Z2DZ - Improve Security at Mountain View
ID: 36C26125R0038Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER HOSPITAL BUILDINGS (Z2DZ)

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 to improve security at the Mountain View Center in California. The project involves providing all necessary labor, materials, equipment, and supervision to enhance security measures in Building 801, in accordance with the Statement of Work. This initiative is critical for ensuring the safety of veterans and staff within the facility, reflecting the VA's commitment to maintaining secure environments. Proposals are due by May 19, 2025, and interested parties can contact Kristin Tribble at kristin.tribble@va.gov or (279) 842-7359 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications for a security system focused on access control. It emphasizes the need for a PACS (Physical Access Control System) reader featuring dual authentication, which is a critical component for enhancing security measures. Additionally, it addresses the implementation of glass breakage detection systems across specified areas, indicating an interest in safeguarding sensitive locations. The repeated references to these requirements suggest a strong emphasis on both access management and intrusion detection. This document is likely part of a federal or local RFP aimed at securing a contract for advanced security measures, highlighting the government's commitment to maintaining safety and security in public spaces. The structure includes distinct sections that reiterate key elements, signifying their importance in the proposal and evaluation process.
    The document outlines a Price Breakdown Sheet for Project No. 640-25-103, aimed at improving security at Mountain View. It is structured into several divisions, each detailing estimated costs related to materials, labor, equipment, and other expenses associated with specific project phases, including General Requirements, Existing Conditions, and Equipment. Each division totals are calculated but currently presented as blank fields, underscoring the need for prospective bidders to input their cost estimates accurately. Furthermore, the document necessitates that all additional costs, if any, should be clearly specified. The total proposal cost will encompass subtotals from all divisions, including overhead, profit margins, and bond-related expenses. It concludes with a commitment from the offeror to execute the project in accordance with specified prices upon government acceptance within a designated timeline. This document aligns with government RFP parameters, emphasizing transparency in pricing, accountability, and compliance with solicitation requirements. The overall purpose is to solicit competitive bids for the project's security improvements while ensuring clarity in cost expectations and obligations for the contractors involved.
    The document outlines the compliance requirements for subcontracting limitations in federal contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It states that contractors must adhere to specific percentages regarding payments to non-certified firms in relation to the government's contract amount: no more than 50% for services, 85% for general construction, and 75% for special trade construction. Any further subcontracting by SDVOSBs/VOSBs will also count towards these limits. The contractor acknowledges that providing false certifications can lead to criminal penalties. Additionally, the document outlines the requirement for contractors to demonstrate compliance with these limitations through documentation, with a failure to comply potentially leading to remedial actions by the government. This certification needs to be completed and submitted with any bids or proposals for the contracts to be eligible for award consideration.
    The document outlines requirements for contractors aiming to participate in government projects under the Veterans Health Administration (VHA). Specifically, it mandates that contractors maintain a positive safety and environmental record, limiting serious, repeat, or willful violations of OSHA or EPA regulations to no more than three or one, respectively, over the past three years. Additionally, contractors must present their current Experience Modification Rate (EMR), needed to demonstrate the safety and risk profile of their operations. This EMR must be verified through a letter from the contractor's insurance provider, explicitly stating the rate and providing context if the EMR exceeds 1.0. The documentation includes space for reporting violations and the EMR, requiring clear signatures and certified declarations on company letterhead. This file emphasizes the commitment to safety and compliance, essential for contractors seeking federal and local government contracts, thereby ensuring that the entities involved uphold stringent safety standards and best practices in their operations.
    The Physical Security and Resiliency Design Manual (PSRDM) by the U.S. Department of Veterans Affairs outlines essential design and construction requirements aimed at enhancing the security and operational continuity of VA facilities, especially during emergencies. It updates previous standards through comprehensive assessments and strategies developed after evaluating 118 VA facilities. The PSRDM categorizes facilities based on criticality—Critical, Essential, and Ancillary—determining their ability to function during and after emergencies. Key directives include incorporating physical security seamlessly into project planning, performing risk assessments, and abiding by relevant public laws and executive orders that mandate the protection of VA infrastructures. The manual stipulates that all project designs initiated after its effective date must adhere to its specifications, emphasizing a multi-hazard approach that combines physical security with requirements for other potential risks. The manual serves as a collaborative effort bolstered by insights from various specialists and is designed to ensure VA facilities remain functional and secure amid challenges, maintaining the safety of veterans and staff. Overall, the PSRDM emphasizes strategic planning, risk awareness, and adaptability in creating resilient environments for service delivery.
    The document outlines the Security System Application Matrix for the Department of Veterans Affairs, detailing security measures and systems applicable to various facilities. It specifies equipment types such as biometrics, motion detectors, RFID systems, and video monitoring—designating them as either required or optional based on the facility type. Areas covered include building exteriors, interiors, hazardous material storage, and utility systems. Unique settings, like child care centers and medical facilities, have tailored security measures ensuring both safety and compliance with federal guidelines. The matrix serves as a framework for implementing effective security protocols across VA facilities, highlighting the importance of safeguarding sensitive areas and enhancing infrastructural security. This comprehensive approach reflects the VA’s commitment to ensuring the safety of veterans and personnel while adhering to operational and security directives. The document supports government RFPs and grant initiatives aimed at securing federal and state/local facilities efficiently.
    The Department of Veterans Affairs (VA) has issued an updated Handbook (VA Handbook 0730/4) outlining mandatory procedures to enhance physical security and protect assets within its jurisdiction. This revision includes significant changes such as specific requirements for safeguarding information technology equipment stored temporarily and an annual policy for conducting physical security surveys. The document supersedes the previous version from 2000 and introduces detailed standards for various facility types, including pharmacy, weapon storage, and data centers. It addresses construction specifications for doors, walls, and intrusion detection systems, emphasizing stringent measures to secure sensitive areas against unauthorized access. The guidelines include key control systems for managing access and accountability of keys across various service zones. This handbook serves as a comprehensive framework for improving security protocols within VA facilities, ensuring overall safety for personnel and assets in line with federal standards. Its implementation is aimed at mitigating risks associated with theft, unauthorized access, and protecting sensitive information.
    The VHA Infection Control Risk Assessment (ICRA) template provides a structured approach for assessing and mitigating infection risks associated with construction, renovation, and maintenance activities in healthcare settings. It outlines the need for a Pre-Construction Risk Assessment (PCRA) to address additional safety concerns. The document details how to complete various tables categorizing the project, identifying affected areas, and assessing patient risk levels. Four activity categories (A to D) are defined based on the scope and impact of the work, ranging from minor maintenance to large-scale renovations impacting critical infrastructure. The assessment also categorizes patient risk (low to highest) to determine the necessary infection control precautions (Levels I to IV) required during the work. Each precaution level includes specific control measures such as maintaining cleanliness, dust control, and air monitoring. The document emphasizes the importance of monitoring and adapting infection control measures throughout project phases to protect patient safety. Overall, the ICRA serves as a comprehensive guideline for federal and state healthcare projects, ensuring that construction activities are conducted safely, minimizing potential risks to patient care environments. The document's detailed structure is aligned with government RFPs and grants aimed at improving healthcare facilities while adhering to stringent infection control standards.
    The document appears to detail architectural and facility information regarding a federal government building, outlining room names, functions, and associated measurements for various spaces. It presents a comprehensive layout of the building, specifying key areas such as conference rooms, offices for human resources specialists, nurse stations, and general storage. Each location is assigned a unique identifier, along with its gross and net square footage measurements. The purpose of this document likely corresponds to federal requests for proposals (RFPs) or grants related to facility management, renovation, or maintenance. By providing explicit details on room dimensions, purposes, and locations, this documentation helps to assess the building's suitability for housing government functions or for potential upgrades. Additionally, the layout ensures an understanding of space allocation, which is crucial for effective resource management in government operations. This information could guide decisions on staffing, resource deployment, and infrastructure improvements, assuring that the facility meets ongoing operational needs.
    The document pertains to the current and proposed status of Physical Access Control System (PACS) readers at Mountain View. It differentiates between new and existing PACS readers, specifically emphasizing the inclusion of dual authentication features. The document categorizes the PACS equipment into new installations and existing systems, clarifying the need for enhancements and updates. The reference to specific attachments suggests a structured method of assessing and tracking changes or upgrades in the PACS infrastructure. This file likely supports a Request for Information (RFI) aimed at gauging interest from vendors for the establishment or enhancement of access control systems, reflecting a commitment to bolstering security measures within government facilities. Each entry underscores the importance of modernizing access technology to improve security protocols and operational efficiency while ensuring compliance with federal guidelines.
    The document outlines a Request for Information (RFI) related to enhancing security at the Mountain View facility. It includes site photographs and detailed observations regarding existing doors and related hardware in various areas, such as the front entrance, lobby, room 150, and both east and west entrances. The intent of the RFI is to gather insights and proposals for improving security measures in these highlighted locations. By assessing the existing conditions and hardware, the government aims to solicit innovative solutions to bolster safety protocols at the facility. This RFI serves as an essential step in the procurement process for federal improvements, showcasing the government's commitment to ensuring secure environments across its properties.
    The document addresses a Request for Proposals (RFP) regarding security system upgrades for a Veterans Affairs facility, responding to various contractor inquiries. Key points include confirmation that the Superintendent can assume dual roles as the Superintendent Safety and Health Officer (SSHO), details on existing security systems' compatibility, and requirements for new hardware installations. The VA clarifies that new conduits and low voltage wiring must be provided, as existing pathways cannot be reused. Additionally, the project necessitates new motion intrusion alarms in specified locations, with no preferred camera brands outlined. Contractors are allowed to modify doors for new installations and must coordinate their work to avoid disrupting facility operations. Timelines are established, indicating that formal notices to proceed will be issued post-contract award, including potential extensions for hardware lead times. Supporting documents provide further specific instructions on the security hardware and configurations. Overall, the VA's comprehensive responses guide contractors in understanding project requirements, ensuring compliance with security standards and operational continuity.
    The government document outlines a Request for Proposal (RFP) for the Department of Veterans Affairs to improve the security system at the VAPAHCS Mountain View facility. The project includes the installation of a Physical Access Control System (PACS), specifically replacing existing door hardware with electrified systems and implementing a localized intrusion detection system that alerts VA Police. The document details general requirements, including safety protocols, contractor responsibilities, and construction security measures that must be adhered to during the project. It mandates the submission of comprehensive documentation, including specifications, schedules, and evidence of compliance with VA standards, particularly concerning safety and infection control. The Contractor must ensure minimal disruption to facility operations during improvements, coordinate project logistics with facility management, and adhere to strict personnel access and security protocols. Additionally, the document highlights the necessity of maintaining existing utility services and restoring site conditions post-construction, emphasizing the importance of thorough planning and communication. This comprehensive security enhancement reflects the VA's commitment to safeguarding veteran services while ensuring operational continuity during construction.
    The Activation Service Contract outlines essential operational guidelines for contractors and vendors working within the VA Palo Alto Health Care System. Key topics cover work hours, utility management, safety measures, and compliance with regulations. Contractors are required to operate between 8:00 AM and 4:30 PM on weekdays, seek advance approval for schedule changes, and maintain utilities without interruptions. They must adhere to stringent safety protocols, including the use of protective gear and careful disposal of hazardous materials like asbestos. The contract highlights responsibilities in terms of waste management, parking restrictions, and the prohibition of alcohol, drugs, and firearms on the premises. Additionally, contractors must follow noise control measures during construction to avoid interference with hospital operations. Overall, this document aims to ensure a safe and efficient working environment in line with federal and local regulations, reflecting a commitment to maintaining healthcare standards while conducting necessary construction activities.
    The document outlines construction and design specifications for the VA Palo Alto Health Care System's Mountain View Center. It includes detailed architectural plans across two levels, highlighting various spaces such as a main lobby, conference rooms, staff break areas, and employee office suites. Key features include space dimensions, room designations, material specifications, and accessibility standards. The drawings detail electrical, plumbing, and mechanical systems, indicating critical infrastructure elements such as electrical rooms, air handling units, and server spaces. Safety measures are prescribed, including fire-rated partitions and controlled access systems. Overall, this comprehensive plan serves to modernize and enhance the facility while ensuring compliance with health and safety regulations. The focus on detailed schematics and rigorous standards underscores the VA's commitment to providing a functional and safe environment for both staff and patients.
    The document contains general electrical notes, specifications, abbreviations, and lighting plans related to the VA Palo Alto Health Care System’s construction project. It outlines electrical system installation requirements, including the necessity of shop drawing approvals, device mountings, and compliance with the National Electrical Code (NEC). Key instructions emphasize the need for suitable support for electrical equipment, concealed installations, and specific conductor sizes for various circuit types. Additionally, details on occupancy sensor placements and fire alarm system designs are provided, requiring coordination with the architect and regulatory compliance for safety. The primary purpose of this document is to ensure adherence to construction standards and safety regulations while establishing guidelines for electrical installations in the healthcare facility. By detailing equipment specifications, installation practices, and necessary safety measures, the document facilitates a structured approach to the electrical components of the project, contributing to the successful renovation and modernization of the facility. This aligns with government requirements for federal RFPs, emphasizing quality, safety, and compliance within healthcare construction projects.
    The document outlines requirements for key personnel qualifications in response to government RFPs. It specifically addresses the need for information about the Project Manager, Quality Control, Safety personnel, and Site Superintendent. Each offeror must provide details such as proposed assignment, employment history, educational background, professional registrations, training completed, and familiarity with safety compliance and sustainability practices. The offeror is required to list, at most, three relevant projects completed in the last five years, detailing contract numbers, titles, amounts, timelines, roles, and descriptions of work, with an emphasis on construction details. Additionally, the document stresses the importance of specifying years of relevant experience for Project Managers and Superintendents separately, without combining roles. This detailed documentation aims to ensure that the personnel proposed have the necessary experience and qualifications for successful project execution, adhering to regulatory standards and best practices in construction.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs (VA), specifically managed by the VA Northern California HealthCare System. The primary purpose of this amendment is to provide responses to a Request for Information (RFI) received from bidders. The due date for proposals is established as May 19, 2025, at 12:00 pm PST. The document includes crucial administrative details such as project numbers, contractor information, and references to attached RFI response documents, which include bid attachments like architectural and electrical as-built drawings. The amendment emphasizes the importance of acknowledging receipt of this amendment either through submission methods outlined or by electronic communication. Overall, this amendment plays a key role in streamlining communications related to the procurement process by clarifying responses to inquiries and extending deadlines for interested bidders, thus facilitating fair bidding practices.
    The document outlines a federal Request for Proposal (RFP) for improvements to the security systems at the VA Mountain View Center located in California. The project involves the installation of a physical access control system (PACS) and an intrusion detection system (IDS) in Building 801. To bid on this task order, contractors must be part of the Veterans Integrated Service Network 21 Multiple Award Construction Contract (MACC). Key requirements include performance periods, site visits, and submission deadlines. The contractor is responsible for all labor, materials, and equipment, ensuring compatibility with existing systems. Site visits are scheduled for April 21, 2025, and proposals must be submitted by May 19, 2025. The evaluation process will focus on technical capabilities, past performance, and cost effectiveness. The RFP stresses the requirement for offers from certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), reinforcing the VA's commitment to support veteran enterprises. Additionally, various compliance, training, and bonding requisites are specified, alongside the necessity for contractor certifications regarding safety and environmental standards. This initiative highlights the government's focus on upgrading security while adhering to federal contracting standards and supporting veteran-owned businesses.
    The document is a Request for Information (RFI) form associated with the VA project titled "Improve Security Mountain View." It outlines the information needed from contractors interested in participating in this project. Key sections include contractor identification details, submission instructions, and a description field for specific queries regarding the project. The form also designates spaces for the VA Project Manager's responses, tracking numbers for RFIs, and amendments. The project's focus is likely on enhancing security measures at the Mountain View location, necessitating detailed contractor input to address any challenges or information gaps pertinent to execution. This RFI aims to gather necessary insights that will facilitate informed decision-making and support the overall objectives of the acquisition.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    6350--Avigilon video surveillance system project
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide an Avigilon video surveillance system for the VA Pacific Islands Healthcare System located in Honolulu, HI. The project involves procuring, installing, and configuring 16 Avigilon network cameras, a Network Video Recorder (NVR), and associated hardware, with the goal of modernizing security infrastructure to enhance safety for Veterans, staff, and visitors while ensuring compliance with federal mandates. This initiative is critical for improving cybersecurity and overall facility safety, particularly in sensitive areas such as mental health and veteran services. Interested parties should direct inquiries to Contract Specialist Mathew B. Czeshinski at Mathew.Czeshinski@va.gov, with the solicitation documents expected to be available around December 10, 2025, and the contract to be awarded as a Firm-Fixed Price contract.
    Z1PZ-- 648-20-121 Construct Campus Security Fence and Access Control (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the construction of a campus security fence and access control system at the Vancouver campus of the Portland VA Medical Center. This project, identified as 648-20-121, involves comprehensive site preparation, including demolition and installation of materials, with a contract performance period of 270 calendar days. The procurement is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, with an estimated contract value between $5,000,000 and $10,000,000. Interested contractors should note that the solicitation is expected to be released around November 10, 2025, and proposals will be due approximately 45 days after the solicitation is posted. For further inquiries, contact Meredith Valentine at meredith.valentine@va.gov.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement – BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project requires comprehensive construction services, including structural modifications, installation of lead-lined walls, and adherence to various safety and quality standards throughout the construction process. This initiative is critical for enhancing the emergency department's capabilities and ensuring compliance with healthcare regulations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their offers by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Contract Specialist David M Hernandez at David.Hernandez1@va.gov.
    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.
    36C26126R0007 Replace B530 Gymnasium Floor Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for the replacement of the gymnasium floor in Building 530 at the VA Palo Alto Healthcare System. The project requires comprehensive construction services, including the removal of existing flooring, mold remediation, and the installation of a new maple wood gymnasium flooring system, ensuring a safe and durable surface for athletic and community use. This procurement is particularly significant as it supports the VA's commitment to providing quality facilities for veterans and the community. The estimated project cost ranges from $500,000 to $1 million, with a performance period of 60 calendar days. Interested contractors must submit their proposals by December 22, 2025, and can direct inquiries to Contract Specialist Christopher Aguon at christopher.aguon@va.gov or (808) 433-0600.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    Z1DA-- Renovate OR for Hybrid Installation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating rooms for a hybrid installation at the VA Northern California Healthcare System in Mather, California. This project involves the comprehensive renovation of approximately 12,500 square feet of existing operating room space, including the upgrade of four operating rooms and the addition of a fifth hybrid operating room, with a focus on adhering to current VHA Design Guides. The renovation is crucial for enhancing surgical capabilities and ensuring compliance with modern healthcare standards. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by January 29, 2026, following a mandatory site visit on December 11, 2025. For further inquiries, contractors can contact Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511. The estimated project value ranges between $10 million and $20 million.
    Z2DA--Upgrade Video Assessment Surveillance System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to upgrade the Video Assessment Surveillance System (VASS) at the VA Caribbean Healthcare System (VACHS) located in San Juan, Puerto Rico. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to enhance physical security by replacing existing cameras with a new VASS that will provide improved surveillance coverage, advanced monitoring software, and modern analytics tools, including license plate readers and facial recognition capabilities. The contractor will be required to complete the work within 1,095 calendar days from the Notice to Proceed, with the solicitation expected to be issued around January 30, 2026. Interested firms must be registered in the System for Award Management (SAM.gov) and certified as active SBA SDVOSB to participate in this procurement, and they can contact Ana G. Alvarado at ana.alvarado@va.gov or 939-321-0814 for further information.
    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.
    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.