BB - Renovate 3D for Cardiology Service
ID: 36C24825R0055Type: Presolicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HOSPITALS AND INFIRMARIES (Y1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for the renovation of approximately 9,364 square feet at the Malcom Randall VA Medical Center in Gainesville, Florida, specifically to enhance the Cardiology Service by constructing two catheterization labs and related facilities. The project, designated as Project 573-CSI-122, requires completion within 730 calendar days from the Notice to Proceed, with a firm-fixed-price contract structure and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This renovation is crucial for improving healthcare services for veterans, ensuring that the facility meets modern standards while maintaining operational integrity during construction. Interested contractors must submit their proposals by June 20, 2025, and may direct inquiries to Calixte Saintil at Calixte.Saintil@gmail.com or by phone at 813-944-0324.

    Point(s) of Contact
    Files
    Title
    Posted
    The Renovate 3D Cardiology project at the Malcom Randall VA Medical Center involves comprehensive upgrades to modernize cardiovascular facilities. Contract number 36C24818C0271 outlines the delivery of bid documents for construction, including architectural, structural, mechanical, electrical, plumbing, and fire protection narratives. Key team members have prepared extensive specifications and narratives detailing compliance with VA standards and addressing safety, accessibility, and functionality considerations. The project aims to improve the efficiency and effectiveness of cardiology services by coordinating with various engineering disciplines and adhering to regulatory requirements. Included documentation features design analysis reports, checklists, and cost estimates, emphasizing critical planning phases necessary for construction execution. This initiative underscores the VA's commitment to enhancing healthcare facilities for veterans while ensuring adherence to safety standards and environmental regulations.
    The Interior Design Addendum for the Renovate 3D project at the Cardiology Service (Project 573-CSI-122) outlines specific renovations and material specifications. Key updates include the removal of undercabinet lighting and the replacement of a recessed sink with an undermounted version. The document details material choices for flooring, finishes, and cabinetry, such as Mannington vinyl plank flooring and Sherwin Williams paint colors. Furthermore, enhancements include upgrades to signage and the installation of specific handrails and curtain track systems. This addendum serves as a guide for contractors to ensure compliance with design standards and maintain consistency across the renovation project, reflecting the government's focus on improving healthcare facilities while ensuring aesthetic appeal and functionality. The precise details provided aim to facilitate the bidding process under federal and state contracting requirements, emphasizing the importance of uniformity and quality in federal projects.
    The file details a renovation project for the 3D Cardiology facility at the Malcom Randall VA Medical Center, under Contract 36C24818C0271. This government Request for Proposal (RFP) outlines the specifications and bid documents necessary for construction, focusing on converting existing spaces into cardiology procedure rooms. The contractor is tasked with the complete preparation of the site, including demolition and removal of existing systems while ensuring compliance with safety and infection control measures. Key elements include general construction, mechanical and electrical alterations, plumbing work, and fire protection systems. The project also emphasizes maintaining operational integrity for the Medical Center throughout renovation phases, requiring contractors to provide a detailed work plan and coordinate with VA personnel to minimize disruptions. Furthermore, stringent security measures are mandated for contractor personnel, and protocols for handling sensitive information are specified. The document underscores the VA's commitment to improving healthcare facilities while maintaining high safety standards and operational efficiency during the construction process. Overall, this project exemplifies essential government efforts to modernize veteran health services infrastructure.
    The document outlines the cost breakdown structure for a government project proposal. It includes detailed categories for various construction divisions, such as general requirements, existing conditions, concrete, masonry, and more. Each division features columns for labor costs, material costs, and total costs, though specific figures are not provided in the template. Additionally, the document prompts offerors to avoid lump sum pricing by detailing costs across divisions, allowing for comprehensive government analysis of overall base offer pricing. Acknowledging overhead, profit, and bond percentages is also part of the cost structure, which ultimately leads to a total base offer cost calculation. This structured approach facilitates transparency and aids government entities in evaluating proposals in accordance with federal and state/local RFP requirements, ensuring that offers are detailed and competitive.
    This document outlines a Pre-Award Contractor Safety and Environmental Record Evaluation Form required for submission in response to federal and state/local RFPs. Contractors are instructed to provide critical safety and environmental data, including OSHA 300 Forms for the years 2022 to 2024, detailing man hours, case incidents, and DART rates. They must also report serious OSHA violations from the past three years and provide their Insurance Experience Modification Rate (EMR) along with the NAICS code relevant to the acquisition. Additionally, the form requests information about the administration of the company’s Safety and Health Program. This evaluation emphasizes the importance of a contractor's safety record and compliance with regulations as part of the procurement process, ensuring that chosen contractors maintain high safety and environmental standards. Overall, it serves as a crucial tool for government agencies to assess potential contractors' qualifications and safety protocols.
    The document is a Letter of Commitment from Prime Contractor X to the Department of Veterans Affairs regarding Solicitation No. ____. It outlines Prime Contractor X's intention to engage Subcontractor Y for specified services if awarded the contract. The letter details the roles of both the prime contractor and the subcontractor, emphasizing that the subcontractor’s experience may enhance the prime contractor's qualifications. It specifies that any substitution of Subcontractor Y requires prior written approval from the contracting officer, who will consider the qualifications and overall project interests in their decision. If Prime Contractor X is not awarded the contract, the letter becomes void. This document is integral to government RFP processes, underscoring commitment and the proper procedures regarding subcontractor arrangements within federal contracts.
    The Past Performance Questionnaire (PPQ) is a tool used by the VA to evaluate contractor performance for proposals in response to Requests for Proposals (RFPs) and grants. The document is divided into sections for contractors and clients to fill out key information about the work performed, contract details, and performance ratings. Contractors specify their role, contract type, project description, and completion dates, while clients provide feedback on the contractor’s performance. Performance is evaluated through an adjective rating system ranging from "Exceptional" to "Unsatisfactory," assessing areas such as quality, timeliness, customer satisfaction, management effectiveness, financial management, safety, and compliance with contractual terms. This systematic feedback allows the VA to gauge contractor capabilities and track performance metrics effectively. The form emphasizes the importance of direct client input and is designed for repeated use in future VA solicitations, reflecting the government’s commitment to reliable contractor assessment and project success. Overall, the PPQ serves as a critical instrument in the federal procurement process, impacting contractor selection for future government projects.
    The document outlines the structure and requirements for a Past Performance Survey associated with federal government contracts, particularly for RFPs (Requests for Proposals). It necessitates contractors to submit details of three to five previous projects, including essential contractor information, contract specifics, scope of work, and performance levels. Contractors must also provide the percentage of work they performed and any relevant details about prime or subcontractor roles. Key components include a description of the project's scope, relevancy to the current procurement, difficulties faced, resolution strategies, and completion status. Moreover, contractors are required to indicate any contract terminations and explain price variations from original to final contract amounts. This structured form is essential for evaluating a contractor's past performance and suitability for future federal projects, ensuring that bidders can demonstrate relevant experience and successful project execution, which is critical when responding to government solicitations.
    The Subcontractor Information and Consent Form is designed for use in federal Request for Proposals (RFPs) and grants, specifically for the Department of Veterans Affairs. This form seeks the consent of subcontractors and teaming partners to release their past performance information to prime contractors involved in proposals. Acknowledging that the government prioritizes past performance in selecting contractors for projects, the consent form is necessary for the assessment of these subcontractors’ and teaming partners’ performance history. The document outlines essential details including the participant's name, type of participation (subcontractor or teaming partner), and allows for the sharing of past performance information, provided they consent. Completion and submission of this form with the prime contractor's proposal is a prerequisite for engaging in the evaluation process, thereby facilitating an informed decision regarding contractor selection. The prescribed format includes signature, date, and contact details of the authorized individual representing the subcontractor or teaming partner. This process highlights the government's effort to ensure transparency and confidence in contractor capabilities during federal procurement.
    This document outlines wage determinations for building construction projects in Alachua County, Florida, as governed by the Davis-Bacon Act and related Executive Orders. It specifies that contracts subject to this act must pay at least the prevailing minimum wage, which varies based on the contract’s initiation and renewal dates. For contracts beginning on or after January 30, 2022, workers must earn a minimum of $17.75 per hour or the higher listed rate. Conversely, contracts awarded between January 1, 2015, and January 29, 2022, have a minimum wage of $13.30 if not renewed post-January 30, 2022. It details various construction job classifications and corresponding wage rates, emphasizing that if new job classifications arise during a project, contractors may submit conformance requests. The document also describes the process for wage determination appeals and provides contact information for the Wage and Hour Division of the U.S. Department of Labor. Overall, it serves as a guide for contractors to ensure compliance with federal wage laws for public construction projects.
    The document outlines a Request for Proposals (RFP) from the Department of Veterans Affairs for a construction project involving the upgrade of the electrical system in a kitchen located at the Malcom Randall VA Medical Center in Gainesville, FL. The solicitation, designated under contract number 36C24825R0011, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated cost range of $500,000 to $1,000,000. Proposals will be evaluated in two phases, with initial submissions focusing on technical qualifications. Offerors must demonstrate relevant past performance, a technical approach, and compliance with submission requirements, including safety records and federal certifications. The project aims for a firm-fixed price contract, emphasizing minimal disruption to hospital operations. Key considerations include project scheduling, adherence to construction wage rates, and compliance with affirmative action employment goals. Offerors must submit their proposals electronically, with specific guidelines for format and content outlined. This RFP reflects the government's commitment to promoting the participation of veteran-owned businesses while ensuring transparency and accountability in the procurement process.
    The U.S. Department of Veterans Affairs is issuing a solicitation for the renovation of approximately 9,364 square feet at the Malcom Randall VA Medical Center in Gainesville, FL, specifically to create two catheterization labs and related facilities, identified as Project 573-CSI-122. This contract opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor is required to complete the project within 730 calendar days from the Notice to Proceed, adhering to a firm-fixed-price structure. Prospective contractors must demonstrate relevant past performance, propose a strong technical approach, and outline detailed project planning and safety measures. Mandatory requirements include compliance with various federal and local regulations, quality control procedures, and a construction phasing plan to minimize disruptions to hospital operations. Additional documentation such as bid guarantees, safety compliance forms, and proof of experience modification rate (EMR) are essential for proposal consideration. Fundamentally, this procurement aligns with the VA's commitment to enhancing healthcare facilities while ensuring operational integrity and safety throughout the renovation process.
    The Statement of Work (SOW) outlines the renovation of approximately 9,364 square feet for the Cardiology Service at the Malcom Randall VA Medical Center in Gainesville, FL, under Project Number 573-CSI-122. The scope of work includes demolishing existing structures and constructing two Cath Labs, control rooms, supply rooms, and office spaces. The contractor is responsible for adhering to VA standards and coordinating with equipment vendors. This project must be completed within 730 calendar days following the Notice to Proceed, with critical work avoiding disruption to hospital operations. Key responsibilities include obtaining necessary permits, preparing detailed schedules, and maintaining communication with VA Project Managers. The contractor must ensure compliance with safety regulations and quality control measures at all stages. Submittals, including project record drawings and shop drawings, must be provided electronically and approved before construction begins. Upon completion, the contractor will deliver as-built drawings and other documentation required for project close-out. This SOW reflects the government's commitment to enhancing healthcare facilities, ensuring that renovations meet stringent standards for safety and efficiency while maintaining hospital functionality throughout the construction process.
    Lifecycle
    Title
    Type
    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.
    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.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a Design-Build (DB) contract to install a 1.5T MRI Integrated Care Center (ICC) at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. The project, identified as Project Number 673-CSI-132, requires comprehensive design and construction services, including site investigation, architectural modifications, and installation of a new Siemens 1.5T MRI system, with a total performance period of 740 days. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $2,000,000 and $5,000,000. Interested parties must submit their Phase I quotes by January 6, 2026, and can direct inquiries to Contracting Specialist David Hernandez at DAVID.HERNANDEZ1@VA.GOV or by phone at 813-893-3904.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.
    Y1DZ | 586-22-102 | Renovate PC Blue for PACT - Women's Health Clinic | SOLICITATION
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of approximately 6,850 square feet of the Primary Care Blue Clinic at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi, to establish a new PACT Women’s Health Clinic. This project, designated as 586-22-102, is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to be VetCert SDVOSB certified and registered in the System for Award Management (SAM). The renovation aims to modernize the clinic, improve access, and enhance the quality of care while ensuring minimal disruption to ongoing medical operations. Proposals are due by January 13, 2026, at 10:00 AM CT, with a site visit scheduled for December 16, 2025, and inquiries accepted until December 19, 2025. Interested parties can contact Contract Specialist Lisa Peace at Lisa.Peace@va.gov for further information.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement – BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project requires comprehensive construction services, including structural modifications, installation of lead-lined walls, and adherence to various safety and quality standards throughout the construction process. This initiative is critical for enhancing the emergency department's capabilities and ensuring compliance with healthcare regulations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Contract Specialist David M Hernandez at David.Hernandez1@va.gov.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.