X1DB--Radiation Therapy VA Clinic at Kansas City Lease 36C25525R0016
ID: 36C25525R0016Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE/RENTAL OF LABORATORIES AND CLINICS (X1DB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due May 17, 2025, 4:59 AM UTC
Description

The Department of Veterans Affairs is seeking proposals for the lease of a Radiation Therapy Clinic in Kansas City, under Request for Lease Proposal (RLP) No. 36C25525R0016. The procurement aims to secure a facility that meets specific architectural and operational criteria, providing between approximately 15,786 and 17,759 usable square feet, with a focus on modern construction standards, accessibility, and stringent security measures. This clinic will play a crucial role in delivering essential healthcare services to veterans, ensuring compliance with federal regulations and safety standards throughout its operation. Proposals are due by May 16, 2025, and interested parties should contact Contracting Officer Jan Carlson at jan.carlson@va.gov or 913-946-1136 for further details.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 11:05 PM UTC
The Department of Veterans Affairs (VA) is seeking to lease space for a Radiation Therapy Clinic in the Kansas City Metro area, with a minimum of 15,786 ABOA square feet and a maximum of 17,759 RSF. The solicitation, numbered 36C25525R0016 and set aside for small businesses, outlines specific geographical boundaries: North (I-670), South (I-435), East (Hwy 71), and West (I-35 and Hwy 69). Buildings within this area are deemed eligible for consideration. The Request for Lease Proposal (RLP) is anticipated to be released on March 26, 2025, with proposals due by May 30, 2025. The document includes contact information for relevant officials, including Contracting Officer Lee Grant and Contract Specialist Jan Carlson, whose emails are provided for further inquiries. This presolicitation reflects the VA’s commitment to establishing necessary healthcare facilities for veterans while adhering to federal contracting processes.
Apr 18, 2025, 10:07 PM UTC
The Department of Veterans Affairs has issued Amendment #1 to Request for Lease Proposal (RLP) 36C25525R0016 for a Radiation Therapy VA Clinic in Kansas City. Key updates in this amendment include the addition of Questions and Answers, and the inclusion of Exhibits H and K to the proposal materials. The deadline for offers has been extended to May 16, 2025, at 11:59 PM Central Time. It is imperative for offerors to acknowledge this amendment when submitting their proposals. The amendment indicates that all other terms and conditions of the original proposal remain unchanged. This amendment serves to clarify aspects of the RLP and provide essential documentation for potential bidders. The focus remains on maintaining compliance with the rigorous standards of federal contracting.
Apr 18, 2025, 10:07 PM UTC
This document is a lease agreement between the General Services Administration (GSA) and a private lessor concerning government office space. It specifies terms and conditions including lease commencement dates, rental rates, tenant improvements, and occupancy rights. The lease outlines obligations for both parties regarding property maintenance, alterations, and adjustments for operating costs and real estate taxes. Importantly, the agreement establishes the Government's rights to terminate or renew the lease, and specifies the financial arrangements for broker commissions and improvement allowances. It emphasizes compliance with regulations, including those addressing environmental impacts and accessibility standards. Overall, this lease serves as a structured framework to govern the relationship and responsibilities between the Government and the lessor, ensuring compliance with federal procurement guidelines.
The Department of Veterans Affairs is seeking to lease up to 13,155 net usable square feet for a Radiation Oncology Linear Accelerator Clinic in the Kansas City Metro area. The facility will include two linear accelerator vaults—one operational and a second designed for future equipment installation. The property's aesthetic and functional requirements include being situated in a suitable business park or landscaped site, alongside compliance with comprehensive design and safety standards. The contract specifies obligations for both the government and lessor, detailing maintenance responsibilities, utility services, and construction materials compliant with various national and local codes. Importantly, the design must facilitate a clinical environment, addressing radiation safety with the necessary shielding as per federal guidelines and ensuring patient privacy and security throughout the premises. Key provisions also encompass accessibility features, HVAC systems standards, comprehensive IT infrastructure, and janitorial services using eco-friendly products. Subsequently, compliance with all outlined specifications and performance metrics is crucial for facility operation, showcasing VA’s commitment to providing high-quality healthcare services for veterans while fostering a safe environment.
The document outlines the Security Requirements for Federal Facilities, specifically under Facility Security Level II (FSL II) as mandated by the Department of Veterans Affairs (VA). It details the responsibilities of lessors concerning security measures to be included in rental rates, maintenance costs, tenant improvements, and adherence to the Design-Basis Threat (DBT) assessments. Key areas addressed include site security criteria such as signage, landscaping, lighting, vehicle and pedestrian access, and parking control. Additionally, structural security measures such as blast resistance, forced entry resistance, and protection of sensitive areas like pharmacies and critical IT infrastructure are emphasized. The document also calls for the installation and maintenance of surveillance and intrusion detection systems, as well as the formulation of facility security and construction security plans. The implications of these requirements reflect a comprehensive strategy to enhance the safety and security of federal facilities, ensuring robust protection against potential threats while maintaining a functional and accessible environment for employees and visitors. Through various measures outlined, the VA seeks to balance security needs with operational requirements and regulatory standards.
Apr 18, 2025, 10:07 PM UTC
This document outlines the standard General Clauses related to the acquisition of leasehold interests in real property by the U.S. Government, specifically referencing various clauses from the General Services Acquisition Regulation (GSAR) and Federal Acquisition Regulation (FAR). It includes stipulations about definitions, subletting, maintenance, payment processes, dispute resolution, labor standards, and compliance with laws. Each clause addresses responsibilities and obligations of both the lessor and the government, ensuring mutual agreement on various aspects, such as maintenance of premises, inspection rights, payment mechanisms, and handling defaults. The document reflects a comprehensive framework guiding federal leasing arrangements, ensuring adherence to ethical conduct, timely payments, and legal compliance. This structured approach supports the government's objective of fostering transparent and efficient leasing practices, applicable across various levels of government contracts.
Apr 18, 2025, 10:07 PM UTC
The provided file consists of a technical issue regarding the inability to display a document in PDF format. It suggests that users may need to upgrade their Adobe Reader software to access the document correctly. The document mentions links for downloading the latest version of Adobe Reader and provides general trademark information for operating systems like Windows, Mac, and Linux. However, there is no substantial content related to government RFPs, federal grants, or state and local RFPs in the text presented. The primary focus appears to be on technical assistance rather than offering any relevant information or details about specific government projects or proposals.
The document outlines wage determinations for building construction projects in Johnson County, Kansas, as mandated by the Davis-Bacon Act. It specifies minimum wage rates that contractors must adhere to for various trades and occupations in 2025, with guidelines based on Executive Orders 14026 and 13658. If contracts are awarded or renewed after specified dates, different minimum wage rates apply, with varying requirements based on the contract's date. A comprehensive list of classifications is provided, detailing wage rates alongside fringe benefits for various construction roles such as laborers, electricians, plumbers, and carpenters. The document also emphasizes the necessity for contractors to submit conformance requests for unlisted classifications. Worker protections under specified Executive Orders, including paid sick leave provisions, are highlighted. The appeals process for wage determinations is outlined, providing steps for stakeholders who wish to challenge decisions. Overall, this wage determination is instrumental for ensuring fair compensation and compliance with federal labor standards on federally funded construction projects.
Apr 18, 2025, 10:07 PM UTC
The document outlines the Request for Space (SF-81) process employed by the General Services Administration (GSA) for federal agencies. It serves as a form to request office and related space, detailing necessary information such as the agency's contact details, type of request (initial, expansion, renewal, or reduction), geographic area served, personnel count, and specific space requirements including offices, storage, and parking. The request mandates that agencies certify their need for the minimum necessary space, adhere to relevant regulations, and ensure funding availability for associated costs. An attached Space Requirements Worksheet is needed to support the request, highlighting special requirements in terms of architecture, safety, and operations. The final part includes GSA's evaluation process to determine if government-controlled space is available or if leasing must occur. This document is crucial for ensuring that federal agencies effectively communicate their space needs to the GSA, facilitating compliance with federal regulations and optimizing space utilization. The structured format aids in a standardized approach for agencies to articulate their requests clearly and accurately.
Apr 18, 2025, 10:07 PM UTC
The document outlines essential building codes and standards relevant to the design and construction of health care facilities. It references key organizations and guidelines, including The Joint Commission, Facility Guidelines Institute (FGI), and the National Fire Protection Association (NFPA), which collectively set the framework for health and safety compliance in such environments. Specific codes mentioned, like NFPA 99 and NFPA 101, pertain to health care facilities and life safety. Furthermore, it highlights the Architectural Barriers Act Accessibility Standards (ABAAS) ensuring accessibility in construction projects, along with the VA's specific guidelines, such as the Office of Real Property Policy Memorandum and resources for Community Based Outpatient Clinics. The document serves as an important resource within federal and state/local RFPs aimed at maintaining rigorous construction and safety standards in health care facilities. It emphasizes the necessity of adherence to regulatory requirements throughout the design and construction process, ensuring safety and operational efficiency while prioritizing patient care and accessibility.
The document outlines a Past Performance Reference Check form utilized by the U.S. Department of Veterans Affairs to evaluate the performance of contractors involved in construction or service projects. It requires offerors to complete key project details, including the project name, location, type, and the representative providing the reference. Evaluators must rate various aspects of the contractor's performance on a scale from 0 to 10, focusing on factors like quality of building and services, project management, cost control, timeliness, and business relations. Additional sections address subcontracting requirements and overall satisfaction with the contractor's performance. The form serves to gather systematic feedback on a contractor's efficiency and effectiveness, enabling the Department to assess qualifications for future projects. Emphasis is placed on detailed numerical evaluations bolstered by qualitative explanations to support ratings. This reference check is critical for adhering to standards in federal contracting, ensuring that past performance informs future contract decisions, particularly in projects involving federal grants or local and state RFPs.
The document outlines requirements and representations regarding telecommunications and video surveillance services or equipment for federal contracts, as mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It specifies that Offerors (property owners) must declare if they will or will not supply any covered telecommunications products or services as part of their proposals. The prohibitions detailed in the document aim to prevent the acquisition of systems utilizing covered telecommunications due to security concerns. Offerors are required to conduct reasonable inquiries and provide disclosures if using or supplying such equipment, including specifics on product origin, descriptions, and usage within contracts. This representation ensures compliance with Section 889 of the act, mandating that all parties involved in procurement uphold security standards. The aim is to restrict reliance on potentially insecure technologies in government contracts, thereby reinforcing national security protocols in telecommunications.
The document outlines the "OIT Design Guide Templates" developed by the Department of Veterans Affairs for critical telecommunications spaces within clinical and non-clinical environments. It serves as a foundational reference for engineering and infrastructure design within enterprise data centers. The guide details requirements such as telecommunications rooms, entrance rooms, and data center configurations across various sizes—from extra small to extra large. Key specifications include power distribution setups, environmental controls, and layout schematics for effective equipment management. Fundamental safety and operational guidelines are emphasized, including space allocations, humidity control, and fire-resistant materials. Overall, the document reflects the VA's commitment to establishing standardized designs that meet operational efficiency and safety standards across its facilities, facilitating enhanced IT operations and services. This guide is crucial for engineers and contractors involved in the design and construction of VA facilities, ensuring compliance with federal and organizational standards.
The government document outlines a Request for Proposals (RFP) aimed at soliciting bids for a project designed to enhance public infrastructure within communities. The primary goal is to address pressing local needs, prioritized through community feedback and strategic assessments. It emphasizes the importance of sustainable development practices and the incorporation of innovative solutions that respond to both current and future challenges. Key points include specifications for the type of services required, the budgetary constraints, and the timeline for project completion. Additionally, the document stresses the need for collaboration with local stakeholders to ensure that the proposed solutions align with the community's long-term vision. A competitive bidding process is outlined, which aims to secure the best value for taxpayers while maintaining high standards of accountability and transparency. Furthermore, the document reiterates the importance of compliance with federal and state regulations throughout the project lifecycle. It underscores that selected contractors will be required to facilitate ongoing communication with government officials and community members as the project progresses. This document serves as a critical tool for informing potential bidders of the opportunities and requirements related to enhancing local infrastructure effectively.
Apr 18, 2025, 10:07 PM UTC
The Varian EDGE Radiosurgery Product Planning Guide provides essential details for the installation of the EDGE system, aimed at customers and their representatives. It includes an overview of the product, specifications for system dimensions, and customer requirements to ensure appropriate site readiness. The guide emphasizes the importance of comprehensive site preparation, adherence to safety regulations, and collaboration with Varian's Project Management for a smooth installation process. Key sections cover the system's components, electrical requirements, shielding needs, and responsibilities of the customer to meet local codes. Clarity on installation timelines, including lead times and the process for project management, is also provided. Safety considerations, particularly regarding electrical connections and emergency systems, are highlighted throughout to illustrate the necessary precautions for successful operation. Understanding these guidelines is crucial for facilities integrating advanced radiotherapy technologies while maintaining compliance with safety regulations and operational efficacy.
Apr 18, 2025, 10:07 PM UTC
The document outlines the Lease Security Standards, providing a comprehensive framework for security measures applicable to federal government facilities. It includes specifications for various areas such as facility entrances, common areas, parking, and security systems. Major sections cover employee access control, visitor management, identity verification, and security systems design, emphasizing the need for detailed quotations on identified security countermeasures to be finalized post-design. Key elements include the requirement for security systems testing and maintenance, signage for governmental identification, and the establishment of a Facility Security Committee. The document notes that certain costs tagged as "Priced in Shell" will not require pricing on the form but must align with the full security standards outlined elsewhere. Overall, the purpose of this document is to serve as a guide for lessors in quoting necessary security improvements, ensuring compliance with the federal standards necessary for the protection and safety of government properties. It emphasizes negotiation stages post-quote submissions, reflecting an organized and structured approach to maintaining secure environments within government facilities.
Apr 18, 2025, 10:07 PM UTC
The document outlines the Lease Security Standards, providing a comprehensive framework for security measures applicable to federal government facilities. It includes specifications for various areas such as facility entrances, common areas, parking, and security systems. Major sections cover employee access control, visitor management, identity verification, and security systems design, emphasizing the need for detailed quotations on identified security countermeasures to be finalized post-design. Key elements include the requirement for security systems testing and maintenance, signage for governmental identification, and the establishment of a Facility Security Committee. The document notes that certain costs tagged as "Priced in Shell" will not require pricing on the form but must align with the full security standards outlined elsewhere. Overall, the purpose of this document is to serve as a guide for lessors in quoting necessary security improvements, ensuring compliance with the federal standards necessary for the protection and safety of government properties. It emphasizes negotiation stages post-quote submissions, reflecting an organized and structured approach to maintaining secure environments within government facilities.
Apr 18, 2025, 10:07 PM UTC
The document outlines the Security Unit Price List for federal lease agreements, specifying security countermeasures required for facilities. The list is categorized into sections addressing facility entrances, interior government spaces, exterior building areas, parking, security systems, operations and administration, and cybersecurity. Each category includes various security measures that must be quantified with unit prices and quantities, although certain costs are designated as "Priced in Shell" and do not require pricing at this stage. Key components include identity verification, visitor access control, security system maintenance, and duress alarms, informing potential lessors of the necessary security standards to be met. The Building Specific Amortized Capital (BSAC) amounts are estimated for these requirements, with the final determination dependent on design completion. The document serves to ensure that security features align with federal regulations and standards, facilitating the negotiation process before any construction begins. Emphasis is placed on adapting and updating security standards as needed throughout the lease term. This document is essential for organized procurement and implementation of security measures in government buildings.
The document outlines the structure and processes for estimating Tenant Improvements (TI) and Shell costs for government projects. It specifies that costs for materials, labor, and additional fees related to security improvements (Building Specific Amortized Capital - BSAC) should be itemized and recorded across various construction divisions. Each division includes sections for detailing materials, their quantities, unit costs, total costs, labor hours, rates, and overall totals. The document also instructs users to fill in project-specific details in designated fields and emphasizes the inclusion of all relevant figures, such as General Contractor and Architectural/Engineering Fees, to ensure a comprehensive cost evaluation. It highlights the importance of capturing all necessary expenses related to the project while meeting federal guidelines. The attention to systematic calculations and clear categorizations is designed to assist contractors and government agencies in streamlined budgeting and procurement for construction projects, reflecting the complex nature of federal budgeting for facility improvements.
The document outlines the Tenant Improvement Cost Summary (TICS) form, integral for federal and state/local RFPs and grants related to building and renovation projects. It emphasizes the breakdown of costs associated with tenant improvements (TIs) and shell construction across multiple divisions—from general requirements to specialized installations like fire suppression, plumbing, and electronic security. Key components include a detailed cost estimation format, including distinct columns for material, labor, and total costs, guiding users to fill in specific financial data pertinent to the project. The guide delineates responsibilities for general contractors, architects, and lessors, highlighting the significance of adhering to established construction standards and budgetary constraints. It also stresses collecting and reporting comprehensive costs associated with both tenant improvements and building-specific amortized capital (BSAC) related to security needs. The instructions within serve to ensure that all necessary project specifics are included to evaluate the overall financial implications accurately. This structured approach promotes transparency and accountability, conducive to the federal government's strategic objectives for cost-effective asset management while encouraging compliance with safety and quality in construction practices.
The VA Request for Lease Proposals (RLP) No. 36C25525R0016 seeks offers for leasing a Radiation Therapy VA Clinic in Kansas City, with proposals due by May 30, 2025. This RLP is designated as a small business set-aside. The Government intends to award a 10-year lease, including a firm 5-year term, with specific conditions for the leased space, which must meet defined architectural and operational criteria, providing between approximately 15,786 and 17,759 usable square feet. Essential requirements include modern construction standards, accessibility, and specific security measures. An optional Pre-Proposal Conference is scheduled for April 16, 2025, for interested parties to clarify requirements. Submitters must provide detailed pricing and operational plans, while following environmental and historic preservation guidelines. The evaluation process will prioritize efficient layouts and compliance with federal regulations, and proposals will be evaluated based on various criteria. The lease will involve a fully serviced structure, and all costs associated with tenant improvements will be included in the rent. Compliance with energy efficiency and sustainability regulations is required under the Energy Independence and Security Act. This RLP exemplifies the Government's commitment to utilizing small businesses and adhering to stringent quality and operational standards in their leasing processes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
San Antonio North CBOC
Buyer not available
The Department of Veterans Affairs is seeking proposals for a new lease of clinical space at the San Antonio North Community-Based Outpatient Clinic (CBOC) in Texas. The procurement involves securing approximately 19,691 rentable square feet (RSF) of clinical space to provide primary, specialty, ancillary, and mental health care services to veterans in Bexar County, with a lease term of 10 years, including 5 firm years and 5 soft years. This initiative is crucial for enhancing healthcare access for veterans in the region, ensuring compliance with federal standards for safety, accessibility, and sustainability. Interested parties must submit their proposals by May 1, 2025, and can direct inquiries to Wallace Taylor at wallace.taylor@va.gov for further information.
X1DB--Request for Lease Proposal for Freeport, IL Community Based Outpatient Clinic (CBOC)
Buyer not available
The Department of Veterans Affairs is seeking proposals for leasing a Community Based Outpatient Clinic (CBOC) in Freeport, Illinois, under solicitation number 36C25225R0057. The VA requires a space ranging from 8,450 to 9,999 Net Usable Square Feet to accommodate staff and veterans, with a lease term of 20 years, including a firm commitment of 10 years. This initiative is crucial for enhancing healthcare access for veterans, ensuring compliance with federal standards, and providing a functional environment for medical services. Interested parties must submit their proposals via email by May 9, 2025, at 4:00 p.m. CDT to Matthew Wright at matthew.wright2@va.gov.
Y1DA--589A5-25-128 Site Prep for Fluoroscopy
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the project titled "589A5-25-128 Site Prep for Fluoroscopy" at the Colmery O'Neil VAMC in Topeka, Kansas. This project involves site preparation for fluoroscopy, including the renovation of space, relocation of fixtures, and installation of flooring and finishes, with an estimated cost between $100,000 and $250,000. The contract will be a firm fixed price, with a performance period of 60 days following the notice to proceed, and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and submit their responses by email to Timothy Parison at timothy.parison@va.gov by 2:00 PM CDT on April 30, 2025, with the solicitation expected to be posted on or before May 5, 2025.
Z1AZ--LEAVENWORTH PROPERTY MANAGEMENT new contract
Buyer not available
The Department of Veterans Affairs is seeking property management services for the Leavenworth VA Consolidated Mail Outpatient Pharmacy, located at 5000 S. 13th Street, Leavenworth, KS. This procurement aims to support the operational needs of the facility through effective management services, reflecting the VA's commitment to maintaining high standards in its operations. The solicitation, designated as number 36C77025Q0221, is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and is expected to be released during the week of April 22, 2025, with a response deadline of May 7, 2025, at 17:00 Central Time. Interested parties can reach out to Contract Specialist Christina B. Smith at christina.smith7@va.gov or by phone at 913-758-9918 for further information.
Z2DA--589A7-23-314 Prepare Site for Gamma Camera, WI
Buyer not available
The Department of Veterans Affairs (VA) is soliciting proposals for the construction project titled "Prepare Site for Gamma Camera" at the Robert J. Dole VA Medical Center in Wichita, Kansas. This project involves comprehensive site preparation, including demolition, construction, and installation of a GE NM/CT 850 gamma camera, while ensuring minimal disruption to ongoing medical services. The contract is estimated to be valued between $500,000 and $1,000,000, with proposals due by May 23, 2025, and a pre-bid site visit scheduled for April 29, 2025. Interested contractors must be registered with SAM.gov and certified as service-disabled veteran-owned or veteran-owned, and they can direct inquiries to Contract Specialist Kevin A. Mahoney at Kevin.Mahoney3@va.gov.
X1DB--FY25 New Lease: Multispecialty, Acupuncture and Chiropractic Clinic Brevard County
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for the lease of a multispecialty, acupuncture, and chiropractic clinic in Brevard County, Florida. The required space must be between 6,240 and 7,560 ABOA square feet, located within a delineated area that includes key local landmarks, and must provide 42 surface-level parking spaces, including five reserved for ADA compliance. This initiative is crucial for enhancing healthcare accessibility for veterans, ensuring that the facility meets specific design, security, and operational standards as outlined in the solicitation documents. Proposals are due by May 26, 2025, with an estimated occupancy date of November 1, 2026. Interested parties must register in the System for Award Management (SAM.gov) and can direct inquiries to Lease Contracting Officer Javier Corea Ochoa at Javier.CorreaOchoa@va.gov.
6640--Tissue Processors Lease, KC, 36C255-25-AP-0369
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to lease two HistoCore Pegasus Dual Retort Tissue Processors for the Kansas City VA Medical Center. The procurement aims to enhance the preparation of tissue samples obtained from veteran patients, which is critical for diagnostic purposes by pathologists. The contract is structured as a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, with a total ceiling of $500,000 and a minimum guarantee of $50,000, requiring all equipment to be new and FDA-approved. Interested vendors must submit their quotes by 3:00 PM on April 30, 2025, and direct any inquiries to Lisa Buchanan at lisa.buchanan1@va.gov or by phone at 913-946-1990.
6525--VA NAC Radiation Therapy Equipment Systems and Accessories
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for Radiation Therapy Equipment Systems and Accessories through a combined synopsis/solicitation (RFP 36H79725R0004). This procurement aims to secure high-tech medical equipment, including linear accelerators and related services, to enhance healthcare delivery for veterans, with a contract structure comprising a five-year base period and an optional five-year extension. The solicitation encourages participation from a diverse range of businesses, including small and veteran-owned enterprises, and emphasizes compliance with federal regulations and quality assurance measures. Interested vendors must submit their proposals by May 2, 2025, at 12:00 PM CT, and can direct inquiries to Contract Specialist Taiye Adebowale at Taiye.Adebowale@va.gov.
Y1DA--589A5-25-126, INSTALL SPS PIPING (VA-25-00048332)
Buyer not available
The Department of Veterans Affairs is seeking proposals for the installation of SPS piping at the Colmery-O'Neil Veterans Administration Medical Center in Topeka, Kansas. The project involves replacing existing hot and cold-water lines for ultrasonic cleaning equipment, with an estimated contract value of less than $25,000 and a performance period of 30 days post-award. This procurement is critical for maintaining the facility's operational efficiency and ensuring compliance with safety standards. Interested contractors must attend a mandatory site visit on April 15, 2025, and submit their proposals by May 6, 2025. For further inquiries, potential bidders can contact Tim Fitzgerald at timothy.fitzgerald@va.gov or by phone at 913-946-1145.
6505--760-25-1-050-0237 -Leavenworth CMOP OM PHARMACEUTICALS -(VA-25-00028391)
Buyer not available
The Department of Veterans Affairs (VA) is preparing to issue a request for proposal (RFP) for the procurement of fourteen specified pharmaceuticals to be delivered to the Leavenworth Consolidated Mail Outpatient Pharmacy (CMOP) facility in Kansas. This opportunity is exclusively set aside for small businesses under the product service code 6505, which pertains to drugs and biologicals, and requires interested vendors to submit a price schedule, a signed SF1449 cover page, valid state wholesale distributor licenses, and a Buy American Act certificate. The procurement is crucial for ensuring that veterans receive timely access to necessary pharmaceuticals, with the estimated RFP issue date set for March 6, 2025, and a response deadline of March 17, 2025. Interested parties should direct their submissions and inquiries to Contracting Officer Kelley Cunningham at kelley.cunningham@va.gov or by phone at 913-684-0140.