549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
ID: 36C25726Q0099-A1Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the repair of water and mold damage at the Bonham Veterans Affairs Medical Center (VAMC), specifically targeting Building 1's 5th floor and Building 29. The contractor will be responsible for providing all necessary labor, equipment, materials, and supervision to remediate damage caused by a water line break, following the guidelines set forth in the Statement of Work and adhering to the Veterans Health Administration's Moisture and Mold Management Program. This project is critical for maintaining a safe environment for patients and staff, emphasizing the importance of compliance with health and safety standards during the remediation process. Interested contractors, particularly those who are Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or call 915-282-1732 for further details, with the solicitation set to close on the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    MIPS Services, LLC conducted an asbestos survey at the Bonham VAMC, Building 29 – CLC Gym, for the Department of Veterans Affairs Network Contracting Office 17. The survey, performed on May 30, 2025, by licensed inspector Sean McLellan, focused solely on materials slated for renovation. The objective was to identify readily accessible asbestos-containing materials (ACM). Nine bulk samples from various homogeneous materials, including vinyl cove base, wallpaper mastic with sheetrock, and roll-out vinyl floor covering, were collected and analyzed by Cates Laboratories, Inc. using Polarized Light Microscopy. The results indicated no asbestos in the sampled materials. The report emphasizes that only sampled materials were evaluated, and any unsampled materials should be presumed to contain asbestos until tested. MIPS performed services consistent with industry standards, with no express or implied warranties regarding unsampled materials or hidden areas.
    McLellan Integrated Professional Services, LLC (MIPS) conducted a limited mold assessment and developed a Mold Remediation Protocol for Building 29 – CLC Gym at the Bonham VAMC in Bonham, Texas. The assessment, performed on April 25, 2025, identified water-damaged and fungal-contaminated building materials, including sheetrock and vinyl floor plank, primarily caused by a broken HVAC pipe. The estimated affected area is less than 25 contiguous square feet, making it non-notifiable to the Texas Department of Licensing and Regulation (TDLR). MIPS recommends a licensed Mold Remediation Contractor perform the remediation, following IICRC S500 and S520 guidelines and Texas regulations. The protocol details containment, personal protective equipment (Level C), and remediation procedures including removal of affected materials, cleaning, and encapsulation of salvageable wood. Post-remediation fungal sampling is required to verify effectiveness before reconstruction.
    This document addresses 24 questions regarding a VA water/mold damage remediation project, clarifying the scope of work, contractor responsibilities, and specific project requirements. Key clarifications include the need for a detailed Scope of Work for each remediated area, the General Contractor's (GC) responsibility for removing, storing in temperature-controlled conditions, and re-installing equipment (with VA verification), and that only gym equipment needs removal and re-installation by the contractor. The project involves wallpaper removal and painting, with flooring samples provided by the VA. Mold remediation requires certification by a VA third party. Handrails should be reused if possible and do not need to be anti-ligature. Missing floorplans, moisture maps, drawings, asbestos surveys, and mold remediation protocols are referenced as crucial documents. The project scope for Building 1's 5th-floor corridor and patient areas is clarified. The GC is responsible for hazardous material and mold debris disposal. All submittals, including safety and containment plans, must be submitted two weeks prior to work commencement.
    The Veterans Health Administration's Moisture and Mold Management Program (M3P) outlines comprehensive guidelines for managing water intrusion and mold growth to ensure a safe environment for patients, visitors, and staff. Developed with support from the California Kaiser Safety Program's Water Intrusion and Mold Management (WIMM) Program, M3P emphasizes prompt reporting, assessment, and response to incidents. It details procedures for various water intrusion categories (clean, gray, and black water) and patient risk groups, leading to specific work practices (W-1, W-2, W-3 for water intrusion and M-1 to M-5 for mold). The program defines roles and responsibilities for a WIMM Program Team, including facility management, environmental health and safety, and infection control professionals. It also provides guidance on selecting outsourced consultants and contractors, assessment tools like moisture meters and boroscopes, and criteria for identifying hidden mold and hazardous materials. The M3P aims to minimize health risks, prevent facility damage, and ensure efficient, compliant remediation efforts, with a strong focus on patient safety in healthcare settings.
    Amendment 0001 to solicitation 36C25726Q0099, titled "Repair PM&R and Bldg.1 5th FLR," addresses critical updates and clarifications for a Department of Veterans Affairs project. This amendment incorporates RFI responses, site visit sign-in sheets, and several key reports including Asbestos Survey Reports for Building 29 and Building 1, a Mold Assessment Report for Building 29, and the VA Moisture and Mold Management Program. It also provides the Building 1 location. The RFI responses clarify the scope of work for water/mold damage remediation, responsibilities for equipment removal and storage (to be handled by the GC with VA verification), wall finishes (paint, not wallpaper), flooring types (VA provided samples), and the requirement for mold remediation certification by a VA third party. Further clarifications cover specific areas like the 5th-floor corridor, flooring quantities, door and hardware replacements, drywall extent, work hours, containment requirements, utility shutdowns, and hazardous material disposal, all emphasizing coordination with the VA and adherence to safety protocols.
    Lifecycle
    Title
    Type
    Similar Opportunities
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the remediation of water and mold damage at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. The project requires contractors to provide equipment, materials, and manpower for demolition, water mitigation, and build-back services in buildings 1 and 29, necessitating qualified technicians and a certified mold remediation team. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with an estimated contract value between $100,000 and $250,000. Proposals are due by December 15, 2025, at 1:00 PM CST, and interested parties should contact Miguel Gonzalez at miguel.gonzalez4@va.gov or 915-282-1732 for further information.
    463-21-101 CON Repair Bldg 100 Moisture Envelope
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking qualified contractors for a construction project aimed at repairing the moisture barrier of Building 100 at the Anchorage VA Medical Center in Alaska. The project, designated as 463-21-101, involves addressing moisture intrusion and repairing surface damage, with the contractor responsible for all materials, labor, and adherence to strict safety and infection control protocols. This initiative is crucial for maintaining the integrity of the facility and ensuring the continued delivery of healthcare services. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their responses, including a capabilities statement and past performance details, by December 12, 2025, with an estimated project value between $5 million and $10 million. For further inquiries, contact Susan Howe at Susan.Howe2@va.gov or call 360-816-2754.
    Y1DA--36C25726R0015 | 671-22-118 Replace Cast Iron Drain 2nd and 3rd Floor
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of cast iron drain lines and the chemical waste system on the 2nd and 3rd floors of the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. This project, identified as 671-22-118, requires contractors to provide all necessary labor, materials, and equipment, with a contract value estimated between $500,000 and $1,000,000. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of maintaining operational continuity within the medical center while adhering to strict safety and regulatory standards. Proposals are due by December 9, 2025, at 2:00 PM CDT, and interested parties should contact Cassandra S. King at Cassandra.King@va.gov for further information.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. Contractors are required to provide all labor, materials, equipment, and supervision necessary to remove and replace an old trench cap, as outlined in the Statement of Work, while adhering to safety regulations and environmental disposal guidelines. This project is crucial for maintaining the infrastructure of the facility, ensuring a safe and functional environment for veterans. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. Interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Replace Steam Trench Cap
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of the steam trench cap at the Amarillo VA Medical Center in Texas. The contractor will be responsible for providing all necessary labor, equipment, tools, materials, and supervision to remove the old trench cap and install a new one, adhering to the detailed specifications outlined in the Statement of Work. This project is critical for maintaining the infrastructure of the medical facility, ensuring continued operational efficiency and safety. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or call 915-282-1732 for further details. The procurement process includes stringent requirements for site operations, material management, and compliance with VA security protocols, with a focus on minimizing disruption to existing medical services.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    Y1DA--Project 549A4-21-703 EHRM Training and Admin build
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the EHRM Training and Admin Support Space project (Project Number 549A4-21-703) at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. This project involves the renovation of four rooms to create temporary EHRM classrooms and an office, including asbestos abatement, interior demolition, and installation of new HVAC equipment and finishes. The procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 236220, with a contract value estimated between $500,000 and $1 million. Interested contractors must submit their proposals by January 15, 2026, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov for further information.
    CTX Environmental Controls Bldg. 223
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the "CTX Environmental Controls Bldg. 223" project at the Doris Miller Veteran’s Affairs Medical Center in Waco, Texas. The contractor will be responsible for providing all necessary labor, equipment, tools, materials, supplies, and supervision to reconfigure the electrical, mechanical, plumbing, and other systems as outlined in the construction documents and Statement of Work. This project is crucial for modernizing the environmental control systems within the facility, adhering to stringent health and safety requirements as specified in the VHA Master Specifications. Interested parties should note that the deadline for offer submissions has been extended to December 12, 2025, at 13:00 CST, and can contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or 915-282-1732 for further information.
    Repair FTD Building Envelope 539-25-509
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    Boiler / Chiller Maintenance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.