Y1DA--FY25: NRM (PROJ: 673-18-617) AE Upgrade Facility Security Phase II (VA-25-00057207)
ID: 36C24825R0066Type: Presolicitation
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

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 seeking proposals for the Upgrade Facility Security Phase II project at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. This procurement, designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves the installation of a new Personal Identity Verification (PIV) system and upgrades to the Physical Access Control Systems (PACS), with an estimated project budget between $5 million and $10 million. The project is critical for enhancing security measures at the facility, ensuring the safety of veterans and staff. Interested contractors must submit their proposals electronically by May 7, 2025, following a mandatory site visit on May 1, 2025, and can direct inquiries to Contracting Officer Kenneth Caryer at kenneth.caryer@va.gov or by phone at 813-616-9487.

    Point(s) of Contact
    Kenneth CaryerContracting Officer
    (813) 616-9487
    kenneth.caryer@va.gov
    Files
    Title
    Posted
    The government solicitation 36C24825R0066, issued by the Department of Veterans Affairs, seeks proposals for the "Upgrade Physical Campus Security Phase II" project at the James A. Haley VA Hospital in Tampa, Florida. The contractor will be responsible for providing a range of professional services, including site investigation and the installation of a new Personal Identity Verification (PIV) and Physical Access Control System (PACS). The project, classified under NAICS Code 236220, has a budget estimated between $5 million and $10 million, and the performance period is set for 365 calendar days from the notice to proceed. Key requirements include adherence to standardized wage determinations and compliance with various regulations such as the Buy American requirement and affirmative action for equal employment opportunity. A formal site visit is scheduled for May 1, 2025, to familiarize potential contractors with the project’s specifics. Interested parties must submit their proposals electronically, with a deadline for requests for information set for May 7, 2025. The solicitation emphasizes the importance of safety, compliance, and proper bonding to ensure project success while adhering to federal guidelines. This project demonstrates the VA’s commitment to enhancing security measures at its facilities, thereby prioritizing the safety of veterans and staff.
    The presolicitation notice from the Department of Veterans Affairs outlines a set-aside contract for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) related to the Bid-Build Upgrade Facility Security, Phase II (Project # 673-18-617) at the James A. Haley Veterans Affairs Medical Center in Tampa, FL. The anticipated project cost is estimated between $1 million and $2 million, categorized under NAICS code 236220 for Commercial and Institutional Building Construction. This presolicitation serves to inform potential bidders that the project is specifically reserved for certified SDVOSBs, as per 38 U.S.C. 8127 regulations concerning veteran-owned business opportunities. Contractors must ensure compliance with SBA’s Veteran Small Business Certification Program (VetCert) and remain registered in SAM.gov throughout the contract duration. The notice emphasizes the importance of qualifying status for bidders to participate, with submissions due by April 7, 2025, and an anticipated solicitation posting date around March 27, 2025. The document reinforces the commitment of the VA to supporting SDVOSBs and outlines requirements for certification, compliance, and limitations on subcontracting, ensuring participation rules are clear for those interested in this opportunity.
    The document pertains to the solicitation RFP 36C24825R0066 issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8). It announces the cancellation of a Request for Proposal regarding a project for the upgrade of physical security, specifically labeled as "Bid Build Upgrade Physical Security Phase II." The amendment includes administrative changes and instructions for contractors regarding acknowledgment of the modification. It emphasizes adherence to proper communication protocols and clarifies that failure to acknowledge receipt of the amendment may result in the rejection of offers. This action reflects procedural updates in federal contracting processes, indicating the necessity for potential bidders to remain aware of changes and deadlines relevant to federal contracting opportunities in the Veterans Affairs domain.
    The Federal Government is issuing a presolicitation notice for the Upgrade Facility Security Phase II project at the James A. Haley Veterans Affairs Medical Center in Tampa, FL. This project (RFP # 36C24825R0066) is designated as a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under the authority of 38 U.S.C. 8127 and the NAICS code 236220 for Commercial and Institutional Building Construction, with a project magnitude between $5 million and $10 million. The primary scope includes the installation of a new Personal Identity Verification (PIV) system and upgrading Physical Access Control Systems (PACS). The presolicitation emphasizes that only certified SDVOSBs can submit bids, requiring prospective contractors to be registered with the SBA Veteran Small Business Certification Program at the time of submission and contract award. Offers from non-certified businesses will be deemed non-compliant. The anticipated solicitation posting is set for March 27, 2025, and contractors must remain registered in the SAM.gov portal throughout the contract period. For any inquiries, Kenneth Caryer, the Contracting Officer, can be contacted directly. The notice outlines essential documentation and specifications which will support the project ahead of its official solicitation.
    The document pertains to VAAR 852.222-71, which mandates compliance with Executive Order 13899, addressing the issue of anti-Semitism in alignment with Title VI of the Civil Rights Act of 1964. Key obligations for contractors include the timely disclosure to the Contracting Officer of any credible evidence of violations related to anti-Semitism committed by their personnel during the contract's award, performance, or closeout. Additionally, contractors are required to incorporate these provisions into all subcontracts or purchase orders to ensure accountability throughout the supply chain. This clause emphasizes the federal government's commitment to combating anti-Semitism and upholding civil rights within its contracting processes.
    The document addresses wage determination for construction projects in Hillsborough County, Florida, under the Davis-Bacon Act. It outlines minimum wage rates mandated by Executive Orders 14026 and 13658 for federal contracts. If contracts commence or extend after January 30, 2022, workers must earn at least $17.75 per hour; contracts from January 1, 2015, to January 29, 2022, require a minimum of $13.30. It specifies rates for various construction roles, including asbestos workers, elevator mechanics, operators, and trades such as plumbing and electrical work. The wage determination notes that rates may be adjusted annually and includes references to worker protections and sick leave obligations under Executive Order 13706. Appeals for wage determinations or conformance can be submitted to the Wage and Hour Division of the U.S. Department of Labor. The document is structured to provide wage rates, classifications, and procedures for addressing disputes, aiming to establish compliance for federal and local contractors in building construction projects, thereby promoting fair labor standards.
    The Divisional Breakdown Sheet outlines the organization and allocation of resources across various divisions within a federal or state government project. It highlights the key objectives, specific tasks, and responsible units that will execute these tasks. Each division is expected to adhere to budgetary constraints, timelines, and compliance standards associated with government funding and grants. The document organizes information into distinct sections that cover project scope, division responsibilities, reporting structures, and expected outcomes, thereby facilitating accountability and transparency in governmental operations. This detailed framework is essential for fostering effective project management and ensuring that all divisions align with the overarching goals of securing federal, state, or local grants and RFPs. Overall, the document serves as a critical tool for enabling systematic coordination and effective execution of government initiatives.
    The provided document outlines the requirements for bidders/offerors participating in a federal or state contracting process, focusing on their safety and environmental records. It mandates that bidders submit a certification of their past safety records, ensuring no more than three serious OSHA or EPA violations in three years. If this benchmark isn't met, an explanation and detailed information regarding those violations must be provided. Bidders are also required to present their Experience Modification Rate (EMR) from their insurance carrier, with additional documentation required if the EMR exceeds 1.0. Self-insured or uninsured bidders must obtain their EMR rating from the National Council on Compensation Insurance (NCCI) or their state insurance bureau if applicable. This comprehensive evaluation includes a pre-award contractor safety and environmental record evaluation form, necessitating various safety data for several years. The document emphasizes accuracy in reporting and submission of relevant documentation, underscoring the government's approach to ensuring contractor responsibility and compliance with safety and environmental standards. This detail is crucial for assessing contractors' qualifications in the bidding process for federal and state contracts.
    The VA is soliciting proposals for a project involving the upgrade of physical security systems at the James A. Haley VA Hospital. Offerors must obtain proposal materials electronically from the Contract Opportunities website and register as interested vendors. A mandatory site visit is scheduled for May 1, 2025, followed by submission of proposals due no later than May 7, 2025. The RFP outlines requirements for proposal preparation, including the separation of technical and price submissions, and emphasizes accuracy, completeness, and adherence to submission guidelines. Proposals will be evaluated based on a series of technical factors: understanding of the project, relevant experience, capabilities in construction management, and past performance. Offerors must demonstrate compliance with federal regulations such as SAM registration and VETS 4212 reporting. A bid guarantee is required with proposals, and selected contractors must provide performance and payment bonds after award. The document emphasizes the importance of clarity in proposals and indicates that non-compliance with requirements could lead to proposal rejection. Overall, the RFP aims to ensure a fair and compliant procurement process while enhancing the security infrastructure of the facility.
    The document outlines records management requirements for federal contracts, especially those involving Federal records created or handled by contractors. It emphasizes the necessity for clarity regarding legal obligations for managing these records while integrating them into procurement processes. Key points include the definition of a "Federal record," compliance with relevant laws like the Federal Records Act and the Privacy Act, and the responsibility of contractors to securely manage, preserve, and report on records. Specific requirements detail the prohibition of unauthorized disclosures, the necessity for proper handling of sensitive information, and the ownership of data and records by James A. Haley Veterans’ Hospital and Clinics, which can use or dispose of these records as needed. Contractors are also mandated to ensure training for personnel handling records and to flow down these requirements to subcontractors. This comprehensive framework is critical for maintaining proper records management and compliance in government contracting contexts, particularly for RFPs and grants.
    Wavelynx Technologies has introduced the Ethos™ line of PKI readers, engineered to meet high-security standards suitable for government applications. These readers leverage unique encryption protocols to comply with FIPS 201-2 for user verification and supports OSDP for smart card interactions. Key features include support for various credential types (PIV, CAC, TWIC), remote firmware upgrades, and tamper detection capabilities. The models offer flexible mounting options and a robust design, making them suitable for both indoor and outdoor installations while meeting stringent certifications such as NIST SP-800-116 and IP55. The technical aspects include operational temperature ranges, voltage requirements, and size specifications, making them compatible with varied security systems. By accommodating smart card operations, these readers facilitate Federal Identity, Credential, and Access Management requirements. The document targets government entities by providing detailed specifications to support procurement efforts in response to RFPs and grants for secure identity verification technologies.
    The document is a Past Performance Questionnaire related to the United States Department of Veterans Affairs contract for the BB Upgrade Facility Security Phase II project. It outlines instructions for contractors to complete their information and request references to fill out the questionnaire assessing the contractor’s past performance. The reference contacts are required to evaluate various performance metrics on a scale of 1 to 5, including contractor supervision, problem resolution, quality control, and responsiveness to changes. Additionally, respondents must indicate whether the contractor was ever issued a notice regarding performance issues and whether they would award future contracts to the contractor. This form is utilized to gauge contractor reliability and effectiveness in meeting contract requirements, critical for federal procurement assessment and decision-making processes. The goal is to ensure that contractors have demonstrated satisfactory performance in previous projects before being awarded new contracts. This document plays a vital role in enhancing the transparency and accountability of government contracting practices.
    The James A. Haley VA Hospital's Upgrade Security Phase II project aims to enhance the facility's security by installing a new Personal Identity Verification (PIV) and Physical Access Control System (PACS) at selected doors in Building 1. The project requires professional services, materials, and compliance with federal, state, and VA regulations, with a performance period of 365 days. Key tasks include adhering to design specifications, integrating security systems, replacing doors, and ensuring infection control measures are in place. Contractors must use specific equipment, provide workers trained in OSHA standards, and attend weekly progress meetings. Employee conduct, identification, and safety protocols are strictly outlined, emphasizing professionalism and compliance with safety regulations. The project underscores the VA's commitment to security upgrades while maintaining a safe environment for staff and patients, ensuring all work aligns with the latest VA guidelines and standards.
    The file outlines the construction documents for the "Upgrade Facility Physical Security - Phase II" project at the James A. Haley VA Medical Center (VAMC) in Tampa, Florida. The primary focus is on enhancing physical security across the facility, which is detailed under project number 673-18-617. The document encompasses various specifications, including general requirements, safety protocols, and extensive procedural guidelines for contractors. Key aspects include the preparation for site operations, adherence to safety and environmental standards, and strict security measures for contractor activities. Contractors are required to maintain the integrity of existing structures while implementing security enhancements. Detailed plans cover the demolition of existing structures, material management, and construction phasing to ensure uninterrupted medical operations during the project. The document emphasizes the necessity of compliance with VA security policies, proper disposal of hazardous materials, and maintaining operational efficiency at the medical center. Overall, it serves to define contractor responsibilities and outline the expectations for improving facility security, prioritizing patient and staff safety throughout the construction process.
    The document outlines the construction specifications for Phase II of the Upgrade Facility Physical Security project at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida (Project No. 673-18-617). It details requirements for various construction components, including physical security measures, glazing specifications, and construction waste management processes. The document is organized into multiple sections addressing general requirements, existing conditions, metal framing, openings, finishes, and electronic safety and security systems, ensuring compliance with VA standards and applicable building codes. Critical elements include the specifications for materials (e.g., glass types, framing systems) and installation methodologies that prioritize safety, durability, and aesthetic coherence. The project underscores the VA's commitment to enhancing facility security and operational effectiveness while adhering to environmental and construction guidelines. These thorough specifications are essential for ensuring the project's successful execution and alignment with federal grant expectations.
    Similar Opportunities
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Design-Build contract to install a 1.5T MRI ICC at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. This project requires the contractor to furnish all necessary professional services, equipment, labor, and materials for the design and construction of the new MRI facility, which includes site investigation, demolition, structural modifications, and updates to mechanical, electrical, and plumbing systems. The contract, valued between $2,000,000 and $5,000,000, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a performance period of 740 days, with key deadlines including a site visit on December 17, 2025, and Phase I quotes due by January 6, 2026. Interested parties can contact David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further information.
    6515--Shelving System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a shelving system to be installed in the Urology Storeroom at the James A. Haley VA Hospital in Tampa, Florida. The project aims to replace shelving and storage units that were damaged due to a water leak, requiring the delivery and installation of specific DSI MODUMAX shelving units and related accessories. This procurement is critical for maintaining proper inventory and supply management within the Urology department, ensuring efficient operations in a newly renovated supply room. Interested contractors must adhere to strict compliance requirements, including federal regulations and service-disabled veteran-owned small business provisions, with proposals due by January 5, 2026. For further inquiries, contact Contracting Officer Marcus Lewis at Marcus.Lewis2@va.gov or call 813-940-0316.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.
    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.
    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.
    TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for a significant construction project at the Malcom Randall VA Medical Center in Gainesville, Florida, aimed at replacing deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24. This project, designated as 573-21-705, involves comprehensive site preparation, demolition, and installation of new HVAC systems to enhance operational efficiency and reliability within the medical facility. The estimated value of the contract ranges between $50 million and $100 million, with a performance period of approximately 1,095 calendar days following the notice to proceed. Interested contractors should note that the Request for Proposal (RFP) is expected to be posted on or around January 2, 2026, and all inquiries must be directed to Amber C. Milton via email at Amber.Milton@va.gov.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement – BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project requires comprehensive construction services, including structural modifications, installation of lead-lined walls, and adherence to various safety and quality standards throughout the construction process. This initiative is critical for enhancing the emergency department's capabilities and ensuring compliance with healthcare regulations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Contract Specialist David M Hernandez at David.Hernandez1@va.gov.
    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.