R410--VISN 1 Critical Utility Management Plans
ID: 36C24125Q0508Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: PROGRAM EVALUATION/REVIEW/DEVELOPMENT (R410)

Set Aside

Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs) (VSA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the VISN 1 Critical Utility Management Plan, with the intention of awarding a Firm-Fixed Price contract. This procurement is specifically aimed at Service-Disabled Veteran Owned Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB) that can meet the outlined requirements, which are crucial for managing utilities effectively in veteran services. The solicitation number 36C24125Q0508 will be available for download starting June 4, 2025, with responses due by June 18, 2025, at 5 PM EST. Interested parties must be registered in the System for Award Management (SAM) and can direct any questions to Contract Specialist Rosangela Pereira at Rosangela.Pereira@va.gov by June 12, 2025.

    Point(s) of Contact
    Rosangela PereiraContract Specialist
    (401) 273-7100
    Rosangela.Pereira@va.gov
    Files
    Title
    Posted
    The VHA Directive 1811 from the Department of Veterans Affairs outlines the policy, qualifications, and responsibilities for establishing Healthcare Engineering Programs in VA medical facilities. The directive mandates that these programs ensure a safe, resilient environment and effective operational upkeep of infrastructure critical for delivering quality health care. Key responsibilities include adherence to compliance standards across all facility operations, from utility management to training and records management. Various roles within the VA, such as the Under Secretary for Health and facility directors, are tasked with oversight, communication of guidelines, and compliance monitoring. The directive also highlights the importance of training, continuous monitoring, and annual assessments of the Healthcare Engineering Program's effectiveness. The program must develop budgets, maintain documentation such as as-built drawings, and ensure compliance with state and federal requirements related to health care operations. Reporting requirements for ongoing evaluations and compliance audits are also specified to foster accountability and improvement. This directive forms part of broader federal strategies to enhance infrastructure within VA health care facilities, underscoring the commitment to maintaining operational excellence in veteran health services.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for the creation of Critical Utility Management Plans for eleven facilities across VISN 1 stations, with a total anticipated budget of $19.5 million. The primary objective is to inventory utility systems critical to patient care, evaluate their risk of failure, and develop contingency plans. Contract deliverables include individual plans for each site detailing utility and equipment inventories, risk assessments, management plans, and preventive maintenance schedules. Additionally, the contractor must coordinate site visits, provide electronic access to documents through a digital repository, and adhere to various regulations, including wage determinations. The performance period is set for two years, with a structured timeline for plan submissions and required coordination with VA representatives. Security protocols and compliance with federal regulations are emphasized, ensuring only certified Veteran-owned small businesses are eligible for contract awards. This initiative exemplifies VA's commitment to operational efficiency and patient safety across its healthcare facilities while promoting veteran entrepreneurship within procurement processes.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for a Firm-Fixed Price contract related to the VISN 1 Critical Utility Management Plan. The solicitation number is 36C24125Q0508, and the response deadline is June 18, 2025, at 5 PM EST, with availability for downloading starting June 4, 2025. This opportunity is set aside for Service-Disabled Veteran Owned Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB) with the capacity to meet the requirements. Prospective bidders must be registered in the System for Award Management (SAM) prior to contract award. Questions regarding the solicitation should be submitted to Contract Specialist Rosangela Pereira by 12 PM EST on June 12, 2025. The applicable NAICS code for this contract is 541990. This solicitation is part of the government’s efforts to support veteran-owned businesses and ensure competitive procurement processes while addressing critical utility management needs for veteran services.
    The document provides an overview of the Edith Nourse Rogers Veterans Affairs Medical Center (VAMC) in Bedford, MA, detailing its facilities, initiatives, and patient services. Covering a total of 183.7 acres, the VAMC includes existing buildings with a gross area of 1,171,034 square feet and identifies various historical and vacant structures. Key initiatives outlined include major expansions and studies with a total funding amount of $56 million. The center serves approximately 23,728 patients annually, with particular focus on primary, geriatric, psychiatric, residential rehabilitation treatment programs (PRRTP), and extended care. The document also notes affiliations with Boston University and highlights the completion of a master plan in 2012. A total cost estimate of $204.8 million for facility condition assessments is mentioned, along with the presence of community-based clinics and vet centers. Overall, this file appears to support government considerations for RFPs or grant funding aimed at enhancing veteran care and infrastructure.
    The document outlines details for the Boston Healthcare System’s Jamaica Plain facility under the Veterans Health Administration (VHA). Spanning 15.8 acres, the site includes a range of both existing and planned structures aimed at providing tertiary care and poly-trauma services. Key statistics indicate a gross square footage of 1,083,221, with historical context and a projection for future expansion and funding—totaling approximately $167.9 million for technical corrections. Major initiatives completed range from a new parking deck to clinical expansions, reflecting a commitment to enhancing patient care. Additionally, the facility affiliates with Boston University and Harvard, indicating a strong partnership for medical education. The document also notes the presence of community-based clinics and a vet center to support local veterans. A master plan is scheduled for completion in 2015, highlighting ongoing development to meet evolving health care needs. Overall, the document emphasizes strategic planning and resource allocation essential for the VA's goal of improving healthcare infrastructure for veterans in the region.
    The document outlines various aspects of the Veterans Health Administration (VHA) facilities in Brockton, Massachusetts, particularly the Boston Health Care System. Key points include the site’s total acreage of 145.7, comprising 32 existing buildings, with an average age of 59.5 years. Significant investments have been made in facility upgrades, totaling $222.3 million across multiple initiatives addressing safety and modernization. The document indicates patient care statistics, reporting 17,846 patients served in FY 2013, and highlights partnerships with institutions like Harvard. It also notes a plan to finalize a contracted master plan originally scheduled for completion in 2016. Furthermore, the presence of one Vet Center and affiliations with other community programs like Catholic Charities are mentioned. Overall, the document serves to inform stakeholders about the current status and future plans for the VHA facilities in Brockton, supporting ongoing federal grant initiatives and RFPs aimed at enhancing veteran healthcare and related infrastructure.
    The document presents a comprehensive inventory of buildings associated with the Veterans Health Administration (VHA) under the North Atlantic region. It details various facilities, primarily located at Togus, Maine, including their statuses like current mission needs and determinations to dispose of certain properties. Each entry lists essential attributes such as district codes, station numbers, building names, asset types, unique IDs, and specific needs related to facility management. Key themes include the emphasis on maintaining operational readiness and the strategic decision-making regarding the disposition of underutilized or redundant structures. The document aligns with government objectives to maximize resource efficiency and enhance service delivery to veterans. The findings inform stakeholders planning future renovations, upgrades, or disposals, ultimately impacting how healthcare services are managed and delivered in the region. This inventory acts as a vital resource for federal and local government entities involved in infrastructure planning and funding decisions, reflecting an overarching commitment to improve veteran care through optimal facility utilization.
    This document outlines requirements for contractors to ensure compliance with the federal regulation 13 C.F.R. 125.6 regarding subcontracting limitations. Contractors must certify whether they intend to use subcontractors and must provide detailed data relating to the value of work being performed both by themselves and any similarly situated subcontractors. Specific information requested includes the business name, DUNS number, work descriptions, and percentage cost attributed to each contractor and subcontractor. The document also warns of severe penalties for violations, including fines and potential debarment, if the limitations on subcontracting are breached during contract performance. Compliance documentation may be requested by Contracting Officers, including invoices and subcontractor agreements, to verify adherence to these regulations. The certification concludes with an affirmation of the information's accuracy by the contractor and provides instructions for submission to the designated Contracting Officer. This document emphasizes the importance of maintaining regulatory compliance in government contracting to uphold integrity and accountability.
    The document outlines the details regarding the Veterans Health Administration (VHA) facilities at the Manchester VA Medical Center (VAMC) in New Hampshire. Covering 30.23 acres, the facility includes 14 existing buildings averaging 56.8 years in age, totaling approximately 294,597 gross square feet. Key initiatives include a $3.4 million project for a new 120-bed nursing care unit and a $2.6 million Ambulatory Care addition, both fully funded. The medical center serves 30,493 patients, with affiliations to Harvard Medical School and collaborations with Dartmouth University and the National Guard. The VAMC operates within the Veterans Integrated Service Network (VISN) 1 for the New England Health Care System, focusing on secondary medical-surgical services. The document also notes a master plan contracted in 2014 with completion expected in 2016. Additionally, the Federal Corrections Act (FCA) total technical corrections cost for the facility is projected at $91.1 million. Overall, the document provides a summary of physical and operational elements of the Manchester VA facilities in relation to their mission and development plans, relevant to federal grants and project funding considerations.
    The document outlines the Connecticut Health Care System at the VA Newington facility, emphasizing its status as an Ambulatory Care Center and PRRTP. The center spans 48.8 acres with a total of 466,939 gross square feet across 26 existing buildings, 2 of which are vacant. The average age of the buildings is approximately 55 years. It mentions the completion of significant projects, including a $49.9 million modernization initiative and a $1.2 million outpatient expansion. The facility served 28,044 patients in FY 2013. A master plan contracted in 2014 and an agreement in 2011 for 74 units of permanent housing for Veterans experiencing homelessness are also noted. The document includes financial data, indicating a total of $46.4 million in technical corrections needed. Collaboration with Yale University highlights partnerships in medical education. This summary reflects the Department of Veterans Affairs' commitment to enhancing veteran care through facility modernization and housing initiatives, while addressing critical infrastructure needs.
    The document outlines the details regarding the Boland VAMC facility located in Northampton, Massachusetts, under the Veterans Health Administration (VHA). Spanning 105.1 acres, it features a total gross area of 607,571 square feet, with a portion being available for lease. The facility is primarily focused on secondary and mental health care, serving 42,899 patients in FY 2013. Recent initiatives include a $2.9 million outpatient expansion project completed in 1979 and a permanent housing agreement for 60 units of supportive and transitional housing established in December 2011 and amended in August 2014. Additionally, the facility has five community-based clinics and one vet center, though there is no Veterans Benefits Administration (VBA) presence. A master plan was completed in 2012, and technical corrections were estimated to cost $103.7 million. The overview reflects the VA’s commitment to enhancing health services, infrastructure improvements, and support programs for veterans, positioning this information within the broader context of federal RFPs and funding for veteran health services and facilities development.
    The document pertains to a contracting activity within the Department of Veterans Affairs focused on preventative maintenance services. It outlines essential details regarding the contract, including contact points, contract number, award dates, and completion timelines, but does not provide specific values or project descriptions. The file is structured into enumerated sections, prompting for information related to the contract's value, type, a description of the work to be performed, and details on any commendations or major subcontractors involved. This format supports consistent information gathering for federal contracting processes. Overall, the document is intended to facilitate transparency and communication regarding contracts awarded for veteran services, emphasizing the importance of maintenance activities in the context of federal procurement processes.
    The document details the facilities and initiatives associated with the Veterans Health Administration (VHA) at the Veterans Affairs Medical Center (VAMC) in Providence, Rhode Island. It outlines the property’s acreage (45.9 total), the number of existing buildings (36), and various projects completed over the years, such as outpatient expansions and demolitions. Notably, the VAMC is affiliated with Brown University and Harvard University, serving approximately 43,157 patients as of FY 2013. It lists ongoing and completed initiatives, including a significant $74 million Special Care Addition. The document also mentions the absence of a National Cemetery Administration (NCA) presence and notes a master plan contracted in 2014, expected to be completed by 2016. The total technical corrections cost for Facility Condition Assessment (FCA) amounts to $118.4 million, indicating a significant investment in maintaining and upgrading facilities. This record provides essential information pertinent to federal infrastructure projects and facility management within the Department of Veterans Affairs, reflecting the government's commitment to enhancing healthcare services for veterans.
    The document outlines details regarding the Veterans Health Administration (VHA) assets at the Togus, ME facility, specifically focusing on the Veterans Affairs Medical Center (VAMC). It provides a profile of the site's characteristics, including acreage, existing buildings, historical context, seismic risks, and facility utilization metrics. The facility, served by VISN 1 within the VA New England Health Care System, has a gross area of 815,365 square feet with several active initiatives aimed at enhancing patient care capabilities. Key initiatives include a $35.4 million clinical renovation completed in 1991 and a $3.5 million development for secondary rehabilitation services. Notable affiliations with the University of Massachusetts and community clinics further enrich the offerings. The document also mentions the presence of a closed cemetery and that a master plan was completed in 2012, detailing future upgrades and resource allocation efforts. With a total estimated facility correction cost of $77.5 million, the report emphasizes the VHA's commitment to improving health services for the veteran population, addressing both operational and infrastructural needs while fostering collaborations with educational institutions and community resources.
    The document outlines the Wage Determination No. 2015-4083, relevant to contracts governed by the Service Contract Act from the U.S. Department of Labor. It details minimum wage requirements related to Executive Orders 14026 and 13658, stipulating that contracts initiated after January 30, 2022, must pay a minimum of $17.75 per hour, with lesser wages applicable for contracts awarded between January 1, 2015, and January 29, 2022. The document specifies the geographic applicability in Massachusetts and Rhode Island, listing various job classifications along with their corresponding wage rates and required fringe benefits. Additional sections detail employer obligations, including providing paid sick leave under Executive Order 13706 and various benefits such as health and welfare, vacations, and holidays. Importantly, a conformance process is described for new classifications not listed in the determination, ensuring compliance with federal standards. Overall, the file serves as a comprehensive guide for contractors to ensure compliance with wage laws applicable to federal contracts.
    The document outlines the facilities and initiatives associated with the Veterans Affairs (VA) Connecticut Health Care System in West Haven, CT. It provides a comprehensive overview of existing and planned infrastructure, including a total acreage of 43.87, with various buildings dedicated to healthcare and outpatient services. Key initiatives include major renovations and expansions, such as a $103.8 million Clinical/Ward Tower project scheduled for the future. Historical affiliations, particularly with Yale University, enhance the health system's capabilities. The document also mentions the provision for 66,347 patients in FY 2013 and highlights the presence of community-based clinics and vet centers within the system. Furthermore, the total technical corrections cost is estimated at $194.4 million, which suggests ongoing efforts to maintain and improve facility standards. The analysis reflects the VA's mission to deliver tertiary medical services while planning for infrastructural advancements, ensuring compliance with safety and operational standards in serving veterans' healthcare needs.
    The document outlines the current status and future initiatives for the Veterans Health Administration (VHA) at the Boston Healthcare System in West Roxbury, MA. It details that the facility spans 30 acres, features 16 existing buildings with an average age of 47 years, and has a total gross square footage of 545,306. Significant completed projects include the establishment of the SCI Center and modernization of Building 1, along with a clinical addition planned with an estimated cost of $279.7 million. The center's mission focuses on providing tertiary care, particularly for spinal cord injuries, serving approximately 41,025 patients in fiscal year 2013. Affiliated with Harvard University, this facility also collaborates with various community-based clinics and Vet Centers. The document indicates financial aspects, highlighting a total funding of $75.3 million for completed major initiatives. Additionally, it mentions a technical corrections cost of $49 million pertaining to facility conditions and outlines that a master plan was completed in 2012, informing the future direction and investments in veterans’ healthcare infrastructure.
    The document outlines the details of the Veterans Health Administration (VHA) facility located in White River Junction, Vermont. It provides a comprehensive overview of the property, highlighting its 63.9 acres, with 37 existing buildings totaling 501,982 gross square feet, including no vacant or out-leased space. Various initiatives have been completed since 1977, such as renovations and clinical improvements with total costs reaching $57.6 million, all funded and supported through collaborations, notably with Dartmouth University. The facility caters to an annual patient count of 35,205 and serves as a secondary care and psychological service provider. Additionally, it hosts community-based clinics (9) and Vet Centers (4), showcasing its integral role in regional healthcare for veterans. The report indicates the facility's master plan was completed in 2012, emphasizing ongoing evaluations and the absence of current projects reported under energy use indicators (EUI). Overall, the document reflects essential planning and funding activities surrounding the VHA facility’s operational and developmental framework as part of broader government initiatives to enhance veteran healthcare services.
    Lifecycle
    Similar Opportunities
    DA01--PACT Act -Veteran Experience Services Eligibility and Enrollment (VESEE) 2.0
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in the Veteran Experience Services Eligibility and Enrollment (VESEE) 2.0 initiative. This procurement aims to modernize the existing systems that support eligibility and enrollment processes for Veterans and their families, focusing on improving user experience, streamlining operations, and ensuring compliance with data security and privacy regulations. The initiative is critical for enhancing access to healthcare services and benefits for Veterans, with the contract expected to be awarded in November 2025. Interested parties must respond to the Request for Information by May 28, 2025, and can contact Contract Specialist Luis Lozada-Santiago at Luis.Lozada-Santiago@va.gov or 848-377-5245 for further details.
    Z1DA--PN:549-23-723 NRM Upgrade Utility Grand Prairie (VA-26-00004529)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the NRM Upgrade Utility project at the Grand Prairie facility in Texas, specifically designated as Project No. 549-23-723. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), involves comprehensive utility upgrades, including demolition, construction of new mechanical, electrical, civil, and structural systems, and the establishment of a utility yard, with a performance timeline of 548 calendar days. The total estimated cost for this project ranges from $1,000,000 to $5,000,000, and proposals are due by December 12, 2025, at 1:00 PM CST, following a mandatory site visit on November 14, 2025. Interested contractors can reach out to Contract Specialist Miguel A. Gonzalez at Miguel.Gonzalez4@va.gov for further inquiries.
    Z2DA--OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Exterior Utility Lines Project" at the Jack C. Montgomery VA Medical Center in Muskogee, OK, with a contract value estimated between $2,000,000 and $5,000,000. The project involves replacing exterior water and sewer lines, creating separate fire protection and domestic water loops to mitigate Legionella contamination, and requires compliance with ADA, OSHA, and NFPA standards. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes the importance of safety, quality assurance, and adherence to federal regulations throughout the construction process. Proposals are now due by December 17, 2025, at 2:00 PM CST, and must be submitted via email to Contract Specialist Jesus A. Villegas at jesus.villegas@va.gov.
    R408--VISN 2 Bronx ESPC Project Facilitator Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking Project Facilitator (PF) Services to support the VISN 2 Bronx Veterans Affairs Medical Center (VAMC) Energy Savings Performance Contract (ESPC). The selected contractor will be responsible for providing Measurement and Verification (M&V) Report reviews, project tracking, and documentation of meeting minutes over a five-year period, which includes one base year and four option years. This procurement is particularly significant as it aligns with the VA's commitment to energy efficiency and sustainability initiatives. The anticipated contract, which will be awarded directly to EMP2 Inc., a Service-Disabled Veteran-Owned Small Business (SDVOSB), is expected to commence on September 25, 2025, and conclude on September 24, 2030, with the possibility of an earlier start. Interested parties can contact Contracting Officer Joseph Senkovich at Joseph.Senkovich2@va.gov or by phone at 813-903-4476 for further information.
    Z1DA--PN:549-23-723 NRM Upgrade Utility Grand Prairie (VA-26-00004529)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the NRM Upgrade Utility project in Grand Prairie, Texas, under solicitation number 36C25726R0016. The contractor will be responsible for providing all necessary labor, equipment, tools, materials, supplies, and supervision to complete the utility upgrade, which includes demolition, removal of existing materials, and construction in accordance with the provided Statement of Work, drawings, and specifications. This project is crucial for maintaining the infrastructure and operational efficiency of the facilities serving veterans. Interested parties should note that the deadline for submitting proposals has been extended to December 12, 2025, at 1:00 p.m. CST, and inquiries can be directed to Contract Specialist Miguel Gonzalez at miguel.gonzalez4@va.gov or (915) 282-1732.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    R408--Acquisition Support Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Veterans Management Services Inc., a Service-Disabled Veteran-Owned Small Business (SDVOSB), for acquisition support services to assist the Veterans Health Administration (VHA). The procurement aims to fulfill various acquisition support requirements essential for VHA contracting operations, leveraging the authority provided under 38 U.S.C. 8127(c) to directly contract with SDVOSBs. The anticipated period of performance for this contract is from September 29, 2025, to September 28, 2026, with interested parties encouraged to submit capability statements to Contracting Officer Joseph Senkovich via email by September 30, 2025, at 3:00 PM ET.
    DA10--VISN 6 Clinical Decision Support Tool_VA-26-00022484
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the VISN 6 Clinical Decision Support Tool under the solicitation number 36C10B26Q0070. This procurement involves a firm-fixed-price delivery order aimed at enhancing clinical decision-making capabilities within the Veterans Health Administration, and it is open to contract holders in NASA SEWP V GWAC Groups B, C, and D. The importance of this tool lies in its potential to improve patient care and operational efficiency in veteran healthcare services. Interested parties must submit their proposals by December 15, 2025, at 10:00 am Eastern Time, and inquiries can be directed to Sarah MacArthur at sarah.macarthur@va.gov or by phone at 848-377-5179. Recovery Act Funds are not applicable to this action.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.