Y1DA--FY25: NRM (PROJ: 573-24-700) DB - Upgrade Electrical System - Kitchen
ID: 36C24825R0011Type: Special Notice
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 qualified contractors for a design-build project to upgrade the electrical system in the kitchen at the Malcolm Randall VA Medical Center in Gainesville, Florida. The project aims to enhance the kitchen's electrical infrastructure, ensuring compliance with safety and operational standards, particularly in light of recent economic challenges affecting procurement and pricing. This upgrade is critical for improving the efficiency and safety of food service operations within the facility. Interested parties should contact Contracting Officer Calixte Saintil at Calixte.Saintil@va.gov or call 813-940-0323 for further details, with a bid submission deadline extended to April 7, 2025.

    Point(s) of Contact
    Calixte SaintilContracting Officer
    (813) 940-0323
    Calixte.Saintil@va.gov
    Files
    Title
    Posted
    The document appears to be a comprehensive inventory of rooms and facilities within a building, focusing on various operational areas including laboratories, storage, offices, and mechanical rooms. Each location is meticulously cataloged by a unique identifier, providing a detailed layout for purposes such as maintenance, resource allocation, and space management. The layout emphasizes areas related to medical and laboratory services, along with essential support facilities like HVAC equipment, offices for medical staff, and storage spaces for supplies. This detailed organization is crucial for government entities potentially involved in Requests for Proposals (RFPs), federal grants, and state/local RFPs, as it presents a structured overview of physical assets and operational spaces. Understanding this layout supports efficient management and evaluation for funding opportunities aimed at infrastructure improvements, thereby ensuring compliance with safety and operational regulations. The document serves as both a reference tool for facility management and an essential component in planning future upgrades or modifications within the institution.
    The document outlines the specifications for low-voltage electrical power conductors and cables installation at the Malcom Randall VA Medical Center. It details requirements for the furnishing, installation, connection, and testing of conductors and cables rated 600 V and below. The document is structured into several sections, including general requirements, quality assurance, submittals, applicable publications, product specifications, execution of work, and identification protocols. Key aspects include the necessity for copper conductors, specific insulation types (THHN-THWN and XHHW-2), and adherence to established safety standards set by organizations such as ASTM, NEMA, NFPA, and UL. It emphasizes the importance of quality assurance through manufacturer certifications and outlines the appropriate splicing and termination procedures to ensure secure electrical connections. The instructions specify installation methods to prevent damage and ensure code compliance, with detailed instructions on conductor identification and testing protocols after installation. This document serves as a compliance guideline for contractors involved in electrical installations within the VA healthcare system, ensuring that safety and performance standards are met effectively.
    The document outlines requirements for grounding and bonding in electrical installations at the Malcom Randall VA Medical Center. It details the necessary equipment, installation practices, and quality assurance measures to ensure compliance with the National Electrical Code (NEC) and other relevant standards. Grounding equipment specifications include copper conductors with specific insulation requirements, connections methods for various systems, and acceptance testing for ground resistance, which must not exceed 5 ohms. The section emphasizes the critical nature of grounding in patient care areas, requiring special attention to electrical systems in these environments. Additionally, it mandates proper submittals, including shop drawings, test reports, and contractor certifications for installed systems. The document serves as a guideline for contractors to ensure safe and effective electrical installations aligned with federal and local standards, highlighting the importance of compliance in government projects to safeguard both infrastructure and personnel.
    The document outlines the specifications for the raceway and boxes for electrical systems at the Malcom Randall VA Medical Center. It details the requirements for furnishing, installing, and connecting various conduit types and related hardware necessary for a complete electrical raceway system. Key sections include definitions, related work, quality assurance measures, and required submittals such as shop drawings and manufacturer certifications. It emphasizes adherence to relevant standards from organizations like ANSI, NFPA, and UL, covering materials such as rigid steel, intermediate metallic conduit, and electrical metallic tubing. The installation section outlines proper methods for conduit placement, including concealment in walls and specific requirements for penetrations through structural elements. Safety considerations are highlighted across various sections, including provisions for wet locations, motors, and hazardous situations. The document serves as a comprehensive guide for contractors, ensuring that the electrical systems meet safety standards and functional requirements during the construction or renovation of VA facilities. Its structured approach aligns with federal and local RFP requirements by providing technical specifications that facilitate compliance and quality in electrical installations.
    This document outlines specifications for the furnishing, installation, and connection of panelboards as part of electrical installations. It details related work including painting, seismic restraint for non-structural components, electrical metering, and grounding requirements. Quality assurance measures are specified, mandating compliance with relevant electrical installation standards. Submittal requirements include shop drawings with extensive details, maintenance manuals, and certifications verifying compliance with specifications. The document emphasizes adherence to publications like the International Building Code and National Electrical Code. Panelboards must meet specific design, enclosure, and circuit breaker standards, ensuring they are factory-assembled and equipped for particular electrical conditions. Installation instructions point to the necessity of following manufacturer recommendations and ensuring the correct placement for future connectivity. Acceptance checks include inspections and tests to confirm compliance with specifications and operational effectiveness. The purpose of this document is to establish uniform guidance for the procurement and installation of panelboards, ensuring safety and quality in electrical systems as part of government projects or contracts.
    The document outlines the specifications for wiring devices at the Malcom Randall VA Medical Center, detailing requirements for the furnishing, installation, connection, and testing of electrical components. Key sections include general installation guidelines which adhere to NEC and VA regulations, with related work referenced in various other sections covering general electrical requirements, low-voltage conductors, grounding, raceways, and interior lighting specifications. Quality assurance necessitates compliance certifications from manufacturers and contractors, accompanied by shop drawings and maintenance manuals. The document specifies the types of receptacles needed—hospital-grade, GFCI, weatherproof, and surge protective—as well as toggle switches and manual dimming controls, all of which must follow detailed design criteria and performance standards, including safety and tamper-proof features. Installation criteria focus on proper positioning, bonding, labeling, and testing of devices to ensure compliance with health and safety standards. Additionally, acceptance checks and tests for functionality are outlined, particularly for GFCI receptacles in patient care areas. This thorough document serves as a guideline for contractors responding to federal RFPs, ensuring that electrical installations align with the precise safety and operational standards required in healthcare settings.
    This presolicitation notice from the Department of Veterans Affairs details an upcoming contract opportunity (Solicitation Number: 36C24825R0011) for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to upgrade the electrical system in the kitchen at the Malcom Randall VA Medical Center in Gainesville, Florida. The project involves design and construction services to assess and improve the electrical infrastructure, including switchgear and food preparation areas. The estimated construction cost ranges between $500,000 and $1,000,000. The solicitation is set to be issued on or about November 29, 2024, with response submissions due by November 28, 2024. Interested contractors must be registered in the System for Award Management (SAM.GOV) and verified in the Veteran Institute for Procurement (VIP) database. The notice underscores the VA’s commitment to employing small veteran-owned businesses while ensuring compliance with all applicable standards and regulations.
    The Request for Proposal (RFP) for Project 573-24-700 focuses on upgrading the electrical system in the kitchen of the Malcom Randall VA Medical Center in Gainesville, FL. The objective is to design and construct a new electrical distribution system to accommodate additional kitchen equipment, enhancing meal preparation capabilities for veterans. The project entails installing a new 480 Volt 3 Phase Main Distribution Panel and associated panelboards, in compliance with VA standards and applicable codes, including safety measures and quality controls. The contractor must ensure adherence to safety protocols, including the involvement of a Certified Independent Third-Party Safety Professional for design compliance. Additionally, it will involve site assessments, rigorous design documentation, and a phased construction approach to minimize disruptions to kitchen operations. The expected project duration is 365 days post-Notice to Proceed. In summary, this RFP outlines a comprehensive and compliant approach to upgrading essential facilities while emphasizing safety, quality assurance, and minimal operational impact during the construction process. This initiative reflects the VA’s commitment to supporting veteran care through facility enhancements.
    The document outlines safety requirements for construction projects managed by the Office of Construction and Facilities Management, particularly as they relate to the protection of contractor and government personnel. It details a structured approach to safety, encompassing guidelines for accident prevention plans, hazard analyses, inspections, and training requirements for workers. A significant emphasis is placed on compliance with various federal regulations, including those from OSHA and the Army Corps of Engineers. Key sections include definitions of roles such as Competent Persons and Site Safety and Health Officers (SSHO), the necessity for training programs, and specific safety protocols for activities like electrical work and fall protection. Notably, it mandates comprehensive pre-construction risk assessments and ongoing safety meetings throughout the project's lifecycle. The aim is to ensure a safe work environment while adhering to stringent regulations, highlighting the government's commitment to public safety and health during construction operations. This document plays a vital role in governmental RFPs and grants by setting explicit safety standards and expectations for contractors.
    The document serves as a Construction Cost Program Estimate Worksheet, aimed at facilitating the budgeting process for government-funded construction projects. It outlines the necessary components for estimating total project costs, including labor, materials, general conditions, and specific construction tasks. The worksheet details various construction phases, such as the removal of existing structures, installation of new systems, and compliance with safety and environmental regulations. Key sections address overhead costs, profit margins, and bonding requirements that contribute to the overall financial assessment. It emphasizes systematic cost breakdowns by item, allowing for transparent tracking and evaluation of expenses. This structured approach is essential for compliance with government RFPs and grants, ensuring that budgeting aligns with federal and local funding requirements while promoting accountability in public construction initiatives.
    The document outlines the prevailing wage determination for building construction projects in Alachua County, Florida, under the Davis-Bacon Act, which mandates that contractors pay minimum wage rates. It specifies wage rates for various construction worker classifications and highlights applicable executive orders regulating minimum wages for federal contracts. For contracts initiated after January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, are subject to a lower rate of $12.90, unless the prevailing wage is higher. The document also details additional requirements such as paid sick leave for federal contractors, classification identifiers for wages (e.g., union rates, survey rates), and procedures for appeals regarding wage determinations. It emphasizes that the information is crucial for compliance in federal contracting and aims to protect worker rights within federally funded construction projects. Overall, this determination provides essential guidance for contractors and their responsibilities in adhering to wage standards while ensuring worker protections.
    The document outlines the evaluation process for contractor safety and environmental records required for federal and state RFPs. It includes a pre-award contractor evaluation form where companies must provide essential data about their safety performance. Key items required include information from OSHA 300 Forms, such as man hours worked, the rate of days away from work or restricted activity (DART Rate), and any serious OSHA violations from the past three years, necessitating explanations for any violations. Contractors must also submit their North American Industrial Classification System (NAICS) code, identify their safety and health program administrator, and provide their Experience Modification Rate (EMR) for insurance purposes. This evaluation serves to ensure that contractors meet safety compliance standards and maintain a record of environmental responsibility, which is crucial for government contracting. Overall, the document emphasizes the importance of safety credentials in the contractor selection process for government projects.
    The document consists of a sample Letter of Commitment from a prime contractor to a subcontractor for a federal solicitation. The letter asserts Prime Contractor X's commitment to employing Subcontractor Y for specified services if awarded the contract by the Department of Veterans Affairs. It outlines Subcontractor Y's responsibilities, which may include various types of work like electrical or civil services. The agreement stresses that Subcontractor Y's qualifications and past performance can be credited to Prime Contractor X during the proposal evaluation. Additionally, any substitution of Subcontractor Y requires prior written approval from the contracting officer, who will assess the qualifications and appropriateness of any proposed replacements. If Prime Contractor X is not awarded the contract, the Letter of Commitment becomes void. Overall, this document is crucial in establishing partnerships between contractors and subcontractors for fulfilling government contracts while ensuring contractual compliance and proper project execution.
    The document outlines the requirements for a Letter of Commitment from a design firm in the context of a government contract proposal. It specifies that while the exact format of the letter is not mandatory, it must include essential information confirming the design firm's assurance to perform specified duties if the contract is awarded. The letter should be addressed to the Contracting Officer, include the solicitation number and project title, and be signed by an authorized official of the design firm. This commitment is a fundamental element in the proposal submission process, ensuring accountability and establishing the design firm’s role in the project. Overall, this document emphasizes the importance of formal commitments by design firms in securing federal and state contracts and grants.
    The Specialized Experience Form is a structured document required for federal and state contract proposals, emphasizing the importance of demonstrating relevant project experience. Contractors must provide details for three distinct projects, which include their company information, contract specifics, and a comprehensive description of their roles and responsibilities. Key components involve identifying the percentage of work completed, challenges encountered, and any unforeseen conditions during project execution. Additionally, contractors must disclose contract timelines, whether the project is more than 50% complete, any terminations, and the financial details of the contracts. Ultimately, this form is designed to ensure that contractors can showcase their expertise and relevance to the solicitation, facilitating the evaluation process for government procurement officials.
    The Solicitation Attachment outlines the requirements for subcontractors or teaming partners to provide consent for the release of their past performance information to prime contractors during the government procurement process. This consent is essential as federal regulations prevent disclosing such information without explicit approval from the subcontractor or teaming partner. The document serves as a sample form that subcontractors must complete, sign, and submit alongside the prime contractor's proposal to the Department of Veterans Affairs. By granting this permission, subcontractors acknowledge the importance of past performance assessments and facilitate the prime contractor’s preparation for source selection evaluations. The form requires essential details such as the subcontractor's name, contact information, and signatures from authorized representatives, ensuring compliance in the bid submission process while promoting transparency and trust in contractor relationships.
    The Past Performance Questionnaire (PPQ) is designed for contractors to provide detailed performance information regarding projects completed for the Department of Veterans Affairs (VA). It requires contractors to fill out essential information, including their firm details, type of work performed, contract specifics, and project relevance. The questionnaire facilitates client feedback on contractor performance, covering attributes such as quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety compliance, and overall project success. Clients are prompted to evaluate the contractor's performance using a rating scale from Exceptional to Unsatisfactory across various criteria. Additionally, it emphasizes the importance of client signatures for validation and encourages direct submissions to the contractor or VA, reinforcing the government's right to verify all provided information. The document is vital for assessing contractor reliability and suitability for future VA solicitations, thus playing a critical role in government RFP processes.
    The document appears to provide a detailed index or record of various items, likely pertaining to government proposals, grants, or project specifications. It includes numerical entries associated with dimensions and descriptions, alongside terms in both English and another language, suggesting a multilingual context. The file is structured with a focus on specific measurements (e.g., various items listed with measurements in inches) and includes sections for dates, creators, and descriptions of items. The overall theme seems to relate to technical documentation associated with government requests and specifications, possibly for construction or engineering projects. The involvement of an organization named RATIONAL-AG and a date of November 18, 2020, indicates a specific project timeline. This document emphasizes the importance of accurate dimensions and clear descriptions in government-related projects, reflecting the essential nature of detail-oriented planning and compliance in federal and local RFPs.
    The document presents a collection of reference data likely related to federal and state/local government requests for proposals (RFPs) and grants. It appears to list various entries, likely denoting specific measurements or requirements, possibly for construction or project specifications. The entries consist of numerical values paired with associated code or identifiers, suggesting a systematic categorization of relevant data. Additionally, the document includes sections labeled as "Information," "Connection diagram," "Date," "Creator," and "Dimensions," indicating structured elements necessary for understanding the proposals' context and compliance specifications. The overall purpose seems to facilitate a standardized approach to evaluating proposals, ensuring that submissions meet regulatory and technical standards essential for federal and local funding considerations. The structured format underscores the importance of clear communication and detailed documentation in government procurement processes, reflecting the comprehensive nature required by such initiatives.
    The document presents technical specifications and connection details for the iVario 2-XS cooking system manufactured by RATIONAL AG. Key components are outlined, including water supply connections, drainage, electrical connections, and Ethernet interface options, emphasizing the importance of proper installation for efficient operation. The layout provides installation dimensions, referencing various components with their respective functions. Each connection type is clearly categorized, with specific notes on the absence of certain connections such as the safety overflow. This document serves as a blueprint for professionals intending to integrate this cooking system, ensuring adherence to safety standards and operational protocols. It underscores the significance of meticulous planning and communication of technical requirements when engaging with government RFPs or grants, aimed at maintaining compliance and quality in culinary equipment deployment.
    The document outlines specifications and connection requirements for the iVario 2-XS cooking appliance, manufactured by RATIONAL AG. The technical details include various dimensions, connection types such as water supply, drainage, electrical connections, and an Ethernet interface. It emphasizes the need for proper installation with options for additional connections and safety mechanisms like a safety overflow. Key components are listed numerically, detailing their functions. The document operates under a strict scale format and includes a warning about printed drawings not being automatically updated, which is critical for ensuring that users are aware of the importance of consulting the most current plans for installation. The overall purpose of the document is to provide technical guidance and specifications crucial for suitable deployment in compliance with safety and operational standards, relevant in the context of government RFPs and grants concerning kitchen equipment procurement and installation.
    The document outlines specifications and details related to a government Request for Proposal (RFP) for an equipment installation, particularly a cooking unit identified as the iVario Pro, produced by RATIONAL AG. Key elements include connection diagram specifications for cold and hot water supply, drainage, electrical connections, and potential bonding options. Additionally, it outlines options for optional connections, emphasizing the need for accurate planning in compliance with federal guidelines. The drawing includes dimensions in both millimeters and inches, and notes on the document's non-updated status for printed copies. The overall emphasis is on ensuring that installations are configured correctly to meet regulatory requirements, focusing on functionality and safety provisions. In essence, the document serves as a guideline for those involved in preparing bids for federal contracts associated with kitchen equipment installation, ensuring adherence to technical specifications and safety standards.
    This document presents an equipment schedule for a new installation at the Malcolm Randall VA Medical Center in Gainesville, FL. The schedule outlines essential plumbing and electrical equipment required for food service operations, detailing specifications including type, quantity, and connections needed. Major equipment includes electric griddles, tilting skillet braising pans, a rapid cook oven, and combi ovens, specified by manufacturer and model. Plumbing specifications emphasize proper connection practices, including pressure reducing valves, grease traps, and compliance with local codes. The document also instructs the plumbing contractor to provide certain infrastructure, like an 8" SCH 40 PVC chase for soda lines, and specifies installation heights for direct and indirect waste connections. Electrical requirements detail the voltage, phase, amperes, and specific connection types for each piece of equipment, ensuring electrical systems support operational needs effectively. This overview showcases the government’s intention to enhance food service capabilities within the VA facilities while adhering to safety and regulatory standards, central to the proposal for federal grants and bids.
    The document provides an equipment schedule for a plumbing and electrical installation project at the Malcolm Randall VAMC in Gainesville, FL. It details the required kitchen equipment, including electric griddles, tilting skillets, ovens, and refrigerated stands, outlining specifications such as dimensions, connections, and manufacturer models. The plumbing section specifies installation requirements, including the necessity for smooth and burr-free joints, compliance with local codes, and the provision of pressure-reducing valves to maintain water pressure below 35 PSI. Safety measures, including the placement of gas shut-off valves and the installation of grease traps, are also emphasized. The structured format includes categories for plumbing and electrical needs, alongside specific remarks for each item, ensuring that contractors are informed of the standards and expectations for installation. This document aligns with state and federal RFP guidelines, evidencing a commitment to meeting safety and operational standards in the culinary facility within the VA medical center.
    The document outlines the specifications and functional capabilities of the RATIONAL iVario Pro 2-S, an advanced cooking appliance designed to optimize kitchen productivity and energy efficiency. It features independent dual pans, each with a 6.5-gallon capacity, and offers multiple cooking methods, including boiling, pan-frying, deep-frying, and pressure cooking. Key innovations include the iVarioBoost heating technology, which rapidly heats the pan while maintaining temperature stability, and the iCookingSuite, an intelligent cooking assistant that adjusts cooking paths based on food conditions. Additional functionalities include iZoneControl for multi-zonal cooking, a user-friendly touchscreen interface, and extensive safety features like automatic error correction and HACCP data management. The iVario Pro 2-S is energy-efficient, claiming up to 40% savings compared to conventional appliances, and excels in space optimization. Compliance with safety and operational regulations is also emphasized, making it suitable for unsupervised cooking operations. This product aims to address the demands of modern commercial kitchens while promoting enhanced cooking quality and efficiency.
    The RATIONAL iVario® Pro XL with base is a high-capacity cooking appliance designed to enhance productivity, flexibility, and ease of use in commercial kitchens. With a usable capacity of 40 gallons and equipped with advanced features like the iVarioBoost heating technology, it can heat up to 392°F in three minutes. The appliance integrates intelligent cooking assistants, including the iCookingSuite and iZoneControl, which optimize cooking processes by automatically adjusting variables based on food conditions. It offers various cooking functions, including boiling, pan-frying, and pressure cooking, allowing for significant time and energy savings compared to traditional methods. The user-friendly interface includes a 10.1" TFT display and supports over 44 languages, facilitating intuitive operation. Safety features include electronic temperature limiters and HACCP data management, making it suitable for unsupervised operation. The unit's installation requires adherence to local code standards, and professional installation is recommended. The iVario is engineered to meet energy efficiency standards, with a warranty covering two years of parts and labor. Overall, the iVario Pro XL is poised to revolutionize kitchen operations, making it an attractive option for government entities seeking to upgrade culinary technology while ensuring compliance and operational safety.
    The document outlines a Request for Information (RFI) regarding the upgrade of the electrical system in a kitchen located in Gainesville, Florida. The project requires clarification on various roles and responsibilities, specifically the need for full-time positions for the Site Safety and Health Officer (SSHO) and Quality Assurance/Quality Control (QA/QC), with restrictions on dual roles for these roles. It also discusses technical requirements for the electrical system, including demand loads, conduit routing, and surge suppression devices. The design-build nature of the project is emphasized, indicating that existing electrical, plumbing, and architectural drawings are unavailable. Additionally, logistics for construction, such as operational hours, worker access, and laydown areas, are addressed. Key specifications include the necessary load requirements and expected spare capacity for the new panelboard and various safety measures, including HEPA filtration during construction. The document serves to facilitate clarity for potential contractors by outlining expectations and requirements essential for the successful execution of the upgrade project while ensuring compliance with VA specifications. Overall, it is a critical guide for bidders to prepare their submissions effectively while following the stipulated regulations and project needs.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for a design-build project aimed at upgrading the electrical system in the kitchen of the Malcom Randall VA Medical Center. The project has a budget between $500,000 and $1,000,000 and is primarily targeted at Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring verification of SDVOSB status. The procurement is structured in two phases: Phase One includes the technical proposal, while Phase Two, which only selected candidates will enter, involves pricing submissions. Key evaluation factors include relevant past performance, technical approach, and the proposed project schedule. The document elaborates on submission requirements, including a signed SF 1442 form, necessary certifications, and adherence to specific guidelines for proposal format. The RFP emphasizes safety and compliance throughout construction, highlighting that the contractor must manage any potential disruptions to hospital operations and adhere to all regulatory standards, including equal opportunity employment goals. The successful bidder will be awarded a firm-fixed-price contract, contingent upon the availability of funds, and is required to submit performance and payment bonds.
    Similar Opportunities
    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.
    4130--Supply: Chiller Rental
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotations for the rental of two 550-ton chillers for the Malcom Randall VA Medical Center located in Gainesville, Florida. This procurement involves a firm-fixed-price contract for temporary air-cooled rental chillers, which includes delivery, installation, operation, and removal, with a base period from February 1, 2026, to September 30, 2026, and two optional one-year extensions. The chillers are essential for maintaining optimal climate control within the medical facility, ensuring a comfortable environment for patients and staff. Interested vendors must submit their quotes via email to Contracting Officer Scott K. Brickey at scott.brickey@va.gov by December 23, 2025, at 4:30 PM EST, and are encouraged to attend a site visit scheduled for December 10, 2025.
    DESIGN-BUILD (DB) CONSTRUCTION: Project 675-26-100 - Refresh Lake Baldwin Pharmacy Finishes
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking qualified contractors for the Design-Build (DB) construction project titled "Refresh Lake Baldwin Pharmacy Finishes" (Project Number: 675-26-100) located in Orlando, Florida. The project aims to refresh various finishes within the pharmacy, including paint, flooring, LED lighting, ceilings, and restroom modifications, with an expanded scope that includes new fire alarm and sprinkler head cover plates, diffusers, supply/return vents, and signage, among other requirements. This renovation is crucial for maintaining a modern and functional healthcare environment for veterans, ensuring that all finishes are updated while existing systems remain intact. Interested contractors must acknowledge receipt of Amendment 0003 to the solicitation, which extends the proposal submission deadline to December 15, 2025, at 11:00 AM EST. For further inquiries, contact Jean Olivier Pierre at jean.pierre1@va.gov or Aldwyn Singleton at aldwyn.singleton@va.gov.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for Project 648-20-116, which aims to correct electrical deficiencies at the Vancouver VA Medical Center. This project involves replacing, modifying, or upgrading existing electrical power distribution equipment in accordance with a Wiley-Wilson arc-flash report, and includes conducting a facility-wide arc-flash hazard risk assessment upon completion. The work is critical for ensuring the safety and operational efficiency of the medical facility's electrical infrastructure. The solicitation is set to be posted around December 2025, with an estimated contract value between $5,000,000 and $10,000,000, and is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested contractors can contact Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341 for further information.
    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.
    DESIGN-BUILD (DB) CONSTRUCTION: Project 675-26-100 - Refresh Lake Baldwin Pharmacy Finishes
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 8, is seeking qualified contractors for the Design-Build (DB) construction project titled "Refresh Lake Baldwin Pharmacy Finishes" (Project Number: 675-26-100) located in Orlando, Florida. This project involves the renovation of pharmacy finishes, with a specific focus on addressing asbestos-containing materials identified in the Baseline Asbestos Assessment Survey, which necessitates appropriate abatement actions prior to any disturbance activities. The deadline for submitting Phase Two RFP offers has been extended to December 15, 2025, at 11:00 AM EST, and all interested parties must acknowledge receipt of Amendment 0002, which includes critical documents such as Phase 2 Pre-Proposal RFIs and an Asbestos Report. For further inquiries, interested contractors can contact Jean Olivier Pierre at jean.pierre1@va.gov or Aldwyn Singleton at aldwyn.singleton@va.gov.
    Y1DA--Replace Kitchen Exhaust Fans Building 200 at Northport VA Medical Center 79 Middleville RD, Northport, NY 11768
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of kitchen exhaust fans in Building 200 at the Northport VA Medical Center in New York. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), involves the removal of two existing kitchen exhaust fans and the installation of new units that will integrate with the building's control system, adhering to various safety and construction standards. The estimated contract value ranges from $250,000 to $500,000, with a mandatory completion period of 250 calendar days from the notice to proceed. Interested bidders must attend a mandatory site visit on December 19, 2025, and submit their electronic bids by January 20, 2026, while ensuring compliance with subcontracting limitations and the Buy American Act. For further inquiries, contact Contract Specialist Yingjie Yeung at Yingjie.Yeung@va.gov.
    Z1DA--Upgrade Campus Electrical Systems. Project No. 610A4-23-101.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Campus Electrical Systems" project at the VA Northern Indiana Healthcare System in Fort Wayne, Indiana. This project involves the demolition of Building 16 and the installation of a 6,600 square foot addition to Building 1, which will house new electrical distribution equipment, including three 600 kW standby generators, automatic transfer switches, and substations. The estimated construction budget ranges from $10 million to $20 million, with a bid submission deadline set for February 12, 2025, at 10:00 AM EST. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should direct inquiries to Contract Specialist Brian Rosciszewski at Brian.Rosciszewski@va.gov.
    Y1AA--656-20-130 Repair Building 50 Basement Kitchen 656-26-2-3204-0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 23, is issuing a presolicitation notice for the project titled "Repair Building 50 Basement Kitchen" at the Saint Cloud VA Health Care System in Minnesota. This project, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves comprehensive remodeling of the existing Dish room and Tray Service Line, addressing critical failures in Architectural, Mechanical, Electrical, Plumbing (MEP), and Heating Ventilating and Air Conditioning (HVAC) systems. The scope includes replacing deteriorating finishes and implementing construction in two phases, impacting approximately 6,000 square feet of space, while ensuring minimal disruption to ongoing operations. The Invitation for Bid (IFB) is expected to be released around November 14, 2025, with a construction budget estimated between $2,000,000 and $5,000,000. Interested bidders must be registered and certified in the Veteran Small Business Certification database and can direct inquiries to Contract Specialist Daniel Dobler at daniel.dobler@va.gov or by phone at 651-293-3015.
    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.