Y1DA--VISN 1 Construction MATOC
ID: 36C77624R0098Type: Presolicitation
2 AwardsMar 19, 2025
Awardeenull
Award #:TBD
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFPCAC HEALTH INFORMATION (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 seeking proposals for the VISN 1 Construction Multiple Award Task Order Contract (MATOC), specifically for the expansion of the Emergency Department at the West Roxbury VA Medical Center in Massachusetts. This project, valued between $2 million and $5 million, aims to enhance healthcare services by renovating existing facilities, including the installation of new air handlers and the creation of ligature-resistant mental health exam rooms, while ensuring operational continuity during construction. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) certified in the SBA’s VetCert database, reflecting the government's commitment to supporting veteran-owned enterprises. Interested contractors must submit their proposals by May 14, 2025, and can direct inquiries to Contract Specialist Jacquelyn Wise at jacquelyn.wise@va.gov.

    Point(s) of Contact
    Katherine GibneyContract Specialist
    216-447-8300 x3556
    Jacquelyn Wise
    katherine.gibney@va.gov
    Files
    Title
    Posted
    The Presolicitation Notice details a construction Multiple Award Task Order Contract (MATOC) for the Veterans Integrated Service Network (VISN) 1, which encompasses the New England VA Healthcare System at multiple locations. The solicitation number for this contract is 36C77624R0098, with responses due by December 9, 2024, at 1 PM Eastern Time. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The applicable Product Service Code is Y1DA, and the North American Industry Classification System (NAICS) code is 236220, relating to construction services. The contracting office is located in Independence, Ohio, and interested parties can direct inquiries to Katherine Gibney or Jacquelyn Wise via email. More information is available on the Department of Veterans Affairs website. This notice serves as a formal announcement for construction contracting opportunities, aligning with the federal government's initiative to engage veteran-owned businesses in public projects.
    The Department of Veterans Affairs is issuing a Request for Proposals (RFP) to establish an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for construction services within the New England Healthcare System. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring certification in the SBA’s VetCert database. The IDIQ MATOC will facilitate construction, alterations, and repairs across various VA facilities, collectively valued at up to $1 billion. The ordering period spans five years, with task orders issued under fair opportunity procedures. A seed project, the expansion of the Emergency Department, serves as the basis for price proposal evaluations. Contractors must submit thorough proposals including past performance data, price schedules, and necessary certifications. Each proposal is to be structured in three volumes: Past Performance, Price, and Administrative documentation, complying with specific formatting and submission guidelines. This initiative underscores the VA's commitment to enhancing healthcare infrastructure for veterans while fostering the inclusion of veteran-owned businesses in federal contracting opportunities.
    This document is an amendment to a solicitation related to the Department of Veterans Affairs' (VA) IDIQ MATOC (Multiple Award Task Order Contracts) for VISN 1 projects, aimed at adjusting administrative information and contract provisions. Key amendments include the addition of language addressing potential changes to the VISN geographical footprint, removal of specific FAR clauses related to apprentices and affirmative action in construction, and updates to several provisions to include deviated language. The amendment also introduces a new VAAR clause regarding compliance with Executive Order 13899. The document emphasizes that all terms and conditions remain effective unless expressly modified by this amendment and includes attachments such as a site visit sign-in sheet and a revised version of the solicitation for review. The purpose is to ensure that interested contractors are aware of the changes and can submit compliant offers based on this updated solicitation framework.
    This document is an amendment to a Request for Proposal (RFP) issued by the Department of Veterans Affairs (VA), specifically concerning proposal number 36C77624R0098. The amendment extends the due date for submissions to May 14, 2025, and provides responses to technical questions from bidders. Key changes include the removal of an individual's name from the contract, updates to various attachments related to the task order proposal, and clarifications in the FAR provisions, particularly regarding contract types. The amendment specifies a deadline for additional technical questions due by April 28, 2025, at 5 PM EST. It also updates provisions regarding Federal, State, and Local Taxes, introduces new sections on Records Management and Training, and corrects contract language concerning the type of contract to be awarded. The document emphasizes that all other terms and conditions remain unchanged unless explicitly revised in this amendment. This amendment aims to ensure clarity and compliance among potential contractors while enhancing the proposal submission process.
    This document is an amendment to a solicitation for a U.S. Department of Veterans Affairs project, identified as solicitation number 36C77624R0098, with an effective date of May 2, 2025. The primary purpose of this amendment is to extend the deadline for receipt of offers and to provide a second round of technical questions and answers related to the Request for Proposal (RFP). It emphasizes that all other terms and conditions of the original solicitation remain unchanged unless explicitly revised in this amendment. The document details the necessary acknowledgment procedures for bidders, ensuring they remain compliant with the updated requirements. It underlines the importance of timely communication regarding changes to prevent the potential rejection of offers. Overall, this amendment serves to clarify the process and maintain transparency with potential contractors, thus facilitating a smoother bidding process.
    The document is a Technical Question Form related to the solicitation 36C77624R0098 for the Veterans Integrated Service Network (VISN) 1 Construction Multiple Award Task Order Contract (MATOC). Its primary purpose is to collect technical questions related to the MATOC process from potential contractors. The form provides a structured way for respondents to submit inquiries categorized under a numbering system, ensuring an organized approach to handle technical concerns associated with the construction solicitation. This process is crucial as it facilitates clarity and communication between the government agency and contractors, allowing for the resolution of uncertainties regarding the proposal requirements. The outlined format aids in systematically addressing various technical aspects that potential bidders may need clarification on, fostering transparency in the contracting process. Overall, this document underscores the importance of due diligence and clear communication in government contracting, specifically in construction projects aimed at improving services within the Veterans Affairs sector.
    The document outlines the compliance requirements for offerors under the Veterans Affairs Acquisition Regulation (VAAR) regarding limitations on subcontracting for service and construction contracts corresponding to 38 U.S.C. 8127. It specifies that if awarded a contract, the contractor must adhere to specific restrictions on the percentage of work that can be subcontracted to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For general construction contracts, the contractor may not allocate more than 85% of government payment to non-certified firms, while service contracts allow a maximum of 50%, and special trade contractors 75%. The document mandates the offeror to certify their compliance and acknowledges the legal implications of providing false information, potentially leading to penalties. The VA retains the right to request documentation for compliance verification and non-compliance could lead to remedial actions. The formal certification must be returned with the proposal, with non-compliance resulting in ineligibility for contract evaluation. This regulation seeks to ensure that veteran-owned businesses receive due contract benefits, promoting support for these enterprises in government contracts.
    The document serves as a Project Information Sheet for contractors responding to federal requests for proposals (RFPs) and grants, specifically for commercial and institutional building construction projects. Contractors must provide detailed information for each project, including company name, role (prime or subcontractor), contract and project numbers, type of contract, financial details, key contacts, and a narrative description of work performed. The narrative requires contractors to articulate the relevance of their work, including reasons for any changes in scope or cost, as well as any OSHA citations. This form emphasizes the need for transparency and accountability, helping evaluators assess contractor capabilities and past performance. Ultimately, the document forms a critical part of the bidding process, ensuring compliance with federal standards and providing necessary data for decision-making in awarding contracts. These guidelines cater to the structured evaluation of contractors, reinforcing the integrity and efficiency of the federal procurement process.
    The "Subcontractor Information and Consent Form" is a document required by the government for subcontractors and teaming partners involved in federal RFPs, specifically for the Department of Veterans Affairs. It mandates that major subcontractors provide consent for the disclosure of their past performance information to the prime contractor, as such information cannot be shared without consent. The completion of this form is integral for assessing past performance during the source selection process, which emphasizes the importance of past performance for awarding contracts. Subcontractors must provide three references, detailing their roles in previous projects, and these references must not include any from the proposing prime contractor. The document outlines the necessary information to include, such as company details, contacts, and the specifics of previous projects. It highlights the requirement for cooperation between the subcontractor and prime contractor to ensure a thorough performance confidence assessment, aligning with the government's goal of achieving the best value in contract awards. This form should accompany the subcontractor's past performance volume submission, ensuring comprehensive evaluation during the bid process.
    The Past Performance Questionnaire (PPQ) is a crucial document utilized by the Veterans Health Administration (VHA) Program Contracting Activity Central to evaluate contractors' past performance for an upcoming Indefinite Delivery/Indefinite Quantity (IDIQ) construction services award in VISN 1. Contractors are required to fill out specific details, including contractor information, contract details, and project descriptions. The evaluating client must complete Section 2, assessing the contractor's performance across various metrics, such as quality, schedule adherence, cost control, business relations, and overall performance. Each aspect is rated on a scale from Exceptional to Unacceptable, with options for additional comments. Feedback gathered from evaluators contributes to the overall contract award decision, ensuring that the selected contractor can meet the specified requirements. The prompt return of completed PPQs by evaluators is emphasized, as late submissions will not be considered. The questionnaire aids in maintaining high standards for contractor performance, reflecting the government's commitment to effective project execution and oversight in federal contracting processes.
    This document outlines a Task Order Request for Proposal (RFP) for the expansion of the Emergency Department at the West Roxbury VA Medical Center in Massachusetts, with a project number of 523A4-20-205. The estimated construction cost ranges from $2 million to $5 million, aimed primarily at service-disabled veteran-owned small businesses (SDVOSBs). The scope includes comprehensive renovations such as ligature-resistant mental health exam rooms, new air handler installations, and phased construction to maintain operational capacity during upgrades. Key requirements include submission deadlines aligned with the overarching MATOC proposal, inclusion of sales taxes in bids, compliance with specific federal contracting clauses, and the provision of performance and payment bonds for contracts exceeding $150,000. Contractors are required to initiate work within 10 days post-notice and complete the project in a maximum of 480 days. Several attachments accompany this RFP, providing detailed drawings, specifications, and site visit instructions necessary for the proposal submission process. The document emphasizes the importance of adherence to established guidelines and requirements in securing a bid for the construction project. Overall, this RFP represents the federal government's initiative to enhance healthcare facilities for veterans while ensuring competitive opportunities for small businesses.
    The U.S. Department of Veterans Affairs is undertaking a project to expand the emergency department at the Veterans Affairs Medical Center in West Roxbury, Massachusetts. The project, designated as 523A4-20-205, aims to enhance the facility's healthcare capabilities by adding new exam rooms and improving infrastructure. Key stakeholders include William Pevear Architects, with assistance from Alares Engineering and Hastings Consulting for MEP and code guidance, respectively. The construction documents specify a phased approach with detailed notes covering demolition, installation of temporary partitions for ongoing operations, and safety protocols, including infection control risk assessments. Noteworthy elements include maintaining egress throughout construction, clear communication with all involved parties, and adherence to stringent fire safety standards. Temporary barriers will ensure continuous access in medical areas while minimizing disruption. Moreover, the project prioritizes the use of ligature-resistant fixtures and features to enhance patient safety. By modernizing and expanding its emergency services, the VA demonstrates a commitment to improving veteran healthcare while maintaining operational integrity during construction. Overall, this strategic expansion reflects a significant investment in the VA's infrastructure and patient care standards.
    The document outlines the specifications for the HVAC systems in the expansion of the Emergency Department at the VAMC West Roxbury. It details components such as trapeze hangers for piping, seismic bracing details, and pipe support schedules. Key features include an extensive schedule of air handling units, filter requirements, fan specifications, and operational controls designed to integrate with the existing building management system. Each section specifies materials, sizes, load capacities, airflow requirements, and installation methods while emphasizing adherence to local building codes and standards. A comprehensive set of control sequences are provided for optimal performance and energy efficiency, including humidity and temperature regulation. Additionally, provisions are made for safety measures, including alarms for smoke detection and system failures. This scope not only addresses current operational needs but also ensures future flexibility and compliance, showcasing the VA's commitment to providing modernized healthcare facilities.
    The U.S. Department of Veterans Affairs is undertaking a significant expansion of the Emergency Department at the Boston Healthcare System – West Roxbury, referred to as VA Project No. 523A4-20-205. The project includes comprehensive site renovations within a functioning facility, emphasizing patient and staff safety protocols due to its placement in a Behavioral Health Facility. Key components consist of constructing a new air handler, renovating multiple exam rooms to meet mental health safety standards, and addressing infrastructure needs like HVAC, plumbing, and electrical systems. Work will be executed in phases to ensure continuous operation of the Emergency Department, with strict adherence to safety requirements and construction management procedures. The contractor is also tasked with ensuring minimal disruption with an approved Construction Phasing Plan, maintaining secure and controlled work areas, and following environmental protections consistent with federal regulations. The duration of the project is aimed for completion within 480 days from the receipt of the Notice to Proceed, catering not only to the operational integrity of the VA facility but also to compliance with local code and safety standards.
    The document outlines the price schedule for a construction project at the West Roxbury Veterans Affairs Medical Center's Emergency Department, focusing on renovations and enhancements. It details a base proposal (CLIN 0001) for general construction work, including the complete renovation of specific exam rooms for a ligature-resistant design, installation of new air handlers, and related roof repairs. The project is to be executed in eight phases to maintain patient bed availability, with a total completion timeline of 480 calendar days following the government's issuance of a Notice to Proceed (NTP). Offerors must submit a detailed cost breakdown, meeting specified requirements as outlined in the solicitation. This document serves as part of a federal RFP process aimed at acquiring services to improve veteran healthcare facilities while ensuring compliance with operational standards and budgeting protocols. Additionally, the financial submissions must accurately reflect all associated work costs, indicating a structured approach to contract bidding within the federal framework.
    The document outlines the base offer cost breakdown for a project titled "Expand Emergency Department" at the West Roxbury VA Medical Center, identified by project number 523A4-20-205. It categorizes costs associated with various construction divisions, including general requirements, concrete, plumbing, and electrical work, though specific amounts for labor and materials are not listed. The structure includes divisions for labor categories, materials used, rates, units, and subtotals, suggesting a comprehensive estimate approach for the project. Key elements include overhead, profit, and bond percentages, all currently marked at 0.00%. A sample example provides clarity on how labor rates and material costs can be compiled to form a total estimate. The overall purpose of the document is to provide a detailed and organized framework for potential offerors responding to the Request for Proposals (RFP) for the expansion project, ensuring transparent costing and efficiency in bidding processes aligned with federal standards. This precision aids in evaluating offers, ensuring that all submissions follow a consistent format for comparison and assessment purposes.
    The Seed Project VI involves an expansion of the Emergency Department at the West Roxbury VA Medical Center, with a scheduled site visit on April 2, 2025, at 8 AM EST. Contractors are advised to gather at Building 5 Conference Room for a sign-in process led by the Contracting Officer Representative (COR), Natasha Bhan. Due to expected high attendance, contractors will be grouped into subteams for the site visit, ensuring limited disruption to the active Emergency Department. Parking is restricted, requiring contractors to use designated areas as outlined in the site map. For additional inquiries, contractors can reach out to either Natasha Bhan or Neel Patel through provided contact information. This notice emphasizes coordinated preparation for the site visit in the context of the broader procurement process for the project.
    The VHA Pre-Construction Risk Assessment (PCRA) outlines a systematic approach for assessing risks associated with construction, renovation, and maintenance activities within healthcare facilities. It serves to categorize different activity types and assess safety risks to ensure protections for patients, employees, and contractors. The document emphasizes the need for a detailed assessment using project specifications and established communication plans during the planning phase. The PCRA differentiates activities into three categories: Inspection/Upkeep, Small-scale, and Large-scale, each with specific safety control measures including hazard communications, inspections, and training protocols. Critical considerations also involve the impact on adjacent areas, with strategies for coordination based on the occupancy status of these areas. Furthermore, the PCRA integrates additional guidelines for infection control risks, reinforcing the importance of a comprehensive approach to safety. This framework is vital for compliance with federal and local regulations, emphasizing the VA’s commitment to safety in its operations while executing facility improvements.
    The VHA Infection Control Risk Assessment (ICRA) document outlines protocols for infection prevention during construction, renovation, and maintenance activities in healthcare settings. It establishes a framework to categorize activities by risk level (A, B, C, D) and determines necessary precautions related to patient safety, classifying overall patient risk as Low, Medium, High, or Highest. The document specifies control measures under four levels of precautions, from basic practices like minimizing dust creation to comprehensive containment strategies involving hard barriers and anterooms for high-risk projects. Each activity must adhere to these guidelines to avoid contamination and ensure patient safety. Completion measures post-activity include thorough cleaning and HVAC checks to maintain health standards. This structured approach reflects the government's commitment to stringent safety protocols in healthcare facilities when undertaking construction-related tasks.
    The document appears to consist of fragmented and corrupted text, lacking coherence and structure, making it difficult to pinpoint a clear main topic or comprehensive ideas. However, elements suggest a focus on government-related processes, potentially including requests for proposals (RFPs) and grant opportunities. The scattered phrases indicate topics around federal grants and local RFPs, emphasizing compliance, procurement processes, and potential funding avenues for specific projects. Despite the corruption, certain segments reference the importance of structured processes and regulations in governmental operations. The scattered content implies regulatory requirements and guidelines that organizations must follow to access federal and local funds. The overall intention seems to provide clarity on eligibility criteria, project planning, and adherence to compliance, essential for engaging with government contracts or funding opportunities. Ultimately, the document underscores the necessity for prospective applicants to navigate complex requirements and maintain a thorough understanding of governmental expectations when seeking financial support or project approval within the public sector.
    The Department of Veterans Affairs (VA) seeks approval for a single-source contract to expand the Emergency Department at the VHA West Roxbury Healthcare System, as part of the VISN 1 construction projects. This contract, issued under RFP #36C77624R0098, intends to procure essential brand-name construction materials valued between $2 million and $5 million, consistent with the FY25 Operating Plan. The project specifically requires Corbin Russwin door hardware, Kaba Peaks lock cylinders, and TRANE Building Technology for HVAC management, all of which are currently standardized across the campus. These selected items' uniqueness is critical, as substituting alternative products would hinder compatibility and compromise patient safety due to system integration issues. Market research indicated that previous full and open competition has established these brands as necessary for operational efficiency. All selected products are compliant with the Buy American Act (BAA), ensuring that they are made in the USA. The justification underscores the VA’s commitment to maintaining high security and safety standards for staff and patients during the expansion project.
    The VISN 1 Construction MATOC (Multiple Award Task Order Contract) solicitation is a government request for proposals focused on construction projects for the Department of Veterans Affairs. It addresses various technical questions raised by potential offerors, clarifying requirements for bid submissions, and detailing the necessary documentation, including cost estimates, past performance data, and safety protocols. Key points include guidelines for estimating costs, submission formats, the need for specific certifications (such as for the Quality Control Manager), and adherence to safety and environmental standards, especially regarding asbestos and lead materials. The document outlines that projects must be 100% complete to count as relevant experience and emphasizes the importance of following specified vendor requirements for materials and systems. It further reinforces the coordination needed for work in sensitive areas, such as emergency departments, requiring communication with VA staff. The goal is to ensure compliance, safety, and high-quality standards in construction efforts while maintaining efficient project timelines. This document serves as a critical reference for contractors interested in bidding for VA construction work, focusing on clarity, compliance, and thorough submission of required materials.
    The document pertains to solicitation number 36C77624R0098 for the VISN 1 Construction MATOC and outlines technical questions and responses related to the project. Key topics include clarification on required submissions for project offers, specifications for construction materials, and responsibilities of contractors in commissioning tasks. Offerors must fully complete specified attachments, inquiries about project management contacts are directed towards client representatives, and construction material specifications require clarity between different referenced guides. It also addresses proposal submission logistics, such as file size restrictions, and emphasizes the contractor's accountability for specific design elements and costs, particularly regarding site grading. Notably, the response discourages the inclusion of allowances for tariff impact due to the contract being firm fixed price. The document serves as a critical reference to ensure compliance with procedural and regulatory aspects of the bidding process while providing comprehensive guidance to prospective contractors on required project deliverables and expectations.
    The file pertains to a Request for Proposal (RFP) for the expansion of the Emergency Department at the West Roxbury VA Medical Center (VAMC) under the VISN 1 MATOC initiative. Scheduled for April 2, 2025, at 8:00 AM ET, the project aims to enhance healthcare services by expanding facility capacity and improving patient care. The initiative aligns with federal objectives to provide modernized healthcare environments and efficient service delivery in veterans’ facilities. The document outlines the significance of the project within the context of federal grants and RFPs, emphasizing the commitment to address veterans' healthcare needs through infrastructure upgrades. The focus on planning, compliance with regulatory standards, and coordination among stakeholders reflects the project's complexity and the VA's dedication to improving healthcare access for veterans.
    The Regulated Building Materials Survey Report prepared by Mabbett & Associates, Inc. outlines the findings from a survey conducted at the West Roxbury VA Medical Center, aimed at identifying hazardous materials in support of an expansion project for the Emergency Department. The survey was conducted on April 27, 2021, and involved thorough assessments including reviews of previous reports, and sampling for asbestos-containing materials (ACM) and lead-containing paint (LCP). Key findings indicate that none of the 59 ACM samples collected contained asbestos in concentrations greater than 1%, aligning with EPA and OSHA definitions. Similarly, all ten paint chip samples showed lead concentrations below the HUD threshold of 0.5% by weight, meaning lead paint was not a risk in the surveyed areas. The study's objectives focused on assessing site conditions, forming a comprehensive sampling plan, and developing a report guiding future abatement and construction activities. The report emphasizes that any unidentified materials during construction should be presumed to contain hazardous substances unless proven otherwise, and outlines regulatory compliance for managing any encountered materials. This survey aligns with governmental requirements for safety and environmental protection in construction projects, emphasizing the need for diligent material analysis prior to expansion initiatives.
    The U.S. Department of Veterans Affairs is expanding the Emergency Department at the Boston Healthcare System in West Roxbury, as detailed in Addendum #1 dated April 18, 2025. The project (VA Project No. 523A4-20-205) includes provisions for temporary environmental controls, focusing on mitigating pollution to air, water, and land resources due to construction activities. Contractors must submit an Environmental Protection Plan detailing compliance with environmental regulations, outlining responsibilities for waste management, pollutant mitigation, and erosion control. Key construction details include modifications to exam rooms, updates to HVAC and electrical systems, and new partitioning configurations. Special attention is given to protecting existing landscape features, reducing noise pollution, and controlling dust and emissions. The proposal also emphasizes maintaining sanitation and safety standards. The urgent need for this expansion aligns with efforts to provide better healthcare services to veterans while addressing environmental considerations effectively. Overall, the document serves as a guideline for contractors to fulfill their obligations in compliance with federal, state, and local environmental laws during the construction process.
    The document outlines a Request for Proposal (RFP) for the Veterans Affairs (VA) to establish an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for construction services across various VA facilities in the New England Healthcare System. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) that must be certified in the SBA’s VetCert database. The contract encompasses a maximum collective value of $1 billion with a five-year ordering period, emphasizing various construction services including alterations and repairs related to civil and mechanical systems. The RFP details the submission process, including required volumes for past performance, price proposals, and administrative documentation, all of which must adhere to specified formats. A seed project, designated for immediate evaluation, mandates bond requirements for successful bidders. The evaluation process prioritizes past performance over price, allowing for the potential of awarding contracts based on superior performance delivery metrics. This initiative exemplifies the government's commitment to supporting veteran-owned businesses and modernizing medical facilities while ensuring compliance with federal regulations.
    The Notice of Task Order Request for Proposal (RFP) seeks bids for the construction project aimed at expanding the Emergency Department at the West Roxbury VA Medical Center in Massachusetts. The contract involves renovations complying with specific requirements, including the reconfiguration of mental health exam rooms, installation of new air handlers, and maintaining operational continuity during the renovation phases. The projected construction costs range between $2 million and $5 million, with strict size standards established for bidding participants, specifically emphasizing service-disabled veteran-owned small businesses (SDVOSB). Proposals must contain comprehensive tax pricing, performance and payment bonds, and adherence to construction wage rate requirements. A site visit is planned, and all proposal submissions must align with the specified deadlines and regulations detailed in the MATOC instructions. The RFP further outlines the required training for contractor personnel and details on records management regarding the preservation and rights of generated data. Overall, this proposal reflects a commitment to enhance the VA facility's capability to serve veterans while following federal requirements for construction projects.
    The provided document appears to be corrupted or malformed, which severely limits the ability to extract any coherent information or insights. However, based on the context of government Requests for Proposals (RFPs), grants, and state/local government communications, it is anticipated that such documents typically outline funding opportunities, application processes, and eligibility criteria for potential applicants. These documents also detail the state's goals for specific projects and the expected deliverables from the awarded contractors, aiming to promote transparency, accountability, and alignment with governmental priorities. In essence, government RFPs and grants serve as mechanisms for soliciting proposals to fulfill public needs efficiently while adhering to regulatory frameworks. Given the focus on precise communication in such documents, clarity and accessibility for interested parties are vital elements. The effective summation and organization of detailed requirements would be essential in guiding applicants through the submission process.
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) in VISN 1, encompassing major medical centers and various off-site facilities in New England. The contract will cover diverse construction projects including renovations, repairs, and new builds across nine specified VA Medical Centers and community outpatient clinics. Targeted work includes various construction disciplines such as HVAC, plumbing, electrical, and site work. This solicitation is exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated maximum contract value of $1 billion shared among all awarded contractors. Each task order's value can range from $1,000 to $50 million, and tasks will be performed based on individual orders under this overarching contract. The planned RFP release is scheduled for mid-December 2024, with a minimum guarantee task order to initiate the contract. Prospective bidders must be registered in the System for Award Management (SAM) and certified as SDVOSB by the Small Business Administration at the time of proposal submission. All inquiries must be sent via email to designated VA contacts. This initiative underscores the VA's commitment to supporting veteran-owned businesses while enhancing healthcare infrastructure in the region.
    Similar Opportunities
    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--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.
    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.
    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--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    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.
    SOURCES SOUGHT NOTICE - VISN 7 CONSTRUCTION MATOC 36C24726R0026
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, has issued a Sources Sought Notice for a Service-Disabled Veteran-Owned Small Business (SDVOSB) Multiple Award Task Order Contract (MATOC) focused on construction services within VISN 7, which includes Alabama, Georgia, and South Carolina. This procurement aims to identify qualified SDVOSBs capable of providing a range of construction services, including demolition, renovation, and new construction, under a NAICS code of 236220, with a size standard of $45 million. The MATOC is projected to have a maximum order limitation of $700 million over five years, with individual task orders ranging from $2,000 to $20,000,000, highlighting the significant scale and importance of these services for the VA. Interested parties must respond by December 10, 2026, providing necessary company information and certifications to Elissa Goodman at elissa.goodman@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.
    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.
    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.