Y1DA--635-21-700 | Construction EHRM Infrastructure Upgrades -OKC, OK- 73104
ID: 36C77625R0044Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC (36C776)INDEPENDENCE, OH, 44131, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

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

    The Department of Veterans Affairs is seeking qualified contractors for the Construction EHRM Infrastructure Upgrades project at the Oklahoma City VA Medical Center. The objective of this procurement is to enhance the facility's infrastructure to support the new Electronic Health Record Modernization (EHRM) system, which includes significant upgrades to electrical systems, HVAC assessments, communication infrastructure, and hazardous material abatement across multiple buildings. This project is crucial for modernizing healthcare delivery and ensuring compliance with federal standards, with an estimated contract value between $10 million and $20 million. Interested parties must submit their proposals by July 30, 2025, and can direct inquiries to Contract Specialist Aline D. Cruthers at aline.cruthers@va.gov or Jessica Hicks at jessica.hicks1@va.gov.

    Point(s) of Contact
    Aline D CruthersContract Specialist
    aline.cruthers@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is preparing to solicit proposals for a Firm-Fixed-Price contract aimed at upgrading the infrastructure at the Oklahoma City VA Medical Center to support the Electronic Health Record Modernization (EHRM) system. The project will focus on enhancing various infrastructure components, including electrical systems, HVAC, communication networks, and workspace renovations across multiple buildings on site. This Request for Proposal (RFP) is set as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with offers from other businesses not being considered. The NAICS code applicable is 236220, and the construction cost is estimated between $10 million and $20 million. The solicitation is anticipated to be published in early May 2025, and the project execution is expected to take approximately 730 days from the issuance of the Notice to Proceed. All inquiries regarding this proposal must be submitted via email to designated contacts listed in the document. This presolicitation notice emphasizes the VA's commitment to improving its infrastructure to meet modern healthcare standards for veterans.
    The document outlines a Request for Proposal (RFP) by the Department of Veterans Affairs (VA) for a construction project at the Oklahoma City VA Medical Center. This project is designated as a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under Public Law 109-461. The contractor will be responsible for comprehensive project management, labor, materials, and equipment based on provided specifications. The project's estimated cost ranges between $10 million and $20 million, with a completion deadline set for June 30, 2025. Proposals must be submitted by June 30, 2025, following specific guidelines, including conditions for bid guarantees and performance bonds. Interested parties are required to prove their technical capabilities, past performance, and compliance with safety standards. A pre-proposal site visit is mandatory for bidders. Evaluation criteria prioritize professional qualifications, subcontractor contributions, experience, project execution capabilities, and pricing based on the Lowest Price Technically Acceptable (LPTA) method. The document serves as a framework to ensure the VA receives quality proposals that meet operational, safety, and compliance standards, facilitating necessary infrastructure upgrades at the facility.
    The document outlines the solicitation for the "EHRM Infrastructure Upgrades" project in Oklahoma City (Solicitation: 36C77625R0044), focusing on compliance with the limitations on subcontracting as mandated by U.S. law. Specifically, it details that contractors awarded contracts must adhere to restrictions on the percentage of work that can be subcontracted to firms not certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For general construction contracts, no more than 85% can go to non-certified firms, with certain exclusions for materials. The document emphasizes the necessity for offerors to certify their compliance and keep accurate records, stressing that failure to do so may lead to penalties, including possible prosecution for fraudulent certifications. The overarching goal of these requirements is to ensure that federal dollars support veteran-owned enterprises while maintaining compliance and accountability in government contracting. This framework reflects the government’s ongoing commitment to support small businesses, particularly those owned by veterans, through structured and regulated contract awarding processes.
    The Oklahoma City VA Medical Center is initiating the EHRM Infrastructure Upgrades project to replace and enhance the telecommunication infrastructure across various buildings. The project, identified by project number 635-21-700 (VEG 23.01), aims to meet current VA design standards by installing modern fiber connections from existing server rooms to new telecommunication rooms and individual outlets. Key aspects include comprehensive demolition, construction, and safety requirements, alongside the management of existing utility services to ensure uninterrupted operations. Contractors must comply with stringent security protocols and coordinate closely with the medical center to minimize disruptions. This initiative reflects the VA's commitment to upgrading facilities while ensuring safety and operational integrity during construction, primarily targeting improvements in technology and infrastructure necessary for efficient healthcare delivery.
    The document details the EHRM (Electronic Health Record Modernization) Infrastructure Upgrades project at the Oklahoma City Veterans Affairs Medical Center, located at 921 NE 13th St. This project, designated as VAMC Project #635-21-700, encompasses comprehensive construction activities aimed at modernizing various infrastructure components, including mechanical, plumbing, and electrical systems across multiple floors. The plans include intricate demolition plans for each floor and specific updates to ensure compliance with accessibility standards and safety regulations, particularly the requirements of the Architectural Barriers Act. The provided drawings outline a range of elements, including site plans, demolition and new construction layouts, and life safety plans, ensuring that the necessary resources are allocated for compliance with federal and local codes. Emphasis is placed on maintaining accessibility throughout the remodel, delineating installation specifics for fixtures and facilities. Overall, the project aims to enhance healthcare delivery within the facility by upgrading essential support systems, thereby underscoring the commitment of the VA to provide state-of-the-art services and facilities for veterans.
    The document outlines the General Decision Number OK20250049, issued on March 14, 2025, for construction projects in Oklahoma County. It delineates wage rates and classifications for various labor categories under the Davis-Bacon Act, applicable to federal contracts. Contracts awarded on or after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, are subject to Executive Order 13658, with a minimum wage of $13.30 per hour. Various skilled trades are detailed, including rates for bricklayers, electricians, and plumbers, each with specific fringe benefits. Additionally, provisions for wage determination appeals are covered, ensuring contractors and workers can seek reviews on classifications and wage rates. This wage determination serves as a key reference for federal RFPs and grants, establishing minimum payment standards necessary for compliance and worker protection in construction projects within the specified jurisdiction.
    The Past Performance Questionnaire (PPQ) is a crucial component of the evaluation process employed by the Veterans Health Administration (VHA) Program Contracting Activity Central in assessing potential contractors. This document serves to collect detailed information from contractors about their previous work performance, including project scope, contract details, and responsibilities. It consists of two main sections: contractor information and evaluator information. In the contractor section, firms must provide details such as the project title, contract number, acceptance dates, and a summary of the work done. The evaluator section is designed for clients to assess the contractor based on criteria like quality, timeliness, communication, management efficiency, cost management, and subcontractor oversight, ultimately determining overall performance ratings. The PPQ also emphasizes the importance of returning the completed questionnaire by a specified date to ensure inclusion in the contractor's proposal. This structured approach is a fundamental aspect of government RFP processes, aiming to ensure transparency and reliability in selecting contractors for federal projects. It showcases the emphasis on performance history as a measure of future capability, aligning with the broader goals of effective federal grant management and contracting.
    The project outlined in the government document focuses on general construction improvements across several buildings, specifically Buildings 1, 5, 19, 21, Lawton, and Friendship House. Key infrastructure enhancements include upgrades to electrical systems, HVAC assessments, and renovations to existing spaces. The project will also address communication infrastructure by installing new data outlets and upgrading to Cat 6A cabling, along with assessing and enhancing the campus-wide fiber infrastructure. Additionally, hazardous material abatement is part of the scope. The document details various construction divisions—including general requirements, concrete, masonry, metals, and more—each section requiring specific labor and material costs to be estimated. The final deliverable includes a lump sum total encompassing construction costs, bonds, insurance, overhead, and profit, intended to ensure the successful completion of the infrastructure improvements while adhering to established regulations and standards. This project reflects a commitment to modernizing the facilities and addressing safety and compliance in federal building operations.
    The EHRM Infrastructure Upgrades project at the Oklahoma City VAMC focuses on enhancing project management and coordination through a structured approach. It requires a web-based project management software package for effective communication and documentation until project completion. Key features of the software include project data management, access control, real-time status tracking, communication logging, handling of revisions, and the compatibility for mobile devices. The project emphasizes the necessity for contractors to engage in coordination while assigning specific responsibilities, ensuring efficient workflow management. Furthermore, at the project's completion, a digital archive must be provided in a secure format to prevent alterations. This initiative is part of a broader governmental effort to improve healthcare facilities through systematic infrastructure upgrades while promoting collaboration among various stakeholders involved in construction projects.
    The document outlines a federal Request for Proposals (RFP) aiming to secure funding for a sustainable urban development initiative. The main objective is to explore innovative strategies that enhance urban resilience and environmental sustainability within metropolitan areas. Key elements include the integration of green infrastructure, the development of energy-efficient buildings, and the promotion of community engagement in urban planning processes. Additionally, the initiative encourages collaboration between federal, state, and local governments, alongside private and non-profit sectors, to leverage a diverse range of expertise and resources. The proposal highlights the necessity for data-driven approaches to assess the effectiveness of sustainable practices and to ensure compliance with environmental regulations. Overall, the RFP seeks comprehensive proposals that not only address current urban challenges but also contribute to long-term ecological goals, reflecting the government's commitment to fostering sustainable development in urban environments.
    The site visit for the Oklahoma City VA Medical Center's EHRM Infrastructure Upgrades project is scheduled for June 5, 2025, at 10:00 AM (CST). Participants should gather at the medical center's address and are advised to maintain good health and consider wearing masks, as the facility will not provide them. Attendees must arrive early to secure parking and will follow directional signage to access the entrance south of 16th Street. After gathering at the designated area, participants will be escorted to the engineering trailer for a briefing with the Contracting Officer (CO). This site visit is a critical part of the construction planning process aimed at upgrading infrastructure in line with federal standards. The emphasis on health and safety reflects the agency's commitment to safeguarding participants and complying with recommended guidelines.
    The document addresses technical inquiries related to the RFP for the VA's Construction EHRM Infrastructure Upgrades in Oklahoma City. Key topics include project specifications, contractor responsibilities, existing systems, and coordination requirements. Major inquiries involve the need for web-based project management software, handling access control panels, fire alarm systems, and the installation of network cabling. The VA clarifies that certain existing equipment will not be relocated, emphasizes adherence to specifications, and outlines the roles required for safety and quality oversight, such as the inclusion of a separate Site Safety and Health Officer from the project superintendent. Important responses indicate that specific proprietary systems and existing equipment will be detailed post-award, with requirements for new installations including telecommunications infrastructure and camera systems yet to be integrated. Additionally, the document lays out logistical constraints like limited site space and the need for coordination with VA personnel. This RFP is indicative of the federal government's focus on upgrading healthcare infrastructure to enhance service delivery while adhering to strict safety and operational standards.
    The document outlines the inquiry responses for the VA project titled "Construction EHRM Infrastructure Upgrades" in Oklahoma City (RFP #36C77625R0044). It contains a series of contractor questions regarding specific project details, such as equipment installation, wiring specifications, site logistics, and compliance with existing systems. Key inquiries include the need for web-based project management software, the status of access control panels, the specifications for fire alarms, and fiber optic installations. The document confirms that the scope does not include relocating access controls or fire suppression systems, and it addresses the use of existing technology for surveillance and access control systems. It emphasizes the importance of adhering to infection control risk assessment (ICRA) requirements, as well as managing site logistics for construction activities. The responses clarify technical needs and outline responsibilities, ensuring contractors understand and meet the project's requirements effectively. Overall, the document reflects an intricate coordination effort needed for the successful execution of the infrastructure upgrades while maintaining existing safety and compliance regulations.
    This document outlines an amendment to a solicitation for a project administered by the Department of Veterans Affairs, specifically the Program Contracting Activity Central. The key changes include a rescheduled site visit to June 5, 2025, at 10 AM Central Time, accompanied by updated site visit instructions. All other terms and conditions of the original solicitation remain unchanged. The purpose of this amendment is to formally communicate the site visit modification while ensuring all interested offerors are aware of the new date and procedures. This amendment reflects standard procedures in government procurement processes, emphasizing transparency and communication with potential bidders to maintain the integrity of the solicitation process.
    This government document outlines an amendment related to a solicitation and modification of a contract for the Department of Veterans Affairs. The primary purpose of the amendment is to provide a signed site visit sign-in sheet, which serves as an official record of attendance for contractors and offerors. The amendment confirms that all other terms and conditions of the original solicitation remain unchanged. The document includes standard contract modification elements such as contract ID codes, issuing offices, and signature lines for the contracting officer and contractor. The details ensure compliance with government procurement processes and maintain transparency and accountability in federal contracting activities. The context reflects the procedural nature of federal RFPs and grants, emphasizing the importance of amendments in official government contracts.
    This document serves as an amendment to a solicitation for the Department of Veterans Affairs (VA), identified by contract number 36C77625R0044. The key purpose of this amendment is to extend the deadline for bid submissions to July 11, 2025, at 2:00 PM CDT. While the due date has been adjusted, all other terms and conditions of the original solicitation remain unchanged. The amendment is officially issued by Jessica Hicks, the Contracting Officer, and requires acknowledgment of receipt from potential contractors to ensure valid participation in the bidding process. The amendment process is directed by specific regulations (FAR 43.103(b)), highlighting the procedural nature of federal contract modifications. The document is structured to outline administrative changes and the necessary actions required of interested parties to comply with the updated timeline. Overall, this amendment reflects the VA's commitment to transparency and adherence to established protocols in the procurement process.
    The government document outlines an amendment to a solicitation from the Department of Veterans Affairs regarding a contracting opportunity. Specifically, it modifies the timeline for bid submissions, extending the deadline to July 23, 2025, at 2:00 PM CST. All other terms and conditions of the original solicitation remain unchanged. The document emphasizes the need for offerors to acknowledge receipt of the amendment in one of several ways to ensure their bids are considered, highlighting the procedural aspects typical in federal contracting processes. The amendment is issued under the authority specified by the Federal Acquisition Regulation (FAR). Overall, this document communicates crucial updates essential for potential contractors wishing to participate in this procurement.
    The document serves as an amendment to a solicitation issued by the Department of Veterans Affairs, specifically referencing the Program Contracting Activity Central. Its main purpose is to formally extend the deadline for bids to July 30, 2025, at 2:00 PM CST. The amendment also provides answers to 43 out of 55 technical questions posed by potential offerors, with the remaining responses to be made available at a later date. Despite the changes, all other terms and conditions outlined in the original solicitation remain unchanged. The document underscores the importance of timely acknowledgment of the amendment by bidders to avoid disqualification. The amendment is signed by the contracting officer, Jessica Hicks, confirming its validity and administrative modifications per federal procurement guidelines.
    This document is an amendment related to the solicitation and modification of a contract administered by the Department of Veterans Affairs’ Program Contracting Activity Central. The primary purpose of the amendment is to provide responses to technical questions submitted by offerors regarding the original solicitation (number 36C77625R0044). The amendment extends the deadline for receipt of offers, permitting bidders to acknowledge the amendment through various methods, including returning signed copies or noting receipt in their submissions. Importantly, all other terms and conditions of the solicitation remain unchanged. The document is signed by the Contracting Officer, Jessica Hicks, indicating official endorsement and compliance with procedural requirements. This amendment is crucial for ensuring clarity and transparency in the bidding process, reflecting the government's commitment to addressing queries from potential contractors.
    This document is an amendment to a solicitation or contract from the Department of Veterans Affairs, specifically for project number 36C77625R0044, issued by the Program Contracting Activity Central. The primary purpose of the amendment is to provide a Fire Protection drawing related to the ongoing project, while all other terms and conditions remain unchanged. It specifies the required acknowledgment of the amendment by contractors, either through completing particular items, acknowledging on submitted offers, or through separate communication. The document emphasizes the importance of timely acknowledgment, indicating that failure to do so may result in the rejection of offers. Jessica Hicks, the Contracting Officer, is noted as the signature authority for this amendment. The structured format follows standard federal contracting requirements, detailing sections for amendment identification, dates, and contact information for both the issuing office and contractor. Overall, this amendment facilitates communication and necessary documentation related to fire protection in the continuing contract with VA.
    The document is an amendment to a solicitation from the Department of Veterans Affairs (VA) related to a contract or order identified by the number 36C77625R0044. Its primary purpose is to inform all bidders and offerors about the provision of the latest David Bacon Wage Determination. While this amendment modifies the solicitation by incorporating updated wage information, it states that all other terms and conditions of the existing contract remain unchanged. The document also reiterates the importance of acknowledging receipt of this amendment in the proposals submitted by contractors. Jessica Hicks, the Contracting Officer, signs off on the document, affirming its validity and authority. This modification illustrates the federal government's ongoing efforts to ensure compliance with wage determinations in contracts, particularly within federal and public sector projects.
    Similar Opportunities
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    Z1DA--648-24-701 EHRM Infrastructure Upgrades Phase 2 Construction - Portland, OR
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for the Design-Bid-Build EHRM Infrastructure Upgrades Phase 2 project at the Portland VA Health Care System, which encompasses significant construction and infrastructure enhancements in Portland, OR, and Vancouver, WA. The project requires contractors to assess existing conditions, perform demolition, and provide comprehensive labor, materials, and supervision across various disciplines, including civil, plumbing, mechanical, electrical, and electronic work. This initiative is crucial for upgrading the facility's infrastructure, including fiber optic installations, HVAC systems, and fire safety measures, ensuring improved operational efficiency and safety for veterans. The solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will be issued as an Invitation for Bid (IFB) in late October 2025, with an estimated construction value between $5 million and $10 million and a performance period of approximately 365 days. Interested parties can direct inquiries to Contract Specialist Sierra Tate at Sierra.Tate@va.gov or by phone at 216-447-8300.
    Y1BG--Brooklyn EHRM Infrastructure Upgrades Construction VA Medical Center Brooklyn, NY 630A4-22-700
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for a firm-fixed-price contract for the EHRM Infrastructure Upgrades construction project at the Brooklyn VA Medical Center in New York. The project entails comprehensive site preparation, including demolition and removal of existing structures, and the provision of labor and materials for various infrastructure upgrades, such as electrical systems, HVAC, communication infrastructure, and physical security enhancements. This initiative is critical for modernizing the facility's capabilities and ensuring efficient operations within the healthcare system. The solicitation, set to be issued in January 2026, is designated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $20 million and $50 million. Interested parties should direct inquiries in writing to Kara Evert at kara.evert@va.gov, as phone calls will not be accepted.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project located at the West Texas VA Health Care System in Big Spring, Texas. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days. The project is crucial for enhancing the data management capabilities of the VA, with an estimated cost between $5,000,000 and $10,000,000. Interested bidders must submit their proposals electronically by January 8, 2026, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.
    Y1DZ--EHRM Infrastructure Upgrades Tier 1 Construction 695-21-700 Milwaukee
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the EHRM Infrastructure Upgrades Tier 1 Construction project at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. This project involves a single firm-fixed-price contract for design-bid-build infrastructure improvements, including electrical upgrades, HVAC assessments, communication infrastructure enhancements, and physical security upgrades across multiple buildings on the campus. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is anticipated to be issued in early to mid-January 2026, with a performance period of approximately 1,460 calendar days and an estimated construction magnitude between $50 million and $100 million. Interested parties should direct all inquiries to Contract Specialist Bailey Donato at bailey.donato@va.gov.
    C1DA - EHRM Infrastructure Upgrades Design Houston, TX VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the construction of exterior towers at the Houston, TX Veterans Affairs Medical Center (VAMC). The project aims to enhance the infrastructure by adding additional square footage for Telecommunication Rooms across several buildings, including Buildings 100, 103, 104, 108, 108A, 109, 110, 120, and 123. These upgrades are crucial for improving the facility's telecommunication capabilities, which are essential for supporting healthcare services. Interested parties can contact Genevieve Fain at Genevieve.Fain@va.gov or Anthony Wilson at Anthony.Wilson3@va.gov for further information regarding this opportunity.
    Y1DA--Project 549A4-21-703 EHRM Training and Admin build
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the EHRM Training and Admin Support Space project (Project Number 549A4-21-703) at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. This project involves the renovation of four rooms to create temporary EHRM classrooms and an office, including asbestos abatement, interior demolition, and installation of new HVAC equipment and finishes. The procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 236220, with a contract value estimated between $500,000 and $1 million. Interested contractors must submit their proposals by January 15, 2026, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov for further information.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Building Automation System" project at the Temple and Waco Veterans Affairs Medical Centers in Texas. This procurement involves upgrading HVAC and related systems to a digital control system, specifically the Metasys BACNET MSTP network, with a project value estimated between $10 million and $20 million. The upgrades are critical for enhancing the efficiency and reliability of environmental controls within the facilities, ensuring a better operational environment for both patients and staff. Proposals must be submitted via email by January 12, 2026, with pre-bid site visits scheduled for December 10th and 11th, 2025. For further inquiries, interested parties can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.