institutional Building Construction. The solicitation is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested parties can expect solicitation materials to be available around March 27, 2025, with bids due approximately 50 days afterward. Prospective contractors must be registered with the System for Award Management (SAM) and the VA’s VetBiz registry to qualify for contract awards. The document emphasizes the importance of monitoring the relevant website for updates, as no bids can be submitted until the official solicitation is released. It clarifies that this notice is informational and does not obligate the government to issue a solicitation. All inquiries must be directed via email to the designated contract specialist.
    This document pertains to Amendment 0001 for the solicitation number 36C24625B0021, issued by the Department of Veterans Affairs’ Network Contracting Office 6. The amendment serves to extend the deadlines for submitting proposals and to provide additional information regarding a scheduled site visit. It specifies that the site visit roster is dated May 7, 2025, and that any requests for information (RFI) must be submitted by May 14, 2025, at 10 AM EST. The final proposal submission deadline is noted as June 6, 2025, at 10 AM EST, with submissions directed to the designated email address. The amendment outlines the importance of acknowledging receipt of the amendment in bids to avoid disqualification. Overall, this amendment updates contractors on the procedural aspects of the solicitation, ensuring compliance with established timelines and requirements for the renovation project, specifically for the radiology flooring. It underscores the significance of following official procedures in government contracting.
    This government document serves as an amendment to a solicitation from the Department of Veterans Affairs, specifically the Network Contracting Office 6, related to contract number 36C24625B0021. The primary purpose of this amendment is to extend the deadline for submission of offers to June 20, 2025, at 10 AM EDT. The document outlines the procedures for acknowledging the receipt of this amendment, emphasizing that responses must be received by the new due date to avoid rejection. It also maintains that all other terms and conditions of the original solicitation remain unchanged and in effect. The amendment includes instructions for contractors on how to modify existing proposals based on the update. This communication reflects the standard practices in government contracting and seeks to ensure transparency and fairness in the bidding process for federal projects.
    This government document serves as an amendment to a solicitation from the Department of Veterans Affairs, specifically the Network Contracting Office 6, related to contract number 36C24625B0021. The primary purpose of this amendment is to extend the deadline for submission of offers to June 20, 2025, at 10 AM EDT. The document outlines the procedures for acknowledging the receipt of this amendment, emphasizing that responses must be received by the new due date to avoid rejection. It also maintains that all other terms and conditions of the original solicitation remain unchanged and in effect. The amendment includes instructions for contractors on how to modify existing proposals based on the update. This communication reflects the standard practices in government contracting and seeks to ensure transparency and fairness in the bidding process for federal projects.
    The Department of Veterans Affairs is initiating a project to renovate the radiology floors at the Hampton VA facility, with a revised bid due date extended to June 25, 2025. The project encompasses extensive floor renovation requiring careful demolition, installation, and maintenance of air quality controls due to the sensitive hospital environment. Phases of work will now consist of 6-week durations, which include 1 week for relocation of furnishings by VA personnel. Bidders are instructed to review a compilation of questions and responses related to the project to ensure understanding of specifications, which include provisions for asbestos handling and specific installation guidelines. Contractors will maintain quality control, manage site logistics, and ensure adherence to infection control risk assessment (ICRA) protocols. Storage and management of removed fixtures are the contractor's responsibilities, and strict working hours are established to minimize disruption to hospital operations. This renovation underscores the VA’s commitment to providing modern, safe healthcare facilities while adhering to federal contracting processes.
    The Department of Veterans Affairs has issued a modification for the solicitation regarding the renovation of Radiology floors at the Hampton VA Medical Center. The project timeline has been extended to allow bidders additional time to review responses to submitted questions and to prepare their proposals, with a new submission deadline of July 9, 2025. Key changes to project requirements include the extension of work phases from three weeks to six weeks to accommodate necessary curing times for materials and the overall project duration increasing from 330 days to 450 days. Bidders must ensure the removal and reinstallation of wall-mounted fixtures are undertaken as specified, with all materials needing to be documented prior to removal. The document outlines specific removal protocols for items in the work area, necessary asbestos inspection results, and constraints on accessibility for materials storage. Furthermore, detailed answers to frequently asked questions from bidders clarify responsibilities for moving furniture, managing workspace, and maintenance of the existing facility's infrastructure during renovations, ensuring full compliance with infection control requirements. This project underscores the VA's commitment to enhancing medical facilities while prioritizing operational continuity and safety protocols.
    The document is an amendment to solicitation 36C24625B0021 from the Department of Veterans Affairs, specifically concerning the renovation of radiology floors. This amendment introduces Clause 52.223-23 related to Sustainable Products and Services, designed to promote environmentally responsible procurement practices. The clause outlines definitions and requirements for biobased products, recovered materials, and energy-efficient products. It mandates that offered products meet specific sustainability standards and participate in applicable EPA purchasing programs. Key aspects include the contractor's responsibility to deliver sustainable products, adherence to the standards at the time of offer submission, and reference to the Green Procurement Compilation for guidance. The amendment aims to ensure the incorporation of sustainable practices in government contracts, enhancing environmental stewardship while maintaining compliance with federal mandates. Overall, the document reflects the government's commitment to sustainability in contracting processes.
    This document is an amendment to a solicitation from the Department of Veterans Affairs, specifically regarding a contract managed by the Network Contracting Office 6. The primary purpose of Amendment 0007 is to provide notice for the posting of the Abstract related to a virtual bid opening for contract 36C24625B0021. The amendment modifies previously established details and clarifies that previous amendments (such as 0005) served a similar purpose. The document emphasizes the necessity for bidders to acknowledge receipt of the amendment before the specified deadline. It also reiterates that, unless otherwise stated, all terms and conditions of the original solicitation remain unchanged and in full effect. This amendment serves as a formal communication tool within the federal procurement process to ensure transparency and compliance with the bidding procedures.
    The document outlines specifications for ceramic and porcelain tiling within government projects, detailing standards, materials, installation, and maintenance protocols. It begins with a description of various tile types including ceramic, porcelain, quarry tile, marble, and associated waterproofing systems. The document mandates compliance with relevant ANSI standards and requires submission of samples and certifications for materials, ensuring quality assurance throughout the installation process. Critical sections cover submittals, delivery, and storage of materials, emphasizing the importance of maintaining quality and preventing damage. Installers must demonstrate a minimum of three years of experience, and each tile type must originate from a single source to maintain consistency. Additionally, the document specifies environmental conditions for installation, tolerances for surface preparation, and methods for tile bonding, ensuring durability and proper alignment. Finally, attention is given to post-installation cleaning and protection of finished surfaces, highlighting the importance of quality control and adherence to industry standards. This comprehensive specification serves to guide contractors in maintaining high standards for tiling projects in governmental settings, facilitating compliance with federal and state regulations.
    The document appears to be a corrupted or improperly formatted government RFP encompassing various federal grants and state or local RFPs. It contains a mix of encoded text, symbols, and possibly errant junk data, making it largely unreadable and failing to convey any coherent information regarding specific projects or funding opportunities. Given the nature of RFPs and grants, the intended content likely pertains to solicitations or funding guidelines for contractors or organizations geared towards addressing community needs, development projects, or federal programs. However, due to the lack of clear structure or relevant detail, the file does not fulfill its purpose as informative or actionable material related to government procurement processes.
    The Asbestos Reinspection Report for the Salem VA Medical Center, conducted by Castle Hill Associates, LLC from August 13-15, 2019, identifies asbestos-containing materials (ACMs) across 59 buildings. The report details the locations, quantities, and conditions of the ACMs, emphasizing compliance with federal and Virginia state regulations. Key findings included various types of ACMs, such as pipe insulation and floor tiles, with specific recommendations for operations and maintenance (O&M) or removal during renovations. The report includes laboratory analysis confirming the presence of asbestos and offers cost estimates for remediation efforts, which are adjusted to VA-specific standards. Key priorities for removal are assigned based on the condition and potential damage of the ACMs. The report underscores the importance of ongoing monitoring and the necessity for additional inspections prior to any construction activities that might disturb these materials. This document is crucial for maintaining safety and regulatory compliance at the medical center while managing the risks associated with asbestos.
    The document outlines specifications for a structural component used in construction, focusing on a directional textured finish aluminum cover with a mill finish aluminum base, which includes a 2-hour fire barrier. The specified design is intended for both existing and new floor systems, emphasizing the 50% movement capability. Fire rating standards are referenced, indicating that the performance of the fire barrier is reliant on both the material properties and the surrounding construction. Additionally, the document contains specific dimensions and references to technical drawings, reinforcing its role as a technical guide for contractors or engineers involved in federal projects, RFP submissions, or construction grants. The proprietary nature of the information suggests it is not meant for widespread public distribution, maintaining the confidentiality of the design by BALCO®. Overall, the document is centered on providing essential specifications and compliance details relevant to construction standards and safety regulations.
    The document outlines specifications for a construction project involving crash rails, handrails, and related structural elements, primarily for the renovation or enhancement of wall protections in a facility. Key components include various materials such as aluminum retainers, Acrovyn covers, and mounting brackets, emphasizing the need for specific dimensions and standards for installation. The text includes detailed instructions regarding existing gypsum board demolition, reinforcement with steel studs, and the requirements for attaching new materials securely. It also highlights the necessity of finishing exposed edges and ensuring compliance with construction codes. The document serves as a technical guideline to ensure durability and safety during renovations, reflecting standards expected in federal and local government projects. Compliance with proper installation methods and material specifications is critical to meet project objectives and maintain structural integrity.
    The VHA ICRA-1.3 Appendix A outlines an alternative interior exhaust procedure for construction spaces where outdoor exhaust is unfeasible. This measure provides an equivalent infection prevention and control standard. Key requirements include HEPA filtration of indoor exhaust systems, initial baseline air quality measurements, and continuous monitoring of particulate levels during construction activities. If air quality exceeds baseline levels, work must halt for remedial action. The procedure involves adapting the negative air pressure system with a sample port for monitoring airflow, assessing vapor-generating processes to ensure appropriate filtration, and completing an engineering flow analysis to prevent impact on existing HVAC systems. Exhaust must be routed to low-risk areas, avoiding high-traffic zones. Importantly, discharging into shared HVAC systems or exhaust routes is prohibited. This directive emphasizes maintaining safety and compliance within healthcare environments during construction work.
    The document outlines the Infection Prevention and Control Construction/Renovation/Maintenance Permit procedures for projects classified under Levels III and IV. It includes a unique permit number, project details, and contacts. It categorizes activities based on patient risk levels and required infection control precautions, with descriptions for four precaution levels—Level I (basic dust control) through Level IV (strict containment and PPE requirements). Each level builds upon the previous ones, incorporating specific control measures such as maintaining negative air pressure, using HEPA vacuum systems, and ensuring thorough cleaning processes. The document is essential for maintaining safety during construction activities in healthcare facilities, ensuring compliance and minimizing infection risks. It is intended for use by project managers, infection preventionists, and contractors involved in such projects.
    The document outlines essential details regarding the renovation of Radiology floors at a VA Medical Center as per Solicitation #36C24625B0021. It primarily addresses contractor inquiries about project phases, scheduling, material handling, and specific requirements such as asbestos abatement and air quality management. Key adjustments include extending project phases from 3 weeks to 6 weeks to accommodate multiple trades and necessary curing times for materials, resulting in a total timeline increase from 330 to 450 days. Contractors are responsible for removing and reinstalling wall-mounted items, while the VA will move furnishings before each phase. The document also specifies safety and infection control measures, including negative air ventilation and sanitation protocols for construction zones. Overall, the VA emphasizes maintaining operational integrity during renovations and ensuring compliance with various specifications, including flooring and moisture control standards. This comprehensive response highlights the project's critical nature, focusing on health, safety, and adherence to regulations while enabling ongoing medical services at the facility.
    The document provides an abstract of offers related to a Request for Proposals (RFP) issued by the Department of Veterans Affairs, specifically for the renovation of radiology floors at the Salem VA Medical Center. The solicitation number is 36C24625B0021 with a bid opening date of July 9, 2025. Four companies submitted bids, with Hamilton Pacific Chamberlain providing the lowest bid at $897,734. The overall project budget is set at $1,125,500. Each offeror is acknowledged for their proposals, and a 120-day acceptance timeframe has been indicated with checkmarks next to the bids. Taneil Crump, who certified the opening and recording of the offers, digitally signed the document on August 1, 2025. This summary encapsulates key details regarding the bidding process and project specifics within the government contracting framework, emphasizing fiscal responsibility and competitive bidding in federal projects.
    The document outlines an abstract of offers in response to a Request for Proposal (RFP) issued by the Department of Veterans Affairs Network Contracting Offices 6 for the renovation of radiology floors at the Salem VA Medical Center. The solicitation, referenced as number 36C24625B0021, specifies the project number as 658-25-103 and notes the opening date for submissions as July 9, 2025. The document includes fields for recording business sizes, bid amounts, and acceptance times for offers. It serves as a formal record of vendors' proposals, indicating key information such as quantities and costs for the project, and provides a space for documentation of bid bonds and amendments. This summary highlights the significance of this RFP as part of the federal government's procurement process, emphasizing the commitment to maintaining and improving healthcare facilities for veterans through renovations and infrastructure enhancements.
    The document outlines the specifications and requirements for a renovation project at a Veterans Affairs facility, focusing on renovating radiology floors, which includes demolition and installation of new flooring, wall finishes, and necessary asbestos abatement. Key actions include detailed requirements for renovating existing surfaces, ensuring safety through various regulations, and maintaining the functionality of the medical center during construction. The contractor is expected to produce thorough project schedules, including critical path method plans, to coordinate activities, and is responsible for timely submission of shop drawings and product data to the Contracting Officer for approval. Compliance with security protocols and environmental controls is mandated to protect existing structures and maintain safety for patients. The document is structured in a detailed format that enumerates separate sections for general requirements, existing conditions, finishes, and project scheduling, showcasing the intricacies and extensive planning required for federal construction projects, particularly in sensitive environments such as healthcare facilities. This careful planning underscores the federal government's commitment to ensuring quality, safety, and efficiency in renovations that impact veteran healthcare facilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. This project, estimated to cost between $500,000 and $1,000,000, requires contractors to provide all necessary labor, materials, equipment, and supervision for general construction, mechanical, and electrical work, with a focus on minimizing disruption to the facility's operations. The procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned businesses in federal contracting. Interested bidders must submit their proposals electronically by January 5, 2026, at 5 PM ET, with a public bid opening scheduled for January 6, 2026, at 2 PM ET. For further inquiries, potential offerors can contact Contract Specialist Taneil C Crump at Taneil.Crump@va.gov.
    Z1DA--RENOVATE SHELL SPACE (658-22-104)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for Project 658-22-104, which involves the renovation of shell space at the Veterans Affairs Medical Center in Salem, Virginia. The project aims to transform existing shell space into seventeen new cubicle workstations for employees displaced due to ongoing construction activities, requiring modifications to fire alarm, sprinkler, electrical, telecommunication, and HVAC systems, as well as the installation of new interior finishes. The construction period is set for 120 calendar days from the receipt of the Notice to Proceed, and the opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Chanel Johnson at chanel.johnson@va.gov or by phone at 757-315-3934 for further details.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    Renovate Interventional Radiology Suites (Construction Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to renovate the Interventional Radiology Suites at the Malcom Randall VA Medical Center in Gainesville, Florida. This project involves the renovation of approximately 5,442 square feet to accommodate new interventional radiology equipment, including tasks such as demolition, site preparation, architectural finishes, and mechanical and electrical work. The renovation is critical for enhancing medical services provided to veterans, ensuring that the facility meets modern healthcare standards. Interested firms, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must be registered in SAM.gov and submit proposals by the closing date of December 22, 2025. For further inquiries, contact Adriana N. Gamm at adriana.gamm@va.gov.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Veterans Affairs, Department Of
    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.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    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.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    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.
    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.