Z1DA--650-CSI-3516 Renovate Upgrade Angio OR Suite Construction
ID: 36C24124R0065Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the renovation and upgrade of the Angio Operating Room Suite at the Providence VA Medical Center in Rhode Island. The project involves comprehensive construction activities, including demolition, installation of new systems, and adherence to strict safety and infection control standards, with a completion timeline of 240 days from the notice to proceed. This initiative is crucial for enhancing healthcare infrastructure and ensuring optimal operational efficiency in providing care to veterans. Interested contractors should direct inquiries to Contract Specialist Kathleen I. Mills at kathleen.koseoglu@va.gov, with proposals due by January 31, 2024.

    Point(s) of Contact
    Kathleen I MillsContract Specialist
    kathleen.koseoglu@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for the renovation and upgrade of the Angio Operating Room Suite at the VA Medical Center in Providence, RI, under project number 650-CSI-351. It emphasizes that the project is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and mandates that contractors must be both verified and visible in the Small Business Administration's databases at the time of bid submission and award. Key project specifics include a performance period starting within ten days of notice to proceed and a completion timeline of 240 days. Bids must be submitted electronically by September 30, 2024, and a site visit for potential contractors is scheduled for September 5, 2024. The bid range is estimated between $1 million and $5 million, and all contractors are required to adhere to federal and VA-specific regulations regarding information security and construction materials. Additionally, the solicitation underscores safety measures related to COVID-19, site visit arrangements, and the necessary bonds contractors must secure. Compliance with various clauses and requirements, including those regarding construction materials and safety procedures, is essential for eligibility. This project reflects the government’s commitment to improving healthcare facilities while supporting small businesses owned by veterans.
    The Renovation and Upgrade of the Angiography Operating Room Suite at Providence VA Medical Center (VAMC) aims to modernize and enhance healthcare facilities following specific guidelines and specifications laid out in the project documentation. The project entails complete demolition, general construction, and installation of new systems while adhering to safety, infection control, and environmental regulations. Key sections detail the project's general requirements, including contractor responsibilities for site safety, security protocols, the handling of hazardous materials, and maintaining ongoing utility services during construction. The contractor is responsible for creating a comprehensive dust control program to prevent airborne contaminants and ensure compliance with infection control standards. Additionally, rigorous standards for structural integrity and project documentation must be met, including as-built drawings and warranty management plans. With a project duration of 240 days, the renovation reflects the Department of Veterans Affairs' commitment to improving veteran healthcare by upgrading clinical spaces while maintaining operational efficiency throughout the construction phases. Comprehensive planning ensures minimal disruption to medical center operations and continuous access for healthcare personnel and patients.
    The document outlines the project specifications for the renovation and upgrade of the Angio Operating Room Suite at the Providence VA Medical Center in Rhode Island. It includes detailed construction documents, specifications, and requirements for various work divisions including general requirements, demolition, concrete, finishes, and architectural details. Key elements include ensuring standards for safety, quality control, and environmental management throughout the construction process. Specific sections detail subsurface preparation for floor finishes, gypsum board installation, and acoustical ceiling requirements, adhering strictly to the VHA Master Specifications and relevant ASTM standards. The comprehensive documentation is intended to guide contractors and ensure compliance with federal regulations during the bidding and construction phases, reflecting the government's initiative to enhance medical facility infrastructure for better veteran care.
    The VHA Directive 7715(1) outlines updated safety and health policies for construction activities within the Veterans Health Administration (VHA). Key changes include delineation of responsibilities for various officials, establishment of a Construction Safety Management Tool for tracking contractor deficiencies, and revisions to training requirements. It mandates the use of VHA-Pre-Construction Risk Assessment (PCRA) and Infection Control Risk Assessment (ICRA) forms throughout construction projects to evaluate and mitigate health risks. The directive emphasizes the importance of a safety culture, designating Executive Leadership Team members to oversee Construction Safety Committees and ensuring collaboration with Infection Control staff. The document highlights compliance with OSHA regulations, aiming to protect patients, staff, and the public while facilitating construction operations at VA facilities. This directive is part of the VHA's commitment to maintaining a safe environment amid ongoing infrastructure enhancements, marking an important step in aligning construction practices with health and safety standards, ultimately improving the quality of care provided to veterans. The policy aims for full implementation within three months of publication, with a recertification scheduled for June 2028.
    The project, "Renovate and Upgrade Angio Suite," focuses on significant enhancements to the Angio OR Suite at the Providence VA Medical Center, located in Rhode Island. This initiative addresses the need for modernizing facilities to optimize healthcare provision for veterans. Key objectives include the renovation of existing Operating Room (OR) spaces, installation of sophisticated medical equipment, and improvements to infrastructure including mechanical, plumbing, and fire safety systems, all in alignment with VA standards. The comprehensive plans entail demolishing existing structures, installing new ductwork, and implementing advanced air balance systems. The project also includes ensuring compliance with infection control and safety measures, especially during construction phases. A detailed schedule and a series of plans outline the conversion of existing space to meet modern operational demands, integrating new technology and maintaining accessibility for necessary medical procedures. This renovation demonstrates the VA's dedication to providing updated and efficient healthcare environments for veterans, emphasizing the importance of safety, modern standards, and operational efficiency.
    This document serves as an information sheet for contractors responding to a federal Request for Proposal (RFP). It outlines the necessary details required for submission regarding projects or contracts that have been completed within the last five years. Key information requested includes the contractor's name, contract and project numbers, project title and location, contact details for relevant personnel, contract type, project delivery method, and specific project scopes such as square footage and financial details. Additionally, it asks for information on change orders, OSHA citations, and subcontractors' involvement. The document aims to ensure that potential contractors provide comprehensive information demonstrating their qualifications and experience relevant to the project at hand, facilitating the evaluation process by contracting officials. This structured approach is crucial for compliance with government regulations and to promote transparency in the contract bidding process.
    The document serves as a Factor 1 Information Sheet for federal and state/local government RFPs, requiring detailed project submissions from contractors. Key components include firm identification, contract and project details, award amounts, and completion dates. Contractors must supply descriptions of their project scopes and explain technical similarities to the project in question. It emphasizes the need for contact information for various project stakeholders, including contracting officers and project managers, along with details about subcontractors and any change orders or OSHA citations. The format seeks to ensure that submitted contracts demonstrate relevant experience and technical capabilities necessary for successful project execution, ultimately highlighting the importance of safety, compliance, and thorough communication in the contracting process. This document is crucial for assessing contractor qualifications and fostering transparency during the proposal evaluation phase.
    The document comprises a collection of forms related to past performance evaluation for contractors responding to the federal RFP 36C24123R0132 for construction projects at the VAMC Providence, RI. It includes a Past Performance Sheet that gathers detailed information about a contractor's previous relevant projects, including aspects like project title, contracting officer contacts, contract type, square footage, award amounts, completion dates, and any OSHA citations. Additionally, it requests descriptions of similar work performed by the contractor and their subcontractors. The document also encompasses a consent form for subcontractors, allowing their past performance information to be shared with the prime contractor during the evaluation process. Lastly, a self-performance calculation form is included to detail the percentage and cost of work that will be carried out directly by the prime contractor versus what will be subcontracted. This information is necessary for the government to assess the contractor's capability and reliability for the proposed project. Overall, the package emphasizes thorough documentation and assessment of past performance to ensure effective contract awarding and project execution.
    The document outlines the requirements for a Past Performance Information Sheet to be completed by contractors submitting proposals for government contracts. It specifies the information necessary for each project, including details about the offeror’s name, contract number, project title, type of contract, award amounts, dates, completion timelines, change orders, OSHA citations, and major subcontractors. This structured format is designed to facilitate assessment of the contractor's past performance, which is a critical factor in the selection process for federal and state/local RFPs. The completion of this form ensures comprehensive evaluation of contractors' capabilities and experience, ultimately aiming to support informed decision-making by contracting officers during the procurement process.
    The document outlines the requirements for major subcontractors and teaming partners to complete the "Subcontractor Information and Consent Form" as part of a proposal to the Department of Veterans Affairs for RFP Number 36C24424R0065. Each subcontractor must provide consent for the release of past performance information to the prime contractor, which is crucial for the government's assessment of their qualifications. Subcontractors can provide up to three references detailing their past work, and while written references are encouraged, they are not required to submit past performance questionnaires. The form includes sections for company details, signatures from authorized individuals, and a reference list with points of contact for prior contracts. This process emphasizes the government's focus on leveraging past performance to achieve the best value in procurement and contract award decisions.
    The document serves as a "Past Performance Questionnaire" used by the Department of Veterans Affairs (VA) to evaluate contractors' previous work when submitting proposals for contracts. The questionnaire is aimed at collecting references from organizations that have previously engaged the contractor in question, specifically for the project titled "Renovate and Upgrade Angio OR Suite" at the VAMC Providence, RI. The structure includes a transmittal letter that instructs references to complete the questionnaire and submit it directly to the VA, ensuring confidentiality of respondents’ identities per Federal Acquisition Regulations. The questionnaire itself consists of various rating scales assessing the contractor’s performance across several categories, including quality management, timeliness, business practices, safety compliance, and customer satisfaction. Each section requires feedback on the contractor's ability to meet contract requirements, manage personnel, resolve issues, and adhere to safety protocols. Ultimately, the process reinforces the VA's commitment to selecting reliable contractors based on objective performance evaluations, crucial for maintaining operational integrity within federal projects.
    The document outlines the requirements for calculating and detailing self-performed work in response to RFP 36C24124R0065 for the renovation and upgrade of the Angio OR Suite at the VA Medical Center in Providence, RI. It specifies that contractors must demonstrate their capacity to perform at least 25% of the work using their own resources and outlines which costs are included in self-performance calculations, such as labor, materials, and overhead. Contractors are instructed to provide a clear description of the work to be self-performed, along with a detailed calculation including total offer price, amounts for overhead deductions, and the final self-performed work figure. Additionally, the completion percentage of self-performed work must be calculated as a percentage of the total work under contract. This RFP emphasizes the significance of self-performance capability for general contractors, highlighting that those with stronger self-performance credentials could receive favorable evaluation consideration. The document serves as a guideline for submissions, ensuring that proposals adhere to federal contracting expectations while promoting optimal resource utilization.
    The document is a proposal submission for the renovation and upgrade of the Angio OR Suite at the VA Medical Center in Providence, Rhode Island. The primary focus is on the contractor's commitment to fully prepare the site, which includes demolishing existing structures, installing utilities, and completing construction within 240 days from the notice to proceed. Offerors are required to submit a detailed cost breakdown, outlining labor, materials, equipment, and overhead costs involved in the project. Additionally, the proposal necessitates an acknowledgment of any amendments and certification of received documents. A section for calculating self-performed work is included, guiding contractors to identify costs associated with direct labor and materials their team will execute. The proposal framework emphasizes the importance of thorough documentation and the alignment of self-performed work with overall project costs. This RFP encapsulates the federal government's initiative to modernize medical facilities, ensuring compliance and efficient project execution while inviting competitive bids from contractors capable of delivering specified renovations.
    The document outlines the compliance requirements for subcontracting limitations in response to RFP 36C24124R0065, which pertains to the renovation and upgrade of the Angio OR Suite at the VA Medical Center in Providence, RI. It mandates that contractors must adhere to specific limitations on subcontracting to ensure that a certain percentage of the contract work is performed by Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The document specifies different percentages based on the type of contract, such as general construction and services. The offerors must certify compliance with these requirements and are subject to review by the VA to monitor adherence. Furthermore, failure to comply can result in penalties, including referral for suspension or debarment. The document emphasizes the importance of transparency and compliance to maintain the integrity of services provided to the VA, ensuring the intended support for veteran-owned businesses is upheld throughout the contracting process. Overall, it serves as a critical framework guiding contractors' obligations concerning subcontracting in federal projects.
    The document outlines General Decision Number RI20240001, effective August 23, 2024, pertaining to wage determinations for construction projects in Rhode Island, including building, heavy, and highway construction. It emphasizes compliance with the Davis-Bacon Act and applicable federal wage rates under Executive Orders 14026 and 13658. Projects initiated or extended after specific dates must adhere to the set minimum wage of at least $17.20 per hour or the rate from the wage determination, whichever is higher. Wage classifications include various trades such as hazardous material handlers, boilermakers, electricians, carpenters, and laborers, with detailed rates for each role alongside fringe benefits. The document provides a list of prevailing wage rates based on local union agreements, survey rates, and state-adopted rates. It also explains the process for appeals regarding wage determinations and includes details on paid sick leave provisions mandated by Executive Order 13706. This decision is significant for federal contractors and local businesses engaging in public works projects, ensuring fair labor practices and compliance with updated wage standards. Adhering to these guidelines is essential for promoting worker protections and equitable employment within government-funded construction projects.
    The document outlines the General Decision Number RI20240001, effective from April 5, 2024, and pertains to wage determinations for construction projects in Rhode Island, including building, heavy, highway, and marine work. It emphasizes compliance with the Davis-Bacon Act and the relevant Executive Orders, specifically detailing minimum wage requirements for federal contracts. For contracts initiated or renewed after January 30, 2022, workers must be paid at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must be compensated a minimum of $12.90 per hour. Various labor classifications and their corresponding wage rates are provided, along with fringe benefits. Additionally, the document includes processes for wage determination appeals and clarifies the classification identifiers for union and survey rates. Overall, this guidance ensures fair compensation and adherence to labor standards in government-funded construction projects, a crucial aspect of maintaining worker protections and regulatory compliance within the federal contracting system.
    The document outlines wage determinations for construction projects in Rhode Island, referencing the Davis-Bacon Act and applicable Executive Orders on minimum wage for federal contracts. It identifies the minimum wage rates and fringe benefits for various labor classifications across building, heavy, highway, and marine construction types, categorized by job roles such as electricians, laborers, and welders. The wage rates vary by contract date, with specific rates for contracts post-January 30, 2022, set at $17.20 per hour, reflecting changes in federally mandated pay scales. The document details classifications, wage levels, and fringe benefits for over 50 job roles, alongside regulations regarding holiday pay and sick leave requirements under federal contractor policies. Furthermore, it highlights the appeals process for wage determinations, emphasizing compliance with government standards and worker protections. This comprehensive structure serves to guide contractors in aligning their compensation practices with federal mandates upon entering state and local RFPs or federal grants.
    The document outlines a cost breakdown for a project titled "Renovate and Upgrade Angio OR Suite" at the VAMC in Providence, RI. It serves as part of the proposal submission for a federal Request for Proposal (RFP). The cost is categorized into various divisions covering general requirements, existing conditions, concrete, masonry, metals, and several other construction and installation components. Each division includes labor and material costs, culminating in a total offer cost that encompasses all necessary services and materials. Additionally, the summary includes provisions for overhead, profit, bonding costs, and a grand total for the base offer. This structured approach ensures clarity in financial planning and resource allocation, essential for government-funded projects and proposals, reflecting compliance with federal grant requirements.
    The document outlines a cost breakdown for a project titled "Renovate and Upgrade Angio OR Suite" at the VAMC in Providence, RI. It serves as part of the proposal submission for a federal Request for Proposal (RFP). The cost is categorized into various divisions covering general requirements, existing conditions, concrete, masonry, metals, and several other construction and installation components. Each division includes labor and material costs, culminating in a total offer cost that encompasses all necessary services and materials. Additionally, the summary includes provisions for overhead, profit, bonding costs, and a grand total for the base offer. This structured approach ensures clarity in financial planning and resource allocation, essential for government-funded projects and proposals, reflecting compliance with federal grant requirements.
    The document details the specifications and requirements for the installation of a Static Uninterruptible Power Supply (UPS) as part of the VA Providence Angio Suite Renovation project in Rhode Island. It outlines the UPS's functioning, including design, installation protocols, testing procedures, and quality assurance standards. Key sections cover factory testing to ensure no mechanical defects, detailed requirements for electrical installations, and necessary submittals such as shop drawings and test reports. The specification emphasizes adherence to industry codes, including those from the IEEE and NFPA, and sets out the necessary product characteristics, including battery specifications and electrical performance criteria. It also details installation, acceptance tests, and post-installation verification requirements, ensuring the UPS operates correctly within the intended scope. Overall, the document represents a critical component of a broader government initiative to enhance healthcare infrastructure, ensuring backup power reliability in medical environments.
    The document pertains to the renovation and upgrade of the Angio OR Suite at the Providence Veterans Affairs Medical Center (VAMC) in Rhode Island, with project reference number 650-CSI-351. Set for submission by January 31, 2024, it details the construction and engineering plans vital for enhancing operational efficiency in the medical facility. Key components include upgrades to electrical panels, installation of Uninterruptible Power Supply (UPS) systems, and ensuring ample support for imaging equipment. It specifies requirements such as the construction of maintenance pads, coordination with service providers, and adherence to strict safety codes, including the installation of warning systems for x-ray operations. The document emphasizes the need for careful management of existing electrical infrastructure, ensuring compliance with relevant regulations and standards. This project embodies the government's initiative to fortify healthcare services for veterans by improving critical care operational settings.
    The document pertains to RFP 36C241240065, which outlines the proposal for renovating and upgrading the Angio Operating Room Suite at the VA Medical Center in Providence, Rhode Island. The contractor is required to prepare the site by demolishing existing structures and providing labor and materials for the project, adhering to detailed construction documents. The work should be completed within 240 calendar days from receipt of the notice to proceed. Proposals must include an itemized breakdown of costs, covering labor, materials, overhead, and profit associated with the project. There is an emphasis on clearly identifying the scope of self-performed work and ensuring that the final offer price aligns with all prescribed financial calculations. The document also stresses the importance of acknowledging any amendments to the proposal, as failure to do so could result in its rejection. This RFP exemplifies the structured process for government contracting, emphasizing transparency and thorough documentation in the bidding process.
    Similar Opportunities
    Y1DA-- 650-345 Expand and Renovate Space for New MRI (VA-25-00001326) (VA-25-00001326)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Firm-Fixed-Price contract to expand and renovate space for a new MRI at the Veterans Affairs Medical Center located in Providence, Rhode Island. The project involves comprehensive site preparation, including demolition, construction, and installation of various systems such as HVAC, electrical, plumbing, and fire safety, with work expected to occur outside of normal operating hours due to the facility's 24/7 status. This construction initiative is crucial for enhancing medical services provided to veterans, with a contract value estimated between $10 million and $20 million. Interested small businesses must submit inquiries in writing to both Contract Specialist Kathryn Allison and Contracting Officer Dean W. Flanders, with the solicitation anticipated to be issued around October or November 2024.
    C1DA-- Expand Laboratory Services in Building One D-Wing Providence VA Medical Center (VAMC) Providence, RI. Project 650-351 Minor-Design
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources for a design project to expand laboratory services in Building One D-Wing at the Providence VA Medical Center (VAMC) in Providence, Rhode Island. The project involves conducting site visits, field investigations, and user interviews to prepare comprehensive drawings, specifications, and cost estimates for the renovation and expansion of the existing laboratory space, which includes approximately 8,260 square feet of new construction and 2,200 square feet of renovated space, along with necessary electrical and HVAC upgrades. This initiative is crucial for accommodating new laboratory equipment and enhancing operational efficiency, with a projected contract value between $10 million and $20 million. Interested firms must submit their capabilities statements electronically by September 20, 2024, to the primary contact, Doniver G. Hamilton, at Doniver.Hamilton@va.gov.
    C1DZ-A/E Design-Expand Pharmacy-Providence, RI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer (A/E) firms to provide design services for the expansion of the Outpatient Pharmacy at the VA Medical Center in Providence, Rhode Island. The project aims to enhance patient safety and optimize pharmacy services by adding approximately 3,600 square feet of new space and renovating an additional 5,500 square feet of existing pharmacy facilities, thereby improving workflow and reducing wait times. This initiative underscores the federal government's commitment to improving healthcare infrastructure while adhering to strict regulatory standards. Interested contractors must submit a capabilities statement electronically by September 24, 2024, with the estimated construction cost ranging between $5 million and $10 million and plans for advertising the project in November 2024. For further inquiries, contact Heather E. Holland at heather.holland3@va.gov or Dean Flanders at dean.flanders@va.gov.
    X1DB--Providence PT/OT New Location
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals to lease up to 18,828 rentable square feet for a Community Based Outpatient Clinic (CBOC) in Providence, Rhode Island. The leased space is intended to enhance healthcare access for veterans, requiring compliance with specific design, security, and environmental standards, including energy efficiency and ADA compliance. This initiative underscores the VA's commitment to improving veteran healthcare facilities and ensuring a secure and accessible environment for service delivery. Interested parties must submit their proposals by October 9, 2024, at 4:00 PM EST, and can contact Lease Contracting Officer Jennifer Fiore at jennifer.fiore@va.gov or by phone at 603-624-4366 x 5831 for further information.
    692-CSI-101 New MRI Site Prep
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the "692-CSI-101 New MRI Site Prep" project, which involves site preparation for new MRI installations at the White City SORCC and Portland VA Medical Center in Oregon and Washington. The project requires extensive civil work, including site grading, utility adjustments, and the installation of modular MRI units, with a focus on adhering to safety and environmental regulations. This procurement is critical for enhancing medical imaging capabilities at the VA facilities, ensuring that veterans receive timely and effective healthcare services. Interested contractors should contact Meredith F. Valentine at Meredith.Valentine@va.gov or Helen Woods at Helen.Woods@va.gov, with proposals due by September 20, 2024, following organized site visits.
    Y1DA--Project Number: 561A4-21-101 Replace RF Unit Site Prep - Rm. 48 Lyons VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of the RF Unit and associated site preparation in Room 48 at the Lyons VA Medical Center in New Jersey, under Project Number 561A4-21-101. The project entails comprehensive construction tasks, including demolition, installation of new mechanical systems, plumbing, electrical work, and fire protection, all while ensuring minimal disruption to the facility's 24/7 operations. This initiative is crucial for modernizing healthcare technology and enhancing operational efficiency within the medical center. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their bids by October 8, 2024, following a pre-bid site visit on September 10, 2024, with an anticipated contract value between $500,000 and $1,000,000. For further inquiries, contact Contracting Officer Phillip D. Kang at Phillip.Kang@va.gov.
    Z2DA--Tier 4 CON NRM 668-CSI-009 Renovate C208G/F for IR/RF
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of rooms C208G and C208F at the Mann-Grandstaff VA Medical Center in Spokane, Washington, under project number 668-CSI-009. The objective of this procurement is to upgrade the facilities to support infrared/radio frequency operations, which includes significant structural modifications, HVAC installation, and compliance with safety standards. This renovation is crucial for enhancing the medical center's capabilities to provide efficient services to veterans. Proposals are due electronically by September 19, 2024, with an estimated project cost between $500,000 and $1,000,000. Interested contractors should direct inquiries to Contract Specialist Dennis R. Einarson at Dennis.Einarson@va.gov.
    Z2DA--689-24-130, Boiler Plant PRV Stations #1 and #2
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of Boiler Plant Pressure Reducing Valve (PRV) Stations 1 and 2 at the VA Medical Center in West Haven, Connecticut. This project, identified by solicitation number 36C24124B0047, aims to enhance the operational capabilities of the boiler plant by installing new pressure reducing valves, associated piping, and instrumentation, while ensuring compliance with stringent safety and design specifications. The work is critical for maintaining the infrastructure of healthcare facilities administered by the VA, emphasizing safety and efficiency in steam supply systems. Interested contractors should contact Tamye Molinaro at tamye.molinaro@va.gov for further details, with the project expected to be completed within 365 days of contract award and a bid opening scheduled for August 26, 2024.
    Y1DA--Renovation and Expansion of SPS NRM Project 640-23-108
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the renovation and expansion of the Sterile Process Supply facility at the VA Palo Alto Healthcare System in California. The project aims to enhance functionality and compliance with VA standards by creating distinct areas for Sterile Processing Service and Supply Chain Service, ensuring effective workflow and safety in handling reusable medical devices. This initiative is critical for improving healthcare facilities and maintaining safety standards during construction, with an estimated project value between $10 million and $20 million. Interested parties must submit their qualifications and capability information to Contracting Officer Corey R. Kline at corey.kline3@va.gov by 12:00 PM PDT on September 19, 2024, in preparation for a Request for Proposal anticipated to be released in early November 2024.
    Z1DA--607-22-101 Renovate Inpatient Ward 7B (VA-25-00007172)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of Inpatient Ward 7B at the William S. Middleton Memorial VA Hospital in Madison, Wisconsin, under project number VA-25-00007172. This project, with a budget ranging from $5 million to $10 million, aims to modernize hospital facilities while ensuring compliance with federal regulations and prioritizing participation from service-disabled veteran-owned small businesses (SDVOSB). The renovation will encompass comprehensive upgrades across various construction disciplines, including architectural, mechanical, and electrical systems, to enhance patient care environments. Interested bidders must submit their proposals electronically by 12:00 PM local time on October 11, 2024, and can direct inquiries to Contracting Officer John J Meyers at john.meyers2@va.gov.