Z2DA--Renovate Second Floor Mental Health Outpatient Clinic and Chapel
ID: 36C24825R0063Type: Solicitation
AwardedAug 12, 2025
$1.6M$1,575,000
AwardeePROJECT MANAGEMENT SOLUTIONS LLC SAN JUAN 00907-1720
Award #:36C24825C0033
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to renovate the second floor of the Mental Health Outpatient Clinic and Chapel at the VA Caribbean Healthcare System in San Juan, PR. This project, identified as Solicitation Number 36C24825R0063, is specifically set aside for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes requirements for third-party asbestos abatement inspection and certification services, emphasizing compliance with safety and environmental regulations. The anticipated contract value ranges from $2,000,000 to $5,000,000, with a performance period of 730 days from the notice to proceed, and proposals are due by May 20, 2025, at 3:00 PM (AST). Interested parties should contact Contract Specialist Ray Santana at Ray.Santana@va.gov for further details.

    Point(s) of Contact
    Ray SantanaContract Specialist
    Ray.Santana@va.gov
    Files
    Title
    Posted
    The document outlines Solicitation Number 36C24825R0063 issued by the Department of Veterans Affairs for the renovation of the second floor Mental Health Outpatient Clinic and Chapel at the VA Caribbean Healthcare System, San Juan, PR. This project is specifically set aside for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), adhering to federal regulations under 38 U.S.C. Part 74. The anticipated contract value is between $2,000,000 and $5,000,000, with a performance period of 730 days starting from the issuance of the notice to proceed. The proposal requires detailed technical qualifications, specialized experience, and relevant past performance in healthcare construction projects, emphasizing adherence to safety and environmental regulations. Offerors must comply with various solicitation requirements, including submission of safety records and proof of SDVOSB verification via VetCert. A scheduled site visit is mandatory for bidders, and all proposals must be emailed by the deadline provided. The evaluation will consider technical approaches, experience, and pricing, aiming for the most advantageous offer to the government while ensuring minimal disturbance to ongoing hospital operations during construction. The focus of this solicitation highlights the VA's commitment to enhancing healthcare facilities while fostering veteran-owned businesses.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 8 for the renovation of the second-floor mental health outpatient clinic and chapel. The main purpose of this amendment is to address queries from bidders and extend the deadline for submission of offers to May 20, 2025. Included in the amendment are responses to questions posed by potential contractors and an existing second-floor plan. Key administrative details such as contract ID, issuing office address, and procedural requirements for offer acknowledgment are also outlined in the document. The amendment emphasizes the continued importance of adhering to all original terms and conditions despite the changes made. Overall, the document reflects a structured process to ensure clarity and collaboration between the contracting office and bidders, facilitating the completion of the renovation project.
    The Department of Veterans Affairs (VA) is seeking construction services for the Renovation of the Second Floor Mental Health Outpatient Clinic and Chapel at the VA Caribbean Healthcare System in San Juan, Puerto Rico. This project aims to improve both the aesthetic and functional aspects of the chapel and outpatient waiting area, with a construction budget ranging from $2,000,000 to $5,000,000. The contractor will be expected to complete the work within 730 calendar days after receiving the Notice to Proceed. The solicitation for this project is anticipated to be issued around April 8, 2025. Interested contractors must be registered with the System for Award Management (SAM) and certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), verified through the SBA’s VetCert program, prior to the solicitation deadline. All relevant solicitation information will be available on SAM.gov, ensuring transparency and accessibility for participating firms.
    The document outlines the construction plan for renovating the second floor of the VA San Juan Chapel and Mental Health Outpatient Clinic, located at 10 Calle Casia, San Juan, PR. The renovation focuses on upgrading existing spaces while ensuring compliance with applicable codes and safety regulations. Key activities include addressing infection control measures, implementing demolition and construction notes, and maintaining the integrity of adjoining areas during the renovation process. Specific precautions include the installation of barriers, maintaining negative air pressure, and regular cleaning to prevent contamination. The project emphasizes minimal disruption to hospital operations, ensuring that work schedules accommodate patient care needs. The renovation adheres to federal standards while enhancing patient environments, illustrating the VA's commitment to improving healthcare facilities while upholding safety protocols throughout the project lifecycle.
    The document outlines the specifications for renovating the second floor of the Mental Health Outpatient Clinic and Chapel at the VA Caribbean Healthcare System. This project, identified as Project No. 672-23-100, is prepared by ThinkForm Design Architect LLC and involves multiple contractors. Key elements include compliance with safety and infection control measures, detailed work schedules, and specific requirements for demolition, construction, and waste management. The contractor must coordinate closely with VA personnel to ensure continuous operation of medical services during renovations. Critical focus areas include effective communication protocols, security measures for personnel and sensitive information, and adherence to utility service management. Temporary facilities will be required to maintain utility services and ensure the safety of patients and staff. The document emphasizes the importance of thorough documentation, including as-built drawings and warranty management plans, reflecting a commitment to quality and compliance with federal standards. Overall, the renovation aims to modernize facilities while ensuring safety, efficiency, and unimpeded medical care.
    The document outlines the requirements for bidders/offerors regarding their safety and environmental records in relation to government contracts. All bidders must certify that they have no more than three serious OSHA violations or one repeat/willful violation in the past three years. If they cannot certify this, a detailed explanation of their violations is required. Additionally, bidders must provide their Experience Modification Rate (EMR), obtained from their insurance carrier on official letterhead; if the EMR exceeds 1.0, a written explanation detailing the reasons and a reduction timeline is necessary. Self-insured contractors or those unable to provide an EMR rating must obtain a rating from appropriate state or national bodies. The gathered information, along with government databases, will inform the initial determination of the contractor's responsibility, applicable to all subcontracting tiers. The document includes a form for bidders to report their safety record, including OSHA data and their NAICS code, ultimately ensuring adherence to safety standards and regulatory compliance for awarded contracts.
    The document outlines the requirements for submitting a Key Personnel Resume Form as part of government Requests for Proposals (RFPs), with a focus on qualifications for key project roles. Firms responding to the RFP must detail the qualifications of individuals in pivotal positions, including the Project Manager, Architect of Record, Site Superintendent, Safety and Health Officer (SSHO), and Construction Quality Manager (CQM). Each submission requires specific information such as the individual's name, title, assignment, educational background, years of experience, active registrations, types of certifications, and relevant project experience. The structure necessitates detailed documentation to establish the competence and reliability of personnel involved in government projects, ensuring they meet the standards required for successful project execution. This thorough approach reflects the government's emphasis on accountability and expertise in the management and execution of federal grants and contracts.
    The "Subcontractor Information and Consent Form" is a critical component within federal contracting processes, especially related to the Department of Veterans Affairs. This document seeks consent from subcontractors or teaming partners for the disclosure of their past performance information to prime contractors during the procurement process. The form emphasizes the importance of past performance in source selections, aiming to enhance the government's ability to evaluate the reliability and quality of subcontractors. Each subcontractor is required to provide their consent and complete a reference list, detailing prior contracts and work performed, which must include references that are not related to the proposing prime contractor. The document outlines the necessity of obtaining at least three references for each major subcontractor to support the proposal. Ultimately, this consent process ensures transparency and aids in the selection of contractors who demonstrate proven capabilities in their respective fields.
    The government file outlines the scope and requirements for third-party asbestos abatement inspection and certification services for the VA's renovation of the mental health waiting area and chapel (Project 672-23-100). The contractor is required to employ an independent Professional Industrial Hygienist (VPIH) to oversee the abatement process, ensuring compliance with safety regulations and minimizing health risks to patients and staff. Key qualifications for the VPIH include certification from the American Industrial Hygiene Association, specific EPA training, and supervisory experience in at least four asbestos abatement projects. The Industrial Hygiene Technician (IHT) must also possess relevant training and field experience, particularly in air sampling. The document details the roles of the VPIH, which encompasses background air sampling, compliance inspections before and during abatement work, and final clearance testing post-abatement. It emphasizes the importance of real-time air monitoring, procedures for unexpected contamination, support for the VA facility representative, and adherence to strict laboratory analysis protocols. Ultimately, this Request for Proposal (RFP) exemplifies the government's focus on maintaining environmental health standards and ensuring the safety of all individuals on VA property during hazardous material management projects.
    This document outlines a series of questions and answers related to a construction project scope of work (SOW) for a hospital. The SOW is specified to be limited to the 2nd floor, with temporary facilities provided only for dumpsters. Clarifications on floor finishes indicate inconsistencies in the drawings, which will be revised by the architect-engineer (AE) contractor. The document addresses necessary measures for a temporary exhaust air system, determining that HEPA-filtered air may be routed to existing ductwork for compliance during construction. Work hours are regulated to avoid disrupting hospital operations, with demolition work scheduled after normal hours. No requirements for unarmed guards and temporary cameras have been established, with indications for updates in specifications. The labor rates for construction workers should be confirmed with the Department of Labor, as federal wage determinations do not apply in Puerto Rico. This summary encapsulates the pre-construction details to ensure compliance, safety, and coordination with ongoing hospital activities.
    Similar Opportunities
    Z2DA--Upgrade Video Assessment Surveillance System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to upgrade the Video Assessment Surveillance System (VASS) at the VA Caribbean Healthcare System (VACHS) located in San Juan, Puerto Rico. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance physical security by replacing existing cameras with a new VASS that will provide improved surveillance coverage, advanced monitoring software, and modern analytics tools, including license plate readers and facial recognition capabilities. The contractor will be required to complete the work within 1,095 calendar days from the Notice to Proceed, with the solicitation expected to be issued around January 30, 2026. Interested firms must be registered in the System for Award Management (SAM.gov) and certified as active SBA SDVOSB to participate in this procurement, and they can contact Ana G. Alvarado at ana.alvarado@va.gov or 939-321-0814 for further information.
    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.
    J056--ACC Pharmacy Preparation and Demolition Project # 459-26-003
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Pacific Islands Health Care System, is seeking qualified contractors for the "ACC Pharmacy Preparation and Demolition Project 459-26-003." This project entails the demolition of existing structures, replacement of flooring, and the relocation and installation of utilities in the prescription preparation area to accommodate new equipment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated value between $250,000 and $500,000. Interested contractors must be registered in the System for Award Management (SAM) and verified as SDVOSB to be eligible for award. The solicitation is expected to be released around mid-late December 2025, and inquiries can be directed to Contract Specialist Christopher Aguon at christopher.aguon@va.gov.
    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.
    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.
    Z2DA--Copy of Provide Hurricane Hardening at Generator Farm
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the provision of hurricane hardening at a generator farm located in Puerto Rico. This procurement aims to enhance the resilience of the facility against hurricane impacts, ensuring continued operation during adverse weather conditions. The project falls under the NAICS code 236220, which pertains to commercial and institutional building construction, specifically focusing on the repair or alteration of hospitals and infirmaries. Proposals are now due by December 16, 2025, at 3:00 PM (AST), and interested parties should direct inquiries to Contracting Officer Ana G Alvarado at ana.alvarado@va.gov.
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Z2DA--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.