Y1DA--589-707 Construct Addition and Renovate Bldg. 3 for Pharmacy and Associated ADA Parking Minor Construction - Wichita
ID: 36C77625B0034Type: Special Notice
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)
Timeline
    Description

    The Department of Veterans Affairs (VA) has announced the cancellation of Invitation for Bid (IFB) 36C77625B0034 for the project titled "Construct Addition and Renovate Bldg. 3 for Pharmacy and Associated ADA Parking Minor Construction" at the Wichita VA Medical Center. This decision was made due to budget funding constraints, as the lowest responsive bid exceeded the statutory minor construction limit, which prevented an award from being made. The VHA Procurement Contracting Activity Central (PCAC) will not oversee any future re-procurement of this project; instead, the procurement strategy will be determined by VHA PCAC in conjunction with VISN 15. For further inquiries, interested parties may contact Contract Specialist Samuel Cornwell at Samuel.Cornwell@va.gov or by phone at 216-447-8321.

    Point(s) of Contact
    Samuel CornwellContract Specialist
    (216) 447-8321
    Samuel.Cornwell@va.gov
    Files
    Title
    Posted
    The document outlines the comprehensive scope of work for project 589-707, which involves constructing an addition and renovating Building 3 for a pharmacy and associated parking at the Robert J. Dole VAMC in Wichita, KS. This addendum to the 100% Bid Set, dated 02-01-24, details a wide array of specifications across various divisions. Key areas include general requirements, existing conditions (demolition, asbestos, lead-based paint abatement), concrete, masonry, metals, thermal and moisture protection, openings (doors, windows, hardware), finishes, specialties, equipment (biological safety cabinets), furnishings, special construction, fire suppression, plumbing, HVAC, electrical, communications, electronic safety and security, earthwork, exterior improvements, and utilities. The project emphasizes adherence to VA Master Specifications and covers everything from structural elements to intricate safety and communication systems, ensuring a complete modernization of the facility.
    This government file, part of Addendum 01 for Project 589-707 at the Robert J. Dole VAMC in Wichita, KS, details the specifications for bicycle storage lockers. The project involves constructing an addition and renovating Building 3 for a pharmacy and associated parking. The document outlines requirements for metal bicycle storage lockers, including references to ASTM standards for materials like stainless steel, zinc-coated steel, and aluminum. It specifies submittal requirements such as product data, shop drawings, and samples for color and finish. Quality assurance mandates experienced manufacturers and installers, a single source for consistent product quality, and a mock-up for approval. The lockers are Dura Bike Locker® brand, made of G-90 galvanized steel, with specific dimensions and features like a U-lock box, gear hooks, perforated panels, stainless steel hinges, and a 3-point locking mechanism. Installation instructions emphasize proper preparation, adherence to manufacturer guidelines, and protection of installed products.
    This document, Addendum 01 to Project 589-707, outlines the specifications for Clean Room Pass-Thru Cabinets for the Robert J. Dole VAMC in Wichita, KS. The project involves the construction of an addition and renovation of Building 3 for a pharmacy and associated parking. The section details requirements for wall-mount, fully welded steel pass-thru cabinets, emphasizing their ability to maintain Class 100 to 10,000 (ISO 5 to ISO 8) cleanroom conditions. It specifies materials like Type 304 #4 finish Stainless Steel, clear tempered safety glass, and Type 316 stainless steel hardware, including mechanical interlocks. The document also provides guidelines for submittals, quality assurance (requiring manufacturers with 10+ years and installers with 5+ years of experience), delivery, storage, handling, sequencing, and environmental conditions. Atmos-Tech Industries (JSN U1200) is listed as an acceptable manufacturer. Installation procedures, including surface preparation and sealing, are also detailed.
    Amendment 0001 modifies solicitation 36C77625B0034, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The amendment removes FAR 52.211-6 from the solicitation. Additionally, it revises the SDVOSB SET-ASIDE language in Section 2.3, clarifying that all SDVOSB offerors must be listed as certified in the Small Business Search (SBS) at the time of offer submission and award; failure to comply will result in non-responsive bids. Section 2.8, Proposal Requirements, is also updated to require joint ventures to submit a copy of their agreement and a certification confirming compliance with 13 CFR § 128.402. The amendment also includes Attachment 8, detailing Construction Wage Rates for Sedgwick County. This amendment ensures compliance with updated certification requirements and provides necessary wage rate information.
    This document is Amendment 0001 to Solicitation Number 36C77625B0034, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The amendment, effective August 6, 2025, serves to issue the site visit sign-in sheet for the solicitation. It modifies the original solicitation by providing this document, ensuring that all other terms and conditions remain unchanged. The amendment emphasizes that offerors must acknowledge receipt by completing specific items, returning copies, or sending a separate communication, with failure to do so potentially resulting in rejection of their offer. The amendment was signed by Joseph Rossano, Contracting Officer.
    Amendment 0003 to Solicitation 36C77625B0034, issued by the Department of Veterans Affairs, addresses key changes to the original solicitation. The amendment replaces FAR By Ref Clause 52.222-55 DEV 2023 with FAR 52.222-5, due to the rescission of Executive Order 14026. Additionally, it releases updated sections of specifications and drawings in response to questions from offerors. The effective date of this amendment is August 14, 2025. This modification aims to ensure compliance with updated regulations and provide necessary clarity regarding project requirements for potential contractors.
    Amendment 0004 to Solicitation Number 36C77625B0034, issued by the Department of Veterans Affairs, extends the offer receipt deadline to September 3, 2025, at 11:30 AM EDT. This amendment also releases updated construction wage rates for building and heavy work in Sedgwick County, provides a technical question tracker with related attachments, and includes call-in information for the bid opening. Key attachments include the Table of Contents, specifications for Bicycle Storage Lockers and Pass Through Cabinets, combined drawings, a front-end narrative, a revised Geotech Report, and Grading CAD files. This modification aims to update critical information and extend the bidding period for the project.
    This document is Amendment 0005 to Solicitation Number 36C77625B0034, issued by the Department of Veterans Affairs, Program Contracting Activity Central. The amendment, effective September 3, 2025, serves to release the redacted bid abstract and the bid opening attendees list to all offerors/bidders. It explicitly states that the hour and date specified for the receipt of offers are not extended. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or by separate letter or electronic communication. Failure to acknowledge receipt may result in the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.
    The Department of Veterans Affairs (VA) is preparing to solicit bids for a construction project at the Wichita VA Medical Center, focusing on adding and renovating facilities for pharmacy services and improving accessibility. The project involves constructing a new three-story, 7,500 square-foot addition, renovating over 14,000 square feet of existing space, correcting ADA compliance issues, and reconfiguring parking and access routes to enhance accessibility for handicapped individuals. The procurement process will follow an Invitation for Bid (IFB) format, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The anticipated value of construction ranges between $10 million and $20 million, with a performance timeline of about 548 days from the notice to proceed. Interested contractors may submit questions via email to the provided contact before the bid opening date, June 18, 2025. This notice serves as an advance announcement and is not a request for offers.
    The Department of Veterans Affairs (VA) Program Contracting Activity Central (PCAC) has cancelled Invitation for Bid (IFB) 36C77625B0034 for the "Construct Addition and Renovate Bldg. 3 for Pharmacy and Associated ADA Parking Minor Construction" project at the Wichita VA Medical Center. This cancellation is due to budget funding constraints, as the lowest responsive bid exceeded the statutory minor construction limit, preventing an award. VHA PCAC will not be the contracting office for any future re-procurement of this project; instead, VHA PCAC and VISN 15 will determine the new procurement strategy.
    The document outlines a solicitation from the Department of Veterans Affairs, numbered 36C77625B0034, for a construction project involving the addition and renovation of Building 3 at the Robert J. Dole VA Medical Center in Wichita, Kansas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), has an estimated construction cost between $10 million and $20 million, with a budgeted amount of $15 million. Key requirements include the contractor's provision of materials, equipment, labor, and supervision, as well as the completion of the project within 548 calendar days after receiving the notice to proceed. Vendors are instructed to submit their bids electronically, adhering to specific guidelines regarding bid guarantees and performance bonds. Furthermore, amendments and questions must be communicated through designated channels before the cut-off date. The document emphasizes compliance with various federal regulations, including those concerning labor, tax, and small business initiatives. It highlights the importance of site visits, proper documentation, and adherence to established deadlines to foster transparency and ensure a competitive bidding environment.
    This document serves as Amendment 0001 to Solicitation 36C77625B0034 issued by the Department of Veterans Affairs (VA). Its primary purpose is to inform offerors of key changes in the solicitation process. First, the amendment removes the Federal Acquisition Regulation (FAR) clause 52.211-6 from the solicitation. Second, it updates the certification process for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), transitioning from the VetCert program to the new Small Business Search (SBS) database. All SDVOSB offerors must now be certified in SBS at the time of bid submission and award; failure to do so will result in non-responsiveness. Additionally, modifications to the proposal requirements necessitate that joint ventures include a copy of their agreement and relevant certifications when submitting bids, ensuring compliance with applicable regulations. Attached to the document is information regarding construction wage rates for Sedgwick County, effective June 30, 2025. The amendment emphasizes the importance of adhering to updated certification processes and documentation requirements to ensure successful bids for contractors.
    The VA Project VA589-707 involves the construction of a three-story addition and renovation of Building 3 and associated parking at the Robert J. Dole VA Medical Center in Wichita, Kansas. This project aims to modernize the Outpatient and Inpatient Pharmacy Services, addressing outdated facilities and current healthcare guidelines. The renovation includes the entire ground floor and half of the first level, with corridor renovations on the remainder of the first and second levels. The addition will create approximately 2,500 square feet per floor. The project also encompasses a parking reconfiguration to maximize capacity and improve access. Due to Building 3 being part of a historic district, the design integrates with its Colonial Revival style while clearly distinguishing the new addition. Phased construction is required to maintain operational pharmacy services. A hazardous materials survey identified asbestos-containing materials (ACM) and lead-based paint (LBP) on various building components. Six out of 243 samples tested positive for asbestos, primarily in floor mastic and leveling compound on the second floor. Two out of 85 lead readings exceeded EPA/HUD standards, found on a ground floor door frame. These findings necessitate professional abatement and remediation by licensed contractors in accordance with VA, EPA, OSHA, and state/local guidelines prior to disturbance by other trades.
    The document details the mechanical, electrical, and plumbing (MEP) calculations for the Construct Addition & Renovate Bldg. 3 for Pharmacy project at Robert J. Dole VAMC. It includes storm drain pipe sizing based on a 100-year rainfall rate, domestic cold and hot water distribution line sizing with fixture unit counts and flow rates, and pressure loss calculations for pipes using the Hazen-Williams equation. The file also provides an extensive air system sizing summary for 3A-AHU-3 (Compounding), covering total coil loads, sensible coil loads, CFM at peak load, water flow rates, fan sizing, and ventilation air data. Detailed heat balance loads for the overall system and individual zones are presented, outlining sensible and latent loads from various components such as walls, floors, ceilings, lighting, and people, crucial for ensuring proper HVAC system design and energy efficiency in the renovated facility.
    This government file details various HVAC and plumbing components, likely for a federal or state construction/renovation project. Key elements include Bell & Gossett Series B ASME expansion tanks (Model B300) for heating/cooling systems, Greenheck ESD-202-10x10 drainable blade louvers, G-080-VG direct drive centrifugal roof exhaust fans, Price Industries LFDCX laminar flow diffusers with integrated HEPA/ULPA filters, and Neptune Glycol Feed Systems (Model G-50-1) for maintaining pressure in closed-loop systems. Additionally, the file specifies Greenheck VK-CH-22-100-21 backward inclined scrolled blowers with high plume conical nozzles for exhaust, and EAD series adjustable, drainable blade louvers. The document provides detailed specifications, performance data, dimensions, and certifications (AMCA, ASME), essential for procurement and installation in government-related infrastructure projects.
    This government file details the "Construct Addition and Renovate Building 3 for Pharmacy and Associated Parking" project at the Robert J. Dole VA Medical Center in Wichita, KS. The project involves a multi-phased approach for renovation and expansion, with a comprehensive sheet index covering general, environmental, civil, structural, architectural, fire protection, plumbing, mechanical, electrical, and telecommunications aspects. Key components include addressing water infiltration issues in Building 3's ground floor breakroom through door and window replacement, foundation wall repairs, and drainage system installation. The document also outlines various bid deduct options for site paving, landscaping, interior finishes, and the potential omission of interior construction for a portion of the new building addition. Detailed door and window schedules, along with associated hardware and security requirements, are provided, emphasizing features like dual-authentication PACS and ballistic-resistant glazing for the pharmacy areas.
    This government file details the specifications for project 589-707, "Construct Addition and Renovate Building 3 for Pharmacy and Associated Parking" at the Robert J. Dole VAMC in Wichita, Kansas. The document outlines general requirements, including safety protocols, working hours, and security procedures for personnel and sensitive information. It also provides a comprehensive table of contents detailing various construction divisions such as concrete, masonry, metals, HVAC, electrical, and plumbing. Key aspects include adherence to VA security management, the requirement for a warranty management plan, and specific procedures for utility interruptions and site access. The project also defines several bid alternates, allowing for variations in materials and scope, such as replacing concrete with asphalt for roadways and parking or omitting certain interior finishes. The contractor is responsible for site preparation, demolition, and ensuring all work complies with the provided drawings and specifications, including maintaining as-built drawings and adhering to strict testing and commissioning plans for all systems.
    An organized site visit has been scheduled for Tuesday, July 29, 2025, at 2:00 PM EST, for the "Construct Addition and Renovate Bldg. 3 for Pharmacy and Associated ADA Parking Construction Project" at the Robert J. Dole VAMC in Wichita, KS. Participants are to meet at Building 10, Conference Room. Due to active construction impacting parking and traffic, attendees are advised to arrive early. Entrances from Waterman, Edgemoor, or Frontage Road are available, with specific parking instructions provided for staff parking and a gravel lot north of Building 20, or south side parking with a walk to Building 10.
    The document details the specifications for plumbing insulation (Section 22 07 11) within the "Construct Addition and Renovate Building 3 for Pharmacy and Associated Parking" project at the Robert J. Dole VAMC in Wichita, KS. This section outlines requirements for field-applied insulation for thermal efficiency and condensation control on plumbing pipes and equipment. It includes definitions, related work sections, applicable publications (ASTM, Federal, Military, NFPA, UL), and submission requirements for manufacturer literature, shop drawings, and samples. Quality assurance, including compliance with NFPA 90A and specific testing methods, is emphasized. The document also specifies material storage, product types for insulation (mineral fiber, mineral wool, rigid cellular phenolic foam, cellular glass, polyisocyanurate, flexible elastomeric, calcium silicate), insulation facings and jackets, pipe covering protection saddles, adhesives, and mechanical fasteners. Detailed installation guidelines are provided for various insulation types, focusing on proper sealing, vapor retardation, and protection for both hot and cold piping systems. The project aims to ensure safety, thermal efficiency, and compliance with all relevant standards.
    This government file details a construction project for the Veterans Health Administration, specifically the "Construct Addition and Renovate Building 3 for Pharmacy and Associated Parking" at the Robert J. Dole VAMC in Wichita, KS. The document outlines general project information, a comprehensive sheet index covering general, environmental, civil, structural, architectural, fire protection, plumbing, mechanical, electrical, and telecommunications plans. It also includes several bid deduct options for various aspects like paving, landscaping, and interior finishes. A significant portion addresses water infiltration issues in Building 3's ground floor, detailing investigation findings and proposed remediation measures. Furthermore, the file specifies general notes, abbreviations, standard symbols, and outlines the adopted codes, standards, and executive orders, primarily referencing federal guidelines over local codes. It also provides energy requirements for the building envelope based on climate zone 4A.
    This government file details civil and structural engineering plans for the Robert J. Dole VAMC in Wichita, KS. The project involves constructing an addition and renovating Building 3 for a pharmacy, along with associated ADA parking. The plans include detailed paving and drainage specifications, as well as an overall grading plan with specific elevations for finished floors, sidewalks, and pavements. Key consultants for the project include Spur Design, LLC (Architect and MEP/Tech Engineer), H2B, Inc. (Civil/Structural Engineer), Poole Fire Protection (Fire Protection Engineer), Riverfront Safety (Industrial Hygienist), The Innova Group (Healthcare Planner), Force Protect (Physical Security), and Enviros (Commissioning). The document emphasizes adherence to ADA accessibility standards for ramps and parking, and outlines general notes for utility verification, slopes, and positive drainage from the building. It also lists components for drainage systems, such as submersible pumps, pipes, and various valves.
    The document outlines the scope, general notes, applicable codes, installation guidelines, water supply data, piping specifications, hanger and seismic design, fire sprinkler requirements, valve and drain details, and system testing procedures for the demolition and installation of a fire suppression system in Building 3 of the Robert J. Dole VAMC. Key aspects include demolishing the existing system, installing a new lead-in/riser, adhering to NFPA and VA Fire Protection Design Manual standards, and performing a new fire hydrant flow test. The project emphasizes coordination with other contractors, proper support and listing of equipment, and maintaining building temperature. Hazard classification plans for different levels of Building 3 are also provided, indicating areas that are out of scope and existing fire sprinklers will remain.
    The document is a structural calculations report for the Bldg 3 Pharmacy and ADA Parking project at the Robert J. Dole VA Medical Center in Wichita, Kansas. It outlines the design criteria, vertical design, lateral design, and blast design for the project. The project involves a vertical expansion of Building 1 South Wing and the Elevator/Stair Tower, including a new pharmacy and ADA parking. The design adheres to various codes and standards, including IBC 2021, ASCE 7-22, and VA-specific seismic and physical security requirements. A key focus is the reclassification of Building 1 South Wing as a Critical Facility (Risk Category IV) due to its direct service to the hospital, increasing seismic loads. The report details general building design loads, including dead, live, snow, wind, and seismic loads, and outlines the need for special seismic certification for equipment and components.
    The VHA Pre-Construction Risk Assessment (PCRA) template (VHA-PCRA-2024-1.1) provides essential guidelines for managing safety risks during construction, renovation, and maintenance activities within VHA facilities. It categorizes activities into Inspection/Upkeep, Small-scale, and Large-scale, each with escalating control measures to protect patients, employees, and contractors. The document emphasizes the importance of using project statements of work and drawings for assessments, ensuring robust communication and coordination plans with affected areas. It also mandates that this PCRA be used in conjunction with the VHA Infection Control Risk Assessment (ICRA) for infection-related risks. A fillable permit form for posting at activity sites is included, detailing activity type, location, project manager contact, and required control measures. The document also includes sections for assessing affected adjacent areas and determining if an ICRA is required, along with spaces for necessary signatures to approve the permit.
    The document, likely a government Request for Proposal (RFP) or grant application, outlines requirements for a comprehensive project involving system upgrades and infrastructure development. Key sections detail specifications for various components, including mechanical, plumbing, and fire suppression systems, emphasizing adherence to established standards and regulations. The file highlights the need for thorough assessment, demolition, and installation processes, with a focus on integrating different systems and ensuring safety. It includes tables and diagrams, suggesting a structured approach to project execution and evaluation. The repetitive nature of certain sections implies a template-based or modular structure common in government procurement documents. The overall purpose appears to be the solicitation of bids or proposals for a complex infrastructure modernization initiative, prioritizing compliance, safety, and efficient integration of new systems.
    VAAR 852.219-75 details subcontracting limitations for VA contracts, primarily for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). For general construction, contractors cannot pay more than 85% of the government-paid amount to non-certified SDVOSB/VOSB firms. This includes work further subcontracted by similarly situated certified SDVOSB/VOSB subcontractors, excluding material costs. The document outlines certification requirements, emphasizing that false certifications can lead to severe penalties, including criminal prosecution and fines. Contractors must cooperate with VA reviews and provide documentation to demonstrate compliance. Failure to submit the required certification with the bid will result in the offer being deemed ineligible for evaluation and award.
    The document outlines the specifications for constructing an addition and renovating Building 3 at the Robert J. Dole Veterans Affairs Medical Center in Wichita, Kansas. It includes a comprehensive 100% bid set that encompasses various engineering disciplines and project phases, delineating the responsibilities of contractors regarding safety, site management, construction operations, utility services, and environmental compliance. Key elements include a clear timeline for project execution, adherence to VA standards for safety and construction efficiency, and directives for the handling of existing structures and vegetation. The project involves extensive alterations, including the demolition of existing facilities and installation of modern systems across multiple construction divisions, ensuring minimal disruption to the medical center's daily operations. Additionally, it emphasizes the need for coordination with VA authorities, the implementation of security measures, and the submission of various compliance documents, such as as-built drawings and warranty management plans. Overall, the document serves as a critical guide for contractors participating in this federal project, establishing the expectations for a successful and compliant renovation of the medical facility while maintaining patient care continuity.
    The document outlines a scheduled site visit for the Construct Addition and Renovate Building 3 for Pharmacy and Associated ADA Parking Construction Project at the Robert J. Dole VA Medical Center in Wichita, Kansas. The visit is set for Tuesday, July 29, 2025, at 2:00 PM EST, with participants directed to meet in Building 10, Conference Room. Due to ongoing construction, participants are advised to arrive early to navigate parking and traffic challenges. They can enter the campus from multiple directions and utilize designated staff parking areas, including a gravel lot north of Building 20. This meeting aims to provide stakeholders with an opportunity to view the site and understand the project's scope within the context of federal and state/local compliance for ADA standards in public facilities.
    The document outlines the specifications for the construction and renovation of Building 3 at the Robert J. Dole Veterans Affairs Medical Center in Wichita, Kansas, focusing on expanding the pharmacy and associated parking areas. The project includes comprehensive requirements spanning multiple divisions, such as general requirements, existing conditions, mechanical, plumbing, and fire suppression systems, and various types of material specifications like insulation and waterproofing. Key engineering credentials and design standards are documented to ensure compliance with state regulations. The detailed sections highlight safety measures, quality control, and testing requirements during construction. Emphasis is placed on environmental concerns, proper material handling, and safety systems, indicating the project’s importance in enhancing healthcare facilities while maintaining regulatory adherence. Overall, this document serves as a foundational framework for contractors engaging in the bid process, aimed at modernizing the facility to better serve veterans.
    The VA is initiating a construction and renovation project at the Robert J. Dole VA Medical Center in Wichita, KS, focused on expanding and modernizing Building 3 for pharmacy operations and associated parking. The project encompasses a comprehensive redesign outlined in the 203 sheets of plans developed by specialized consulting firms, including architectural and engineering services. Key objectives include mitigating water infiltration, implementing infection control measures compliant with VA standards, and adhering to various building codes and safety regulations. The plans address environmental hazards, structural engineering, and design elements such as precise phasing strategies for construction. Infection control is prioritized, requiring multiple levels of safety precautions during the renovation process to minimize dust and contamination risks. The document sets clear guidelines for cleanliness, equipment handling, and emergency procedures essential for maintaining operational integrity during construction. This initiative emphasizes the VA's commitment to enhancing healthcare facilities while safeguarding patient and staff welfare, adhering to federal guidelines, and ensuring high-quality healthcare delivery.
    The project at the Robert J. Dole Veterans Affairs Medical Center in Wichita, Kansas, entails the construction of an addition and renovation of Building 3 to enhance its pharmacy facilities and related ADA-compliant parking. Set for completion by December 31, 2025, this initiative requires adherence to specific engineering and architectural standards. The architectural firm, Spur Design, LLC, alongside multiple specialized consultants, is tasked with comprehensive design considerations including civil, mechanical, electrical, and fire protection engineering. Key structural details are outlined, including ADA ramp specifications, drainage protocols, and utility management strategies, reinforcing compliance with federal and local regulations. The groundwork necessitates careful site preparation and the effective integration of new systems into the existing framework of the facility. The commitment to functionality and accessibility is paramount, with particular attention to efficient layout and safe navigation for all patients and staff. This endeavor reflects the Veterans Health Administration's ongoing efforts to upgrade healthcare facilities, ensuring they meet both contemporary medical standards and accessibility requirements.
    The document outlines requirements for a fire suppression project at the Veterans Affairs Robert J. Dole VA Medical Center, specifically for the renovation of Building 3 into a pharmacy. It details the contractor's responsibilities including thorough review of design criteria, compliance with multiple NFPA codes, and completion of all installation and testing facets in a professional manner. The project scope includes the demolition of the existing fire sprinkler system in Building 3 and installation of a new sprinkler lead-in/riser in the exit stair area, while existing systems in out-of-scope areas will remain. Key installation guidelines mandate adherence to NFPA standards for supporting equipment, ensuring proper protection for fire-rated constructions, and coordination of equipment placements to prevent conflicts. The contractor must also conduct a fire hydrant flow test to validate water supply data and plan hydraulic calculations with a required safety margin. Overall, the document serves to ensure fire safety compliance and the implementation of effective fire suppression systems in alignment with federal regulations and local standards.
    The document presents the Structural Calculations Report for the construction of Building 3 Pharmacy and ADA Parking at the Robert J. Dole VA Medical Center in Wichita, Kansas. It details the design criteria and specifications needed for the project, including seismic design requirements in alignment with VA standards and the International Building Code. The report includes a comprehensive structural narrative about the vertical expansion of the existing Building 1 South Wing for Radiology and Sterile Processing Service (SPS), highlighting renovation plans, load combinations, and geotechnical considerations. A significant focus is on compliance with updated VA Seismic Design Requirements and the Physical Security Resiliency Design Manual, as the facility is classified as critical and must remain operational post-disaster. The report outlines specific design loads, including dead, live, snow, and wind loads, while addressing existing structural evaluation and necessary retrofitting for seismic safety. The robust analysis emphasizes the need for detailed planning to ensure structural integrity, adherence to security measures, and proper accommodation of new medical equipment. Ultimately, the report is a critical component of the federal RFP process, ensuring compliance with governmental standards for healthcare construction projects.
    The VHA Pre-Construction Risk Assessment (PCRA) template serves as a foundational tool for evaluating risks associated with construction, renovation, and maintenance activities within healthcare facilities. It outlines mandatory procedures for categorizing work types and assessing safety risks to mitigate potential impacts on patients, staff, and contractors. The document emphasizes the importance of communication and coordination planning during the activity's preparatory phases. Specifically, the PCRA distinguishes between three activity types: inspection/upkeep, small-scale, and large-scale undertakings. Each category encompasses specific control measures that must be in place prior to initiation and throughout the project duration. Additionally, it necessitates an Infection Control Risk Assessment (ICRA) when infection risks are a concern, ensuring comprehensive hazard management. Coordination with adjacent areas is paramount, requiring an assessment of potential disruptive activities and the establishment of mitigation strategies to minimize the impact of construction on ongoing operations. The permits generated through this process must be displayed at project sites, facilitating stakeholder awareness and safety compliance. This structured approach showcases the VHA's commitment to prioritizing safety and operational integrity in healthcare construction projects.
    The file appears to be a corrupted or poorly formatted document with extensive garbled text and symbols. As such, articulating a coherent summary of defined content is challenging. However, the potential focus of the document seems to involve federal government requests for proposals (RFPs) and grants, alongside state and local initiatives. Documents of this nature typically outline calls for funding or partnerships in various domains, including infrastructure, technology, and public health. They are designed to invite entities to submit proposals for projects that meet specified government needs and priorities. Key components usually include eligibility criteria, application processes, project objectives, funding amounts, and deadlines for submissions. Effective responses to RFPs generally demand clear articulation of how a proposal aligns with government priorities, showcases relevant expertise, and provides value for public funds. Local and state proposals often reflect regional issues, emphasizing community involvement and sustainability initiatives. Ultimately, this file holds significant potential for insights into federal and local funding opportunities, albeit its inaccessible format limits interpretability and extraction of key information.
    The document outlines the certification requirements for contractors bidding on VA contracts, specifically detailing limitations on subcontracting under 38 U.S.C. 8127. It sets forth the conditions for service, general construction, and special trade contracts, mandating that contractors cannot pay a certain percentage (50% for services, 85% for general construction, 75% for special trade) to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The certification requires contractors to acknowledge the legal compliance and the consequences of providing false information, which could lead to severe penalties, including prosecution. Contractors are expected to provide documentation to demonstrate adherence to these limitations and must complete and submit the certification with their proposals. The document emphasizes the VA's aim to ensure that awarded contracts fulfill the intent of supporting veteran-owned businesses while maintaining integrity in the contracting process. Overall, it reflects the federal commitment to creating opportunities for SDVOSBs and VOSBs in government contracting.
    The document is a
    General Decision Number KS20250057, effective August 22, 2025, outlines prevailing wage rates and labor standards for building construction projects in Sedgwick County, Kansas, excluding single-family homes and apartments up to four stories. The document specifies minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed). It also details various craft classifications, their hourly rates, and fringe benefits, along with guidance on appealing wage determinations and adding unlisted classifications. The document emphasizes compliance with federal labor laws, including paid sick leave under EO 13706.
    This document, General Decision Number KS20250159, outlines prevailing wage rates and labor standards for heavy construction projects in Sedgwick County, Kansas, effective August 22, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022). The document specifies wage rates and fringes for various crafts, including electricians, linemen, power equipment operators, ironworkers, cement masons, carpenters, laborers, and truck drivers. It also addresses Executive Order 13706, which mandates paid sick leave for federal contractors. The file provides guidance on wage determination appeals and clarifies identifiers for union, union average, and survey rates. This information is critical for contractors bidding on federal and state heavy construction projects in the specified region to ensure compliance with labor laws and prevailing wage requirements.
    Addendum 01 to Project Number 589-707 (2309), dated August 22, 2025, details modifications for the "Construct Addition and Renovate Bldg 3 Pharmacy and Associated Parking" project. The primary changes address pre-bid RFIs 1 and 14, focusing on relocating the electrical generator to avoid conflicts with the adjacent B26 project. This relocation is reflected across numerous civil and electrical drawing sheets. Additionally, specifications for a bike locker (RFI 4) and a pass-through window (RFI 43) have been added. The addendum also includes an updated geotechnical report, revised glazing information on architectural sheets (changing tempered to laminated), and clarification for a blast-rated exterior door. The total package includes narrative pages, specification pages, geotechnical report pages, and updated drawing sheets.
    GSI Engineering, LLC prepared a Geotechnical Exploration Report for H2B, Inc. concerning the VA Renovation and Additions project in Wichita, Kansas. The project involves renovations to existing buildings, expansion of parking lots, and construction of a new three-story building and an interior vault structure at the Robert J. Dole VA Medical Center. The report details subsurface conditions, including moderately to highly plastic clay and weathered shale bedrock, with groundwater anticipated between 9.5 and 23.5 feet. It provides seismic design parameters, classifying the site as Class D. Key recommendations include site preparation, specific requirements for general structural fill and low volume change material, and methods for chemical stabilization of soils. Foundations are recommended as shallow systems with allowable bearing pressures of 2,000 psf or 3,000 psf depending on excavation depth and engineered fill, with measures to mitigate slab movement risks, particularly for basement floors.
    The document, Solicitation #36C77625B0034, addresses technical questions and VA responses for a project to construct an addition and renovate Building 3 for a pharmacy, including associated ADA parking. Key areas covered include contractor laydown and staging, utility conflicts, electrical requirements for doors, bike locker provision, light pole reuse and LED retrofitting, and applicable wage rates for site work. The document also clarifies details on concrete pavement, ADA ramp references, landscaping gravel, CAD file availability, and sanitary bedding materials. Numerous questions regarding HVAC systems, such as equipment placement, specifications for common work, fan details, air valve approvals, pump schedules, exhaust duct phasing, air changes, filter requirements, and humidifier placement, are addressed. Pharmacy-specific concerns include room pressurization, USP certification, responsibility for certifying agents, smoke testing, and HEPA filter requirements. Plumbing questions clarify sink integration and the need for lab/acid waste piping. Airflow discrepancies and room pressure monitor locations are also clarified, ensuring compliance with VA design manuals and USP standards for hazardous drug compounding suites.
    Similar Opportunities
    C1DA--589A7-26-600 Prepare Site for PET/CT
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) architectural and engineering firms to design the renovation of approximately 700 square feet for a PET/CT suite at the Robert J. Dole VA Center in Wichita, Kansas. The project, identified as 589A7-26-600, requires comprehensive design services, including mechanical, electrical, plumbing, and structural work, along with hazardous material identification and adherence to VA and federal design standards. This renovation is crucial for enhancing medical imaging capabilities within the facility, ensuring compliance with safety and operational requirements. Interested firms must submit their SF 330 qualification packages by December 8, 2025, at 10:00 AM CT, with an anticipated contract award by March 31, 2026. For further inquiries, contact Contract Specialist Tonesha King at tonesha.king@va.gov or by phone at 913-946-1971.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking bids for the renovation of the pharmacy at the Louis A. Johnson Veterans Affairs Medical Center in Clarksburg, West Virginia, to ensure compliance with USP 800 standards. The project, designated as 540-18-102, requires the contractor to provide all necessary labor, materials, equipment, permits, transportation, and supervision for the construction services, with a performance period of 496 calendar days. This procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $2,000,000 and $5,000,000, and interested bidders must be registered in the SAM database and the SBA Small Business Search Database. The deadline for bid submissions is January 7, 2026, at 3 PM Eastern Time, and all inquiries should be directed to Contracting Officer Rebecca Besten at Rebecca.Besten@va.gov or by phone at 304-623-3461 ext 3895.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.
    Spinal Cord Injury Space (Minor) Construction – Seattle – Project 663-310
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the Spinal Cord Injury Space (Minor) Construction project at the Seattle VA Medical Center, identified by Solicitation Number 36C77625B0041. This project aims to enhance facilities dedicated to spinal cord injury care, with an estimated funding amount of $12,630,000.00, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties should note that the bid log indicates competitive offers, with the lowest bid received at $10,084,052.00, and must reach out to Thomas Council at Thomas.Council@va.gov or Joseph Rossano at joseph.rossano@va.gov for further inquiries.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Buyer not available
    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--528A6-25-614 Replace Sidewalks Station Wide
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Sidewalks Station Wide" project at the Bath VA Medical Center in Bath, NY, under Project Number 528A6-25-614. This procurement involves the demolition of existing sidewalks and the installation of approximately 22,000 square feet of new concrete sidewalks, including ADA-compliant tactile warning surfaces, along with the installation of new metal handrails and restoration of disturbed lawn areas. The project is critical for ensuring safe access for veterans and visitors, with a total estimated cost between $250,000 and $500,000, and a completion timeline not exceeding 120 days from the Notice to Proceed. Interested contractors must submit their bids by December 10, 2025, at 12:30 PM EST, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further inquiries.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Spring
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project 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, estimated to cost between $5,000,000 and $10,000,000, is critical for modernizing the facility's data management capabilities and ensuring compliance with safety and operational standards. Interested bidders must submit their proposals electronically by December 18, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialist Devin M. Russell at devin.russell@va.gov.