Y1DA-- 689-CSI-125 | Rad Suite Reno | Minor DB | W. Haven CT
ID: 36C77625R0060Type: Presolicitation
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 (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a design-build project to renovate the Interventional Radiology Suite at the VA Connecticut Healthcare System in West Haven, Connecticut. This project, identified by solicitation number 36C77625R0060, aims to modernize approximately 1,200 square feet of medical facilities, enhancing technology and improving the healing environment for veterans. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with an estimated budget of $4.5 million, emphasizing the importance of compliance with federal regulations and safety standards in a healthcare setting. Interested contractors must submit their proposals electronically by June 23, 2025, and can direct inquiries to Contract Specialist Zachary E. Penhollow at zachary.penhollow@va.gov or Joelle M. Mascarenas at joelle.mascarenas@va.gov.

    Point(s) of Contact
    Skye BudneyContract Specialist
    (216) 447-8300
    Skye.Budney@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is preparing to solicit proposals for a Firm-Fixed-Price contract aimed at renovating a segment of the radiation department at the West Haven VA Medical Center in Connecticut. The project entails Design-Build services for upgrading approximately 1,200 square feet of the existing IR Suite, including the removal and relocation of existing equipment, interior finishes, HVAC, utilities, and medical gas systems. The renovation will require comprehensive collaboration among various specialties, including architecture, planning, and engineering, to ensure a well-structured project completion. This solicitation will be categorized as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, meaning proposals from non-SDVOSB entities will be disregarded. The anticipated range for construction costs is between $2 million and $5 million, with an expected project duration of about 540 days from the Notice to Proceed. The formal Request for Proposal (RFP) is projected to be released in late May 2025, and all correspondence related to inquiries must be submitted in writing to designated VA contacts, forbidding verbal communications.
    The document outlines the Statement of Work for the Design-Build project 689-CSI-125, aiming to renovate the Interventional Radiology Suite at the VA Connecticut Healthcare System in West Haven, Connecticut. The project focuses on modernizing existing facilities, including upgrading technology, replacing X-Ray equipment, and enhancing the overall healing environment for veterans. Key components include careful planning and coordination with the equipment vendor, Philips, to ensure installation by September 1, 2027. The scope encompasses architectural, electrical, mechanical, and structural designs while ensuring compliance with various VA guidelines, codes, and standards. Comprehensive site investigations, environmental assessments for hazardous materials, and stringent infection control measures during construction are also mandated. The timeline stipulates detailed phases for design submissions, including a 50% and 100% review process, with a final design submission required within 210 calendar days of Notice to Proceed. Lastly, the final construction period spans up to 330 calendar days, emphasizing quality control and safety measures throughout the project. This renovation reflects VA's commitment to improving healthcare facilities for veterans while maintaining rigorous safety and operational standards.
    The document serves as a comprehensive estimate worksheet for a construction program associated with the Department of Veterans Affairs. It includes detailed sections formatted within various divisions (00 to 34), covering areas such as special sections, general requirements, existing conditions, concrete, masonry, metals, and more, displaying quantities, units, and pricing for labor and materials across each category. The estimated costs consolidate into a project total after accounting for overhead, profit, and bonds, showcasing the fiscal aspects of a construction project aimed at enhancing veteran facilities. Each section demands meticulous evaluation of quantities and associated costs while adhering to federal budgeting criteria. This estimate worksheet sets a structured approach towards budgeting for construction projects, ensuring compliance with government regulations and facilitating effective resource allocation in support of federal grants and RFPs. The overarching goal centers on transparent financial planning and resource management in the construction sector focused on veteran services.
    The document outlines the Past Performance Questionnaire (PPQ) used by the Veterans Health Administration (VHA) Program Contracting Activity Central for evaluating contractors’ past performance for federal contracting opportunities. The questionnaire requires contractors to provide detailed contract information, including contractor details, project scope, and relevant contract performance metrics. Evaluators from client agencies fill out feedback based on several criteria such as quality, timeliness, communication, management, financial management, and subcontractor oversight. Each criterion is rated adjectively, ranging from "Outstanding" to "Unsatisfactory," aiding in a comprehensive assessment of the contractor's ability to fulfill contract requirements. The purpose of the PPQ is to gather insights to support decision-making for project awards and ensure contractors meet the necessary standards for performance and quality. Submitted PPQs must be returned to contractors by a specified deadline, emphasizing the structured and timely nature of the procurement process in the context of federal RFPs and grants.
    The document outlines a Project Experience Questionnaire issued by the VA Program Contracting Activity Central for firms submitting proposals related to a current contracting solicitation. It requests details about previous project experience relevant to the specified elements, including civil work in greenfield settings, coordination across multiple disciplines, experience with medical gases, and working within medical facilities, particularly around large medical imaging equipment. The questionnaire includes sections for offerors to provide information such as project titles, locations, owners, and point of contact details. Contractors must list their roles, trade details, pricing, and performance periods for the referenced projects. Key questions focus on project descriptions, connections to the current solicitation, changes to project prices, schedules, and additional relevant information. This structured approach ensures that submissions highlight the qualifications and experience necessary for successful project execution, reflecting the federal emphasis on transparency and accountability in government contracting processes.
    The VAAR 852.219-75 outlines the limitations on subcontracting for service and construction contracts awarded to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). This certification, required under 38 U.S.C. 8127(k)(2), mandates that if awarded a contract, the contractor must not exceed 85% of the total government payment to non-certified firms. Exclusions apply to the costs of materials. The document emphasizes the importance of accurate certification and the potential legal repercussions for false statements, including fines and prosecution. Contractors must provide documentation evidencing compliance, which may be reviewed by the VA throughout the contract's duration. Failure to comply with these requirements may lead to remedial actions. Lastly, a formal certification section must be completed and submitted with bids, as non-compliance may result in disqualification from contract consideration. This regulation supports the federal commitment to ensuring small business participation, particularly among veteran-owned enterprises, and underscores the standards of accountability and compliance in contract management.
    The document outlines the general requirements for a design-build contract related to the construction of a new Interventional Radiology space, managed by the Department of Veterans Affairs. It sets forth safety regulations, security protocols, and operational guidelines essential for compliance. The contractor is responsible for providing all labor, materials, and equipment while adhering to necessary approvals and documentation requirements. Key aspects include: safety measures to protect workers and the facility, strict security protocols including badge identification, a detailed plan for managing work phases, and maintaining continual operations within the Medical Center. It also addresses the need for coordination regarding utility services and environmental protection during construction. The document emphasizes the significance of maintaining existing structures and utilities, ensuring proper disposal of hazardous materials, and conducting proper inspections throughout the project lifecycle. Successful completion entails submitting comprehensive as-built documentation and retaining an effective communication plan with the government officials. Overall, the requirements stress the importance of meticulous planning, robust safety, and regulatory compliance to ensure project success while minimizing disruption to the Medical Center's operations.
    The Department of Veterans Affairs (VA) is seeking proposals for a design-build project focused on renovating approximately 1,200 square feet of the Interventional Radiology Suite at the West Haven VA Medical Center. This effort is a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside with a budget of roughly $4.5 million. The project, designated by solicitation number 36C77625R0060, involves a two-phase process where contractors must provide detailed design and construction services, including equipment relocation, interior finishes, and infrastructure upgrades. Interested contractors must submit proposals electronically by June 23, 2025, and should be prepared to meet federal requirements for bonding and performance. The evaluation phase consists of assessing technical approaches and past performances, with awards made based on the best value to the government. Proposals must outline the contractor's capabilities and project management strategies while ensuring compliance with health and safety regulations vital for working in a hospital environment. The project emphasizes the importance of a collaborative approach and adherence to sustainable practices throughout the renovation process.
    The document is an amendment (0001) related to a solicitation for proposals from the Department of Veterans Affairs, specifically concerning project number 36C77625R0060. Its primary purpose is to address requests for information (RFIs), confirm the proposal submission deadline as June 30, 2025, at 12:00 PM EST, and clarify the process for submitting Past Performance Questionnaires (PPQs). It specifies that these PPQs must be returned to the requestor for inclusion in the proposal. All other terms and conditions of the original solicitation remain unchanged. This amendment is crucial for potential offerors as it establishes important deadlines and requirements essential for their proposals, ensuring clarity and compliance with the solicitation process. The document emphasizes the need for bidders to acknowledge the amendment to avoid rejection of their offers.
    The document outlines a set of questions and answers regarding the submission requirements and evaluation criteria for a federal RFP, specifically related to past performance and specialized experience. Key points include: 1. Past Performance Questionnaires (PPQs) must adhere to submission guidelines and cannot be older than five years. Ongoing projects may be accepted if they meet specified completion criteria. 2. Subcontractors’ past performance can be considered, particularly under a Mentor-Protégé Agreement, though the prime contractor must demonstrate their ability to manage subcontractors. 3. Past performance examples must meet a minimum threshold of $3 million in value, with ongoing projects in active healthcare environments being more favorable. 4. Specific roles and contributions from subcontractors must be clearly documented in proposals. 5. The Designer of Record must hold a valid Connecticut license at the time of submission, and design details are not required at the Phase I evaluation. 6. Review schedules and technical standards, including specific software and documentation formats, are mandated for successful project execution. The document aims to clarify the expectations for proposals to ensure compliance with government standards, enhancing project evaluation and selection processes. Overall, it emphasizes the importance of formal partnerships, thorough documentation, and adherence to licensing and evaluation criteria in the procurement process.
    The document serves as an amendment (0002) to the solicitation referenced as 36C77625R0060 from the Department of Veterans Affairs, specifically issued by the Program Contracting Activity Central. The primary purpose of this amendment is to provide clarifications regarding Requests for Information (RFIs) received concerning the solicitation. Notably, the proposal due date remains unchanged, set for June 30, 2025, at 12:00 PM EST. The amendment also stresses that all other terms and conditions of the original solicitation remain in full effect. This document is relevant for potential offerors/bidders who must acknowledge receipt of the amendment prior to the specified deadline to avoid rejection of their offers. The amendment reflects ongoing communication between the government and contractors as part of the procurement process, highlighting the importance of transparency and clarity in government contracting.
    The document provides responses to a series of questions concerning submissions for a government Request for Proposals (RFP) related to a Design-Build procurement. Key points include the necessity for past performance qualifications (PPQs) to align with submission requirements, the acceptability of ongoing projects under specific conditions, and the consideration of subcontractors' past performances. The government requires all projects to be completed within the last five years, with a minimum contract value of $3 million for relevancy, particularly emphasizing active healthcare environments. The document also clarifies that a formal mentorship or joint venture relationship must be established prior to submission, with documentation requirements specified. Additionally, it addresses the licensing requirements for architects/engineers in Connecticut, and requests for official project timelines, design detail expectations, and existing site documentation. Specific formatting standards and review schedules for design submissions following the award are enforced, ensuring compliance with VA standards. The overarching purpose is to ensure that proposers understand the criteria and expectations related to their qualifications, maximizing the chances of successful proposals that meet governmental standards.
    This document is an amendment (0003) to a solicitation issued by the Department of Veterans Affairs, which pertains to the procurement process for a contract with ID 36C77625R0060. The amendment primarily serves to extend the submission deadline for proposals to July 1, 2025, at 12:00 PM EDT, and to provide previously omitted evaluation criteria for Phase I of the evaluation process. An attachment detailing the evaluation methodology includes sections marked in red, specifically starting on page 11. All other terms and conditions of the original solicitation remain unchanged unless explicitly stated in this amendment. The amendment underscores the importance of proper acknowledgment of receipt by offerors to ensure timely consideration of bids, emphasizing the administrative nature of these changes in compliance with federal regulations. The document is signed by Joelle Mascarenas, the Contracting Officer, indicating official approval and communication of the amendments.
    The Department of Veterans Affairs has issued a Request for Proposal (RFP) under solicitation number 36C77625R0060 for a design-build construction project to renovate approximately 1,200 square feet of the Interventional Radiology Suite at the West Haven VA Medical Center in Connecticut. This project adheres to the Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside requirements and has a budget estimate of $4.5 million. Contractors must submit sealed bid proposals by June 23, 2025, with a performance period beginning within 90 calendar days after award. The selection process follows a two-phase evaluation, focusing first on technical approaches, specialized experience, and past performance before considering pricing in the second phase. Key proposal requirements include providing bid guarantees and performance bonds, confirming registration in the System for Award Management (SAM), and compliance with various federal acquisition regulations. The evaluation will emphasize the contractor's understanding of the project's complexity, the ability to manage risks, and maintain safety standards in a hospital setting, demonstrating a commitment to completing the renovation effectively while minimizing disruption to medical operations.
    Similar Opportunities
    Z1DA-- Renovate OR for Hybrid Installation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating room (OR) facilities at the VA Northern California Healthcare System in Mather, California. This project involves a comprehensive renovation and expansion of approximately 12,500 square feet, including the upgrade of four existing ORs and the addition of a fifth Hybrid OR, with construction to be phased and temporary OR trailers utilized during the process. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10 million and $20 million, and proposals are due by January 15, 2026. Interested contractors must attend a mandatory site visit on December 11, 2025, and can direct inquiries to Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511.
    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--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.
    Z2DA--Renovate MICU/SICU 539-20-104
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under project number 539-20-104. The project entails comprehensive renovations covering approximately 11,000 square feet, including demolition, new layouts, fixtures, finishes, and the installation of a HEPA pandemic filtration system, with an estimated construction value between $5,550,000 and $7,250,000. This procurement is particularly significant as it aims to modernize critical care facilities, ensuring compliance with safety and infection control standards while maintaining operational efficiency. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by 1:00 PM EST on January 8, 2026, following a mandatory site visit scheduled for November 3, 2025. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Design-Build contract to install a 1.5T MRI ICC at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. This project requires the contractor to furnish all necessary professional services, equipment, labor, and materials for the design and construction of the new MRI facility, which includes site investigation, demolition, structural modifications, and updates to mechanical, electrical, and plumbing systems. The contract, valued between $2,000,000 and $5,000,000, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a performance period of 740 days, with key deadlines including a site visit on December 17, 2025, and Phase I quotes due by January 6, 2026. Interested parties can contact David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further information.
    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--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.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    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.