Y1DA--521-23-121 | SPS Renovation Phase 2
ID: 36C24725R0079Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF247-NETWORK CONTRACT OFFICE 7 (36C247)AUGUSTA, GA, 30904, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is announcing the cancellation of the solicitation for the SPS Renovation Phase 2 project, previously identified under Solicitation Number 36C24725R0079. This project was intended to involve construction services related to the renovation of facilities, specifically aimed at enhancing the infrastructure for veterans' healthcare. The decision to cancel the solicitation was made in the best interest of the Government, as communicated in Amendment/Modification Number 0012, effective September 8, 2025. For further inquiries, interested parties may contact Contract Specialist Gregory Snyder at gregory.snyder@va.gov or by phone at 762-333-4273.

    Point(s) of Contact
    Gregory SnyderContract Specialist
    (762) 333-4273
    gregory.snyder@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, VISN 7 Network Contracting Activity, has issued Amendment/Modification Number 0012 to Solicitation Number 36C24725R0079. This amendment, effective September 8, 2025, serves as a formal notification from the Government regarding its decision to cancel the subject Request for Proposal (RFP). The Government has determined that canceling the solicitation is in its best interest. This action is signed by Gregory Snyder, Contracting Officer, for VA-VHA-RPOE-2024-0090. All other terms and conditions of the original solicitation remain unchanged and in full force and effect.
    The solicitation number 36C24725R0079 from the Department of Veterans Affairs (VA) initiates a Request for Proposal (RFP) for a construction project involving renovating the Sterile Processing Service (SPS) at the Birmingham VA Medical Center. The project specifically aims to provide a fully functional SPS after the completion of a prior demolition phase. This RFP is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requiring that the contractor be at least 51% owned by service-connected veterans. The estimated construction cost is between $5 million and $10 million, and the contractor must perform all work in compliance with federal, state, and local codes, following VA specifications. Key requirements include submitting a bid guarantee, maintaining safety and health protocols on-site, and conducting a site visit organized for prospective contractors. The selection is based on past performance, quality of proposal, and pricing, with a strong preference for past performance evaluations being significantly weighed over price. The finalized contract will be a firm fixed-price agreement, and all proposals must be submitted electronically. Offerors are advised to ensure their registrations with the System for Award Management are current and meet specified obligations, including the VETS-4212 reporting requirement.
    The U.S. Department of Veterans Affairs (VA) has issued a presolicitation notice for the SPS Renovation Phase 2 project, identified as Contract No. 521-23-121. This construction opportunity is exclusively for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The magnitude of the project is estimated between $5 million and $10 million, with a completion target of 365 days post-Notice to Proceed. The work entails renovating the Sterile Processing Service (SPS) area within the Birmingham, AL VA Medical Center following initial demolition. Contractors must be certified by the SBA and registered in SAM, compliant with relevant VA regulations, and adhere to limitations on subcontracting. The selection process will utilize the Trade-Off Source Selection method based on best value. A pre-proposal site visit will be scheduled, with the full RFP expected to be posted around April 18, 2025. These proceedings are vital for enhancing services provided to veterans in the region, emphasizing the VA's commitment to supporting eligible small businesses.
    This document is an amendment to a Request for Proposals (RFP) issued by the Department of Veterans Affairs, specifically the VISN 7 Network Contracting Activity. It primarily aims to update the provisions and clauses in the solicitation due to new federal considerations, notably Executive Orders 14173 and 13899. Certain provisions, particularly related to affirmative action and equal opportunity, have been removed as they are deemed obsolete. Additionally, several clauses have been revised to reflect recent deviations. One key addition is the incorporation of VAAR 852.222-71, which mandates contractors to comply with Executive Order 13899 regarding anti-Semitism and requires timely disclosures of any violations. The amendment underscores the importance of keeping the solicitation aligned with current legal and regulatory frameworks and confirms that other terms of the original solicitation remain unchanged. The document emphasizes the necessity for offerors to acknowledge receipt of these amendments by specified methods. This amendment highlights the adaptive measures taken by the VA to maintain compliance and ensure clarity for prospective contractors.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the VISN 7 Network Contracting Activity. The purpose of the amendment is to provide the Site Visit attendance sheet as an attachment. It outlines the protocol for submitting offers, emphasizing the importance of acknowledging receipt of the amendment by specified methods before the deadline to avoid rejection of offers. It also indicates that all other terms and conditions remain unchanged, and it requires signatures from both the contractor and the contracting officer. The amendment highlights the procedural aspects of managing federal contracting obligations, marking a continuation of the solicitation process while maintaining compliance with established regulations. This document serves to ensure transparency and communication with potential bidders or contractors involved in the solicitation process.
    This document serves as an amendment to a Request for Proposals (RFP) published by the Department of Veterans Affairs (VA), specifically under the VISN 7 Network Contracting Activity. The primary purpose of this amendment is to extend the deadline for submitting proposals to May 8, 2025, at 1:00 PM EDT. The amendment indicates that all potential bidders must acknowledge receipt of this change, either by returning the amendment document, confirming receipt in their proposals, or through separate communication. Current contract details, including contract IDs and addresses of the contracting offices in Birmingham, AL, and Augusta, GA, are provided. Additionally, it notes that further clarifications will follow in an upcoming amendment containing answers to Requests for Information (RFI) submitted by interested parties. The summary emphasizes the importance of compliance with the amended timeline for proposals, reflecting the rigorous administrative processes in government contracting and procurement. This extension aims to allow bidders adequate time to prepare thorough proposals, showcasing the VA’s commitment to transparency and thoroughness in awarding contracts.
    The document serves as an amendment to a solicitation for proposals (RFP) regarding a contract with the Department of Veterans Affairs (VA). It primarily extends the deadline for submitting proposals to May 20, 2025, at 1:00 PM EDT. All bidders are informed of this change, which is necessary for ensuring proper participant preparation and submission of their offers. The document also denotes that requests for information (RFIs) are still being addressed, indicating ongoing clarification processes for potential bidders. The amendment is administered by the VA’s VISN 7 Network Contracting Activity and formalizes changes in accordance with federal regulations. Overall, the document is structured to provide clear instructions for acknowledgment and compliance concerning the amended solicitation timeline, ensuring that all parties involved are properly informed and enabled to respond effectively.
    The document serves as an amendment regarding Request for Proposals (RFPs) related to a project overseen by the Department of Veterans Affairs (VA). It primarily addresses inquiries received from potential contractors about the specifics of the project, which includes upgrades and repairs to existing facilities. Key points include clarifications on commissioning services, security systems, access control, and specifications for equipment reuse and new installations. The document outlines existing systems, such as surveillance and access control managed by LENEL and provides required contact information for servicing these systems. Additionally, it highlights that a comprehensive quality control and safety management structure is mandated, with separate roles for site management and commissioning. A significant emphasis on the project's complexity is evident, necessitating stringent adherence to specifications and coordination with VA representatives. The amendment acknowledges that despite inquiries, the VA will not disclose budget details, affirming that this procurement is classified as Non-Reoccurring Maintenance. Overall, this document reflects the VA’s commitment to thoroughness in contractor engagement while ensuring compliance with specific project protocols and safety regulations.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs (VA), specifically the VISN 7 Network Contracting Activity. It announces an extension to the deadline for submitting proposals related to contract number 36C24725R0079, moving the due date to May 27, 2025, at 1:00 PM EDT. The extension is necessitated by the anticipation of additional clarifications from Requests for Information (RFI), suggesting that further modifications to the Request for Proposal (RFP) may follow. The amendment emphasizes the importance of acknowledging receipt prior to the newly specified deadline to ensure the acceptance of offers. Overall, this amendment aims to provide prospective bidders additional time to prepare their proposals, reinforcing the VA's commitment to a thorough and transparent contracting process.
    The document is an amendment to solicitation 36C24725R0079 issued by the Department of Veterans Affairs for a construction project that includes the renovation of a Traction Cartlift Hoistway. Key changes and clarifications are provided, including an extension of the proposal due date to June 2, 2025. The amendment addresses several Requests for Information (RFIs), with important specifications clarified regarding the structural integrity of existing beams and guide rails, which do not need to be replaced. Specific heights in the area were also measured and updated for contractor reference. It is emphasized that removing and replacing existing structural elements could incur significant costs, with estimates ranging between $500,000 and $1,000,000. Consequently, the amendment suggests revising related specifications to eliminate non-essential requirements, thereby reducing both costs and project complexity. The intent of the document is to enhance understanding among bidders regarding the scope of work while maintaining clarity to achieve compliance with project expectations and standards.
    The document is an amendment to the solicitation for federal contracting under the Department of Veterans Affairs (VA). Its primary purpose is to update the provisions and clauses in the existing request for proposals (RFP). Notable updates include the removal of the FAR 52.223-22 provision related to greenhouse gas emissions and revisions to several clauses, such as FAR 52.223-23 on sustainable products, and FAR 52.204-8 on annual representations and certifications. Additionally, the clause regarding biobased products reporting (FAR 52.223-2) has been revised to clarify definitions and responsibilities of contractors concerning biobased products. This amendment reflects recent executive orders and maintains the existing terms and conditions of the contract while highlighting the adjustments made. The document reinforces the VA's commitment to sustainability and compliance in procurement practices, ensuring that contractors are aware of the changes that impact their offerings and obligations.
    The document serves as an amendment to a Request for Proposals (RFP) issued by the Department of Veterans Affairs (VA) Network Contracting Activity for proposal submissions. The primary purpose of this amendment is to extend the deadline for offers to June 9, 2025, at 1:00 PM EDT. This extension has been granted due to the need for clarifications regarding a Request for Information (RFI). The document includes essential details such as the contract number, the address of the contracting agency, and instructions for offerors on acknowledging receipt of the amendment. It emphasizes the importance of timely acknowledgment to prevent rejection of offers. The document reflects the protocols and administrative changes typical in federal contracting amendments, ensuring all terms and conditions remain in effect unless otherwise modified. Overall, this summary captures the essence of how the RFP process is administered within the context of federal government operations pertaining to contract solicitations.
    The document is an amendment to a previously issued solicitation by the Department of Veterans Affairs (VA) regarding contract proposals. The key purpose of this amendment is to extend the deadline for the submission of offers to June 17, 2025, at 1:00 PM EDT due to delays in responding to relevant Requests for Information (RFIs) from bidders. The amendment stipulates that no further RFIs will be accepted after June 10, 2025, and any outstanding queries must be submitted by 4 PM ET on that date. All other conditions of the original solicitation remain unchanged. This modification underscores the importance of clear communication between the contracting agency and potential offerors, ensuring all parties have adequate time to respond accurately to the proposal requirements. The document reflects standard procedures in federal contracting and supports the VA's operational transparency and efficiency in managing solicitations.
    This document outlines an amendment to the Request for Proposal (RFP) 36C24725R0079 issued by the Department of Veterans Affairs (VA) Network Contracting Activity. The primary purpose of this modification is to address and clarify several Requests for Information (RFIs) regarding the specifications and requirements for a construction project. Key highlights include the decision to leave existing floor entrances intact while reconnecting to them, clarification on the NEMA rating for electrical disconnects specified for AMSCO equipment (which will be NEMA 4X), and confirmation of the inclusion of fume hoods in the project. Additionally, it specifies details about the reverse osmosis/ deionized water system, including filter types and specifications for the transfer pump system. The document emphasizes that no further RFIs will be accepted for this solicitation and provides a structured format for contractors to acknowledge receipt of the amendment. The changes and clarifications outlined aim to ensure all parties have the necessary information for accurate and competitive bidding on the project while maintaining compliance with federal requirements. Overall, this amendment reflects the VA's commitment to transparency and contractor engagement during the procurement process.
    AEI Consultants was commissioned by Davenergy Solutions to perform a Water Intrusion and Mold Assessment at the Bermingham VA Health Care System in Birmingham, Alabama. The assessment, conducted on October 8, 2024, targeted mechanical rooms to investigate visible suspect mold growth (VSMG) and potential water intrusion issues. AEI's findings identified water stains and signs of previous leaks, particularly in the northern and southern mechanical rooms, indicating ongoing moisture issues likely linked to the building's compromised roof. The assessment utilized visual inspection, moisture testing, and air and surface sampling to evaluate indoor air quality and the extent of mold contamination. Results indicated elevated levels of mold spores, particularly of the Penicillium/Aspergillus types, with surface samples revealing dangerously high counts of Stachybotrys and associated contaminants. Recommended actions include consulting licensed mold remediation contractors for proper removal of affected materials, repairing identified sources of water intrusion, and conducting third-party assessments post-remediation to ensure a healthy indoor environment. Emphasizing the necessity for immediate corrective measures, the report underscores ongoing monitoring of temperature and humidity within recommended ranges to mitigate further mold growth. This undertaking aligns with regulatory compliance and safety for the health care facility, ensuring a secure environment for both patients and staff.
    AEI Consultants conducted a NESHAP Pre-Renovation Asbestos Survey for the Bermingham VA Health Care System's mechanical rooms in Birmingham, Alabama. The survey aimed to identify, sample, and assess any building materials containing over one percent asbestos. It was carried out on October 8, 2024, by a certified asbestos inspector, resulting in the collection of 41 bulk samples, all analyzed in accordance with EPA standards. Findings indicated no asbestos presence in any of the materials sampled. The report outlines the project's methodology, including sampling procedures, analytical methods, and the site description. AEI emphasized the importance of thorough investigations, especially for areas not covered in the initial inspection, highlighting the regulatory requirement to sample and analyze suspected materials during renovation activities. Recommendations included further inspection of previously unassessed areas if renovation plans change and caution against assuming the absence of asbestos in covered materials. This comprehensive survey illustrates compliance with health and safety regulations, ensuring that any renovation activities are performed safely and in line with legal guidelines. The findings underscore the consultant's commitment to providing quality assessments for ongoing and future renovation projects within the facility.
    The document outlines specific technical details and requirements related to the installation of a gate frame support assembly (model 57-45676A-C) for use in VA Medical facilities. It emphasizes precise mounting configurations for both left-hand (L.H.) and right-hand (R.H.) gate motor drives, including offsets for supporting brackets. Special notes are provided regarding the use of a jamb roller guide with a proximity detector, indicating that it must be mounted solely on the left door jamb/frame, along with detailed installation instructions and component specifications. The file includes a parts list with corresponding quantities and part numbers necessary for the assembly, aimed at ensuring proper installation and function of the gate systems. This documentation serves as a technical guide for contractors or personnel involved in maintaining or upgrading VA medical facilities under federal RFPs and grants, highlighting the commitment to compliance and precision in government operations.
    The document outlines the Renovate SPS Phase II project at the Birmingham VA Medical Center, aimed at renovating the Sterilization Processing Service area. It details the project’s location, involved professionals, comprehensive construction guidelines, and safety protocols. Contractors must ensure compliance with VA security measures and adhere to OSHA training requirements, including safety certifications for all workers. The renovation involves design updates to meet federal and local codes with a focus on infection control due to the nature of the medical environment. Key considerations include minimizing disruptions to ongoing medical services, stringent waste management of hazardous materials, and maintaining clear communication with the Contracting Officer regarding project developments. The document emphasizes the contractor's responsibility for maintaining the integrity of existing infrastructure and ensuring the safety of both workers and patients throughout the construction process, reflecting the VA's commitment to enhancing its facilities while prioritizing health and safety standards.
    The document outlines the specifications for the engineering, furnishing, and modernization of a traction cartlift system, including three distinct units designated as T-1, T-2, and T-3. Each cartlift is required to have geared traction, microprocessor control systems, and specific loading capacities and dimensions tailored to serve designated floors within a facility. It details necessary compliance with various standards, including federal, electrical, seismic, and fire safety regulations, alongside explicit requirements for installation qualifications and the qualifications of contractors and workers involved. The cartlifts must operate smoothly and effectively, demonstrating specific performance standards and noise limitations. This detailed specification emphasizes the need for high construction quality, maintenance training, and the provision of safety devices, ensuring the safe and efficient operation of the cartlift systems within a government-maintained facility. The document serves as an integral framework in support of government RFPs, federal grants, and local procurement processes, ensuring compliance with established safety standards while fostering high-performance outcomes.
    The document outlines the mechanical exhaust ductwork and air handling systems for the Birmingham SPS Phase II project under the U.S. Department of Veterans Affairs. It provides detailed specifications, schedules, and diagrams for various air handling units and exhaust fans, emphasizing the necessity for compliance with safety and operational standards. Key points include the requirement for emergency power for air handling units, fan operation protocols, and exhaust systems designed to maintain room pressure balance, especially in sterile areas. The project necessitates new installations, including outside air louvers, ductwork connections, and exhaust fans, as well as modifications to existing systems to enhance operational efficiency. There are detailed notes about verifying existing conditions on-site and the importance of coordination between trades. Specific mechanisms for maintaining air quality and pressure balance are outlined, as are maintenance protocols and emergency procedures. This comprehensive plan showcases the VA's initiative to augment facility functionality and adherence to health and safety protocols within its healthcare systems.
    The document details specifications for the UPS 50-240 F B circulator pump, designed for hot-water recirculation. The pump enhances reliability and requires minimal maintenance, featuring a corrosion-resistant bronze housing. It operates efficiently at a flow rate of 43.2 US GPM and a head of 24.73 psi, with a maximum liquid temperature of 248 °F. Noteworthy materials include stainless steel for the impeller and bronze for the housing, ensuring durability. The motor is a three-phase variety with a maximum power input of 1700 W and possesses built-in thermal protection. The installation parameters include an ambient temperature range of 32 to 104 °F and a maximum operating pressure of 145.04 psi. The pump has certifications from CCSAUS and IAPMO, showcasing its compliance with safety standards. The document illustrates the intricacies of the pump's design, motor data, electrical requirements, and component materials, underlining its utility in industrial or commercial applications. The information presented is vital for potential government RFPs and grants, guiding procurement decisions while emphasizing efficiency and performance requirements.
    The document outlines specifications for a plumbing system related to a Reverse Osmosis (RO) setup within a government project, specifically designed for the Birmingham SPS facility under the U.S. Department of Veterans Affairs. Key components include a thermostatic mixing valve, CPVC piping, and multiple layers of filtration, along with redundancy designs for water pumps to ensure reliability. The system requires proper sizing of pipes to maintain scouring velocity, strategically placed test ports for monitoring, and alarms for various water levels to integrate with the facility's building automation system (BAS). Structural considerations for anchors, insulation, and drainage systems are also detailed to ensure compliance with standards. The overarching goal of this installation is to enhance water treatment capabilities while ensuring safety, efficiency, and adequate infrastructure for the facility’s future needs. This document serves as a bid set for contractors responding to the project’s request for proposal (RFP).
    The document pertains to the Birmingham SPS Phase II project by the U.S. Department of Veterans Affairs, focusing on the development of plumbing systems, specifically reverse osmosis and dechlorination processes. It includes detailed diagrams for critical water testing and plumbing riser systems. The project is designed to ensure high-quality water delivery and meet safety standards, incorporating essential components such as UV sterilizers, various filters, and a water quality monitoring panel. The approved design emphasizes compliance with regulations and incorporates pre-bid Request for Information (RFI) responses, highlighting critical aspects necessary for project execution. Overall, this initiative demonstrates the government’s commitment to enhancing healthcare facilities for veterans through technical upgrades in essential services.
    This document serves as part of the RFP (Request for Proposal) 36C24725R0079, focusing on contractor safety and compliance metrics required from offerors. It mandates contractors to provide their OSHA 300 and 300a Forms, detailing the number of man-hours worked, cases of work-related injuries, the Days Away, Restricted, or Transferred (DART) Rate, and any serious OSHA violations from the past three years. The document outlines that four serious violations, one repeat, or one willful violation within that period will disqualify a contractor from consideration. Additionally, contractors must supply their Experience Modification Rate (EMR) for the prior three years. This information, combined with government data from OSHA and EPA inspections, will determine if the contractors meet the required experience standards set forth in the solicitation. The focus is on ensuring that contractor safety records align with federal guidelines to enhance workplace safety and compliance during project execution.
    The document outlines a detailed inventory of various spaces within a healthcare facility, specifying dimensions, purpose, and service areas across multiple levels. It categorizes rooms into areas for common use, specialized care, administrative offices, and storage, detailing square footage for each space. This inventory serves as part of a Request for Proposal (RFP) for potential improvements or renovations to the facility, indicating government intent to maintain and upgrade healthcare environments. The document emphasizes the various functional areas, such as examination rooms, patient care facilities, and administrative offices. It aims to provide a clear understanding of spatial allocations, ensuring prospective contractors are well-informed about the facility's structural needs and scope of work. This transparency assists in securing accurate proposals that align with federal and local regulations, particularly in ensuring compliance with healthcare standards and safety protocols during renovations. Overall, the document showcases the government's commitment to enhancing healthcare infrastructure by providing potential vendors with vital information necessary for planning effective renovations and upgrades.
    The Birmingham VA Medical Center is initiating the "Renovate SPS Phase II" project, involving extensive renovations to the Sterilization Processing Service (SPS). The project aims to bring the facility up to current federal and local codes while implementing the latest design criteria. As part of the renovation, the contractor is tasked with preparing the workspace, including demolition and installation of VA-provided equipment. Safety is prioritized through stringent protocols related to site security, fire safety, asbestos management, and infection control. Contractors must adhere to specific guidelines for work hours, access to facilities, and utilize proper safety training and equipment. The renovation will take place with minimal disruption to ongoing hospital services, necessitating a detailed work schedule and communication with the VA staff regarding shutdowns or interruptions. Furthermore, the contractor must manage hazardous materials responsibly, ensuring all waste is disposed of per environmental regulations. This project illustrates the VA’s dedication to enhancing healthcare infrastructure while ensuring compliance with safety and operational protocols.
    This document outlines specifications for the engineering, supply, and modernization of a traction cartlift system at a federal facility, emphasizing compliance with pertinent regulations and safety standards. It details the requirements for three cartlifts (T-1, T-2, T-3), highlighting specifications such as rated load (1000 lb), speed (300 fpm), and travel distance, as well as the types of materials and construction standards to be employed. Qualifications for contractors include necessary experience in installing cartlift equipment and compliance with various safety standards, including certifications for welders and electricians. Submittals must include detailed drawings, product data, and compliance documentation. Performance standards mandate precise operation, including noise control and safety mechanisms, while installation procedures emphasize cleanliness, proper equipment arrangement, and adherence to structural integrity. The document also sets forth testing protocols, including inspections by certified personnel and balancing tests, to ensure the cartlift’s safe and efficient operation. Comprehensive training for VA personnel on the equipment's usage is also required. Overall, this specification supports the federal government’s commitment to maintaining high standards in infrastructure projects.
    The document outlines the certification requirements for offerors bidding on contracts under the VA Notice of Limitations on Subcontracting, established by 38 U.S.C. 8127. It specifies that contractors must comply with subcontracting limitations depending on the type of contract awarded: no more than 50% for services, 85% for general construction, and 75% for special trade contractors can be subcontracted to firms beyond certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB). The document emphasizes the legal implications of providing false certifications and clarifies that contractors must provide evidence of compliance with these limitations, which may include invoices and subcontractor details. The offeror is also required to authorize this certification as part of their bid, which, if not submitted, will render their proposal ineligible for consideration. This certification process is part of a broader governmental effort to ensure contract opportunities are directed to veteran-owned businesses while maintaining integrity in federal contracting practices.
    The Past Performance Questionnaire (PPQ) serves as a critical component for contractors responding to RFP 36C24725R0079 concerning the SPS Renovation Phase 2 project. This questionnaire is designed to collect performance evaluations from previous clients regarding the contractor's work. Offerors must fill in Section I and ensure that the PPQs are sent to clients for direct submission to designated VA email addresses. Section II contains a numerical rating scale for evaluators to assess the contractor on various performance criteria, including compliance with contract requirements, management effectiveness, personnel suitability, and financial stability. Evaluators are also prompted to provide feedback regarding any low ratings in Section III. Overall, this document establishes a structured method for evaluating contractors' past performance, ensuring that proposals are backed by verifiable client assessments, critical for the evaluation process of federal contracts aimed at ensuring quality work and accountability within government projects.
    The document is a Cost/Price Breakdown Worksheet associated with Solicitation No. 36C24725R0079. It outlines the financial structure for a project, detailing various divisions related to construction and renovation activities. Each division includes categories for materials, labor, and potentially other costs, emphasizing a comprehensive approach to budgeting. Notably, divisions span a wide range of construction activities, including general requirements, existing conditions, concrete, metals, wood, finishes, specialties, plumbing, electrical work, and HVAC, among others. The document is formatted to allow contractors to fill in specific cost estimates across these categories, helping to ensure clarity and organization in proposal submissions. The ultimate goal is to facilitate the assessment of proposals in response to the federal or local RFP, ensuring that all costs are transparent and accounted for in alignment with project requirements and expectations. The structure aids in evaluating bids by providing a systematic method for comparing contractor proposals based on detailed breakdowns of costs.
    The document outlines the wage determination for building construction projects in Jefferson County, Alabama, as per General Decision Number AL20250087, effective March 14, 2025. It specifies that such contracts, excluding single-family homes and certain low-rise apartments, are subject to the Davis-Bacon Act, mandating minimum wage requirements under Executive Orders 14026 and 13658. For contracts awarded or renewed on or after January 30, 2022, the required wage is $17.75 per hour, or the higher applicable wage if listed. Contracts awarded between January 1, 2015, and January 29, 2022, not renewed later, must adhere to the $13.30 hourly rate. Any necessary classifications not included in the wage determination must undergo a conformance request. This information is critical for contractors to comply with federal wage regulations while performing government contracts, thus ensuring worker protections and fair compensation in construction projects.
    This document outlines the invoicing requirements for contractors working with the Veterans Affairs (VA) under RFP 36C24725R0079. It emphasizes the mandate for electronic invoice submission via the Tungsten Network, a free service for VA vendors. Contractors must register to submit electronic invoices, which must be approved by the Contracting Officer Representative (COR) or Contracting Officer (CO) following service performance. The transition from paper to electronic invoices involves updates to vendor information in the Customer Engagement Portal (CEP), and various contact details for assistance with setup and submission are provided. The document reflects the VA's shift to electronic invoicing as part of its operational efficiency and compliance with federal regulations. This structured approach aims to streamline the payment process and improve vendor engagement with the VA's financial services.
    The VHA Infection Control Risk Assessment (ICRA) template outlines procedures for assessing infection risks during construction, renovation, and maintenance activities in healthcare settings. This document serves as a standard for determining the necessary precautions based on the activity's category (A, B, C, D) and the associated patient risk levels (Low, Medium, High, Highest). It includes detailed steps for evaluating the activity type, affected areas, and required infection control measures. The framework highlights four activity categories, ranging from minor inspections to large-scale renovations. It specifies precaution levels tied to patient risk, indicating that higher risks demand stricter infection prevention controls. Control measures are categorized into levels, from simple dust control to complex negative pressure environments, ensuring safety throughout the process. At project completion, various infection control measures like cleaning and HVAC checks must be conducted. A permit showcasing the overall activity specifics and required precautions must be posted at the project site. This document underscores the importance of stringent infection control to safeguard patient health during construction activities, reflecting the VHA's commitment to maintaining high standards of care and compliance in federal healthcare facilities.
    The VHA Pre-Construction Risk Assessment (PCRA) document outlines standards and procedures for assessing risks associated with construction, renovation, and maintenance activities within Veterans Affairs facilities. The PCRA's purpose is to categorize types of activities and associated safety risks to ensure necessary precautions are taken to protect patients, employees, and contractors. The document emphasizes the importance of communication and coordination during project planning to minimize disruptive impacts on adjacent areas. Three activity types—inspection/upkeep, small-scale, and large-scale—are defined, each with accompanying control measures tailored to manage safety risks, including noise, vibration, infection control, and fire safety. A notable example is the renovation of the Sterile Processing Service (SPS) space at BVAMC, which necessitates a comprehensive safety plan and coordination with affected areas. The document serves as a foundational guide for contractors and safety officers, including a fillable permit that must be displayed at activity locations. It underscores the commitment to maintaining health and safety standards during construction projects, alongside the regulatory requirements for risk assessments and infection control protocols. This approach not only safeguards individuals during construction but also enhances facility operations in accordance with federal and local guidelines.
    The Birmingham VA Medical Center is planning extensive renovations for the Sterile Processing Service (SPS) Suite located on the ground floor of Building 1. The project entails comprehensive architectural, structural, mechanical, and electrical modifications to facilitate the integration of newly purchased VA equipment and support systems. Encompassing approximately 9,500 square feet, the renovations must comply with the 2024 International Building Code and specific VA design requirements, particularly in seismic design. Critical safety protocols, including a comprehensive infection control risk assessment (ICRA), are mandated throughout the construction process. The project features a detailed compliance schedule, with milestones for construction documents and site inspections. Important specifications also include procedures for managing potentially hazardous materials that may be uncovered during the renovations. The involvement of multiple engineering teams suggests an interdisciplinary approach to ensure safety and functionality in the upgraded healthcare facility. This renovation underscores the VA's commitment to enhancing medical facilities for improved patient care while adhering to safety and regulatory standards.
    Lifecycle
    Similar Opportunities
    SPS Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for SPS Services, as outlined in the attached documentation. The procurement aims to fulfill specific medical service requirements under the jurisdiction of the Veterans Affairs Network Contract Office 17. These services are critical for supporting the healthcare needs of veterans, ensuring they receive timely and effective medical care. Interested vendors can reach out to Dayna Cantu at dayna.cantu@va.gov or call 512-922-0142 for further details regarding the submission process and requirements.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    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 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.
    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.
    6515--Custom Surgical Packs - AMENDMENT TO CANCEL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, has announced the cancellation of solicitation 36C24626Q0125 for custom surgical packs intended for various VA facilities, including Salisbury VAMC, Charlotte HCC, and Kernersville HCC. The original solicitation sought a range of surgical packs, including those for cystoscopy, ENT, laparotomy, and other procedures, with a contract period that was to span from December 15, 2025, to December 14, 2028. This procurement is critical for ensuring that the VA facilities are equipped with the necessary surgical supplies to provide effective medical care. For further inquiries, interested parties can contact Contracting Officer Aleshia Hines-Best at aleshia.hines-best@va.gov or by phone at 919-286-0411, or reach out to Jamie Sullivan at jamie.sullivan4@va.gov or 757-251-4141.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    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.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    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.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov for further information.