Q702--Brainerd Multi-Specialty Clinic IOT&A
ID: 36C77625Q0137Type: Presolicitation
Overview

Buyer

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

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

TECHNICAL MEDICAL SUPPORT (Q702)

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 Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide Initial Outfitting, Transition, and Activation (IOT&A) services for the Brainerd Multi-Specialty Clinic in Minnesota. This contract aims to ensure the facility's operational readiness to deliver comprehensive healthcare services to veterans, with a focus on expanding its capabilities within a newly constructed space of 41,052 net usable square feet. The firm-fixed-price contract is expected to last approximately 36 months, with the solicitation anticipated to be announced around March 14, 2025, and bids due by April 10, 2025. Interested parties should direct inquiries to Contract Specialist Michele Laser via email at Michele.Laser@va.gov, as phone communications will not be accepted.

    Point(s) of Contact
    Michele LaserContract Specialist
    (216) 447-8300
    Michele.Laser@va.gov
    Files
    Title
    Posted
    The Veterans Health Administration (VHA) has issued a Presolicitation Notice for Initial Outfitting, Transition, and Activation (IOT&A) services at the Brainerd Multi-Specialty Clinic in Minnesota. This project, set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to support the facility's operational readiness to provide comprehensive healthcare to veterans. The contract will be firm-fixed-price, lasting approximately 36 months, as part of a broader initiative approved by Congress to enhance veterans' services through new clinics. This facility will expand its capabilities with 41,052 net usable square feet, including 230 parking spaces and accommodating the Patient-Aligned Care Team model. Eligible SDVOSBs must be verified by the Department of Veterans Affairs and adhere to size standards under NAICS code 541614. The solicitation is expected to be announced around March 14, 2025, with bids due by April 10, 2025. Interested parties must direct inquiries via email, as phone communications will not be accepted. The announcement serves to prepare potential contractors for the forthcoming solicitation, underscoring the VHA's commitment to improving access to specialized healthcare for veterans.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Q702--John J. Pershing Farmington VA Healthcare Clinic (HCC) IOTA Contract
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide Initial Outfitting, Transition, and Activation (IOT&A) services for the new Farmington VA Healthcare Clinic in Farmington, MO. The objective of this procurement is to enhance healthcare services for veterans by constructing a facility that will expand care offerings, including primary care, mental health, and specialty services, thereby alleviating capacity issues at the John J. Pershing VAMC in Poplar Bluff. This firm-fixed-price contract is crucial for improving operational efficiency and the overall veteran experience, with a performance period estimated at 33 months. Interested parties should note that the solicitation is expected to be published on March 20, 2025, with proposals due by April 22, 2025; inquiries should be directed to Contract Specialist Katherine Johnson at Katherine.Johnson6@va.gov or by phone at 216-447-8300.
    Q702--Pflugerville Initial Outfitting Transition and Activation (IOTA) Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Initial Outfitting, Transition, and Activation (IOT&A) services for the Pflugerville Community Based Outpatient Clinic (CBOC), with the goal of achieving operational readiness by February 2028. The procurement encompasses comprehensive project management, interior design, furniture, fixtures, and equipment (FF&E) planning, as well as logistical support to facilitate a seamless transition for healthcare operations. This initiative is critical for enhancing healthcare services for veterans, ensuring compliance with federal regulations, and promoting opportunities for small businesses, particularly those owned by service-disabled veterans, with a total funding amount of $20 million. Interested contractors should contact Lesa M. Crockett at lesa.crockett@va.gov for further details and to participate in the proposal process.
    Z1DA--656-24-501 Install Remote Generator Annunciators
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a Request for Proposal (RFP) for the installation of remote generator annunciators at the St. Cloud VA Health Care System in Minnesota, under contract number 656-24-501. This project is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring bidders to be registered and certified in the VetCert database. The contractor will be responsible for all aspects of the installation, including procuring materials and ensuring compliance with manufacturer specifications, with an estimated construction cost between $100,000 and $250,000 and a completion timeline of 100 calendar days from the Notice to Proceed. The RFP is anticipated to be released on or about February 20, 2025, and interested parties should direct inquiries to Contract Specialist Kaleb Gleason at kaleb.gleason@va.gov or by phone at 515-001-3232 ext. 23232.
    Looking to Lease in Cambridge, MN New Community Outpatient Clinic (CBOC) space SDVOSB Set-Aside
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of a new Community-Based Outpatient Clinic (CBOC) space in Cambridge, Minnesota, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement requires a facility ranging from 21,224 to 26,954 ANSI/BOMA square feet, with strict adherence to various federal, state, and local codes, including accessibility and security standards. This clinic will serve as a vital healthcare resource for veterans, emphasizing patient-centered care and operational efficiency. Proposals are due by March 4, 2025, and interested parties should contact Robert Hausman at robert.hausman2@va.gov or Ryan M Miller at Ryan.Miller11@va.gov for further details.
    Z1DA--PN: 438-25-601, MV Loop 1 Repair (SF) IFB-Set-Aside- SDVOSB
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "MV Loop 1 Repair" project at the Sioux Falls VA Healthcare System in South Dakota, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing all necessary tools, materials, and labor to address deficiencies within the facility, with an estimated project cost between $100,000 and $250,000. This project is crucial for maintaining the operational integrity and safety of the healthcare facility, ensuring compliance with federal standards and enhancing service delivery to veterans. Interested contractors must submit their offers by March 13, 2025, following a site visit on February 25, 2025, and can direct inquiries to Contracting Officer Michael W. Freeman at Michael.Freeman3@va.gov.
    Z2DZ--Network (VISN) 17 Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Site Prep
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract focused on site preparation for the renovation of the MRI room at the Olin E. Teague Veterans’ Medical Center in Temple, Texas. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses comprehensive construction services, including the relocation of utilities and adherence to strict safety and infection control protocols, with a project magnitude estimated between $20 million and $50 million. This initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with federal regulations while maintaining operational integrity during construction. Interested contractors must submit their proposals by February 26, 2025, at 10:00 AM CST, and can direct inquiries to Contracting Officer Rhonda Richardson at rhonda.richardson5@va.gov or by phone at 254-421-5722.
    Y1DZ--618-25-202, Replace Chiller #4
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of Chiller 4 at the Minneapolis VA Health Care System. This project, designated as Project Number 618-25-202, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the demolition of the existing chiller, installation of a new unit, and ensuring connections for emergency power and backup systems. The estimated project cost ranges from $1,000,000 to $2,000,000, with a required performance period of 150 days from the issuance of the Notice to Proceed, and the target solicitation date is March 6, 2025. Interested parties should direct inquiries to Contract Specialist Trevor Keyworth at trevor.keyworth@va.gov or by phone at 605-001-667, and must ensure compliance with the Veterans Small Business Certification program and other registration requirements.
    Z2DA-- Renovation of the 1D Clinic Project No: 671-22-157
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the 1D Clinic at the Audie L. Murphy VA Medical Center in San Antonio, Texas. The project requires contractors to provide all necessary labor, materials, and equipment for a comprehensive renovation covering approximately 1,310 square feet, with a focus on minimizing disruption to hospital operations and adhering to strict safety and infection control standards. This initiative is part of the VA's commitment to enhancing healthcare infrastructure for veterans, with an estimated construction cost between $500,000 and $1,000,000. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit bids by February 28, 2025, following a mandatory site visit on February 4, 2025, and are encouraged to direct inquiries to Contract Specialist Makarim Abdul-Jabbar at makarim.abdul-jabbar@va.gov.
    Y1DA--537-23-102 VMU Equipment Tie-in
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the VMU Equipment Tie-in project at the Jesse Brown VA Medical Center in Chicago, IL. This procurement involves the installation of utility connections for washing equipment and the construction of stainless steel partitions, with a project magnitude estimated between $100,000 and $250,000, specifically set aside for verified service-disabled veteran-owned small businesses. The successful contractor will be required to complete the work within 187 calendar days following the Notice to Proceed, ensuring compliance with safety regulations and maintaining operational capabilities in an occupied medical facility. Interested parties should direct inquiries to Contract Specialist Kristine A Sutton at kristine.sutton@va.gov, with bids due by March 4, 2025, following a pre-bid site visit on February 12, 2025.
    Y1DA--437-23-103 Update Wing 4B
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to undertake a construction project aimed at updating Wing 4B at the Fargo VA Health Care System in North Dakota. The project, identified as Number 437-23-103, will encompass various construction tasks, including HVAC, electrical, plumbing, and fire protection work, with an estimated total cost ranging from $1 million to $2 million. This initiative is critical for enhancing the facility's infrastructure and ensuring compliance with safety and health standards, particularly given the sensitive nature of the healthcare environment. An Invitation for Bid (IFB) is anticipated to be released around March 5, 2025, with bids due by March 21, 2025. Interested contractors must ensure they are registered in the Veteran Small Business Certification (VetCert) database and comply with all relevant regulations, with inquiries directed to Contract Specialist Scott Gifford at scott.gifford1@va.gov or by phone at 651-293-3020.