BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a mixed-use development in Washington, District of Columbia. Completed plans call for the renovation of a medical facility.

STATEMENT OF WORK Washington DC VAMC, 50 Irving ST NW, Washington  DC  20422 RENOVATE BIOMEDICAL ENGINEERING GC105 PROJECT # 688-24-111 1. CONTRACTING OFFICER (CO). Name: Liana J Holland Department: NCO 5, VISN 5 Address: 510 Butler Avenue, Martinsburg WV 25405 Phone Number: (304) 263-0811 x 7611 E-Mail Address: Liana.Holland@va.gov 2. CONTRACT TITLE. RENOVATE BIOMEDICAL ENGINEERING GC105 3. DEFINITIONS: VA: Veterans Affairs. CONTRACT DOCUMENTS: Construction Drawings and Specifications distributed to bidders in hard copy or electronic format. CO: Contracting Officer COR: Contracting Officers Representative. VA employee of VAMC Facilities and Engineering Service officially assigned to act as a Project Manager and Inspector on behalf of VAMC and the Contracting Officer. COR shall be First Point of Contact on all matters concerning contract work for subject Project. DCMR: District of Columbia Municipal Regulations DOEE: Washington, D.C. s Department of Energy and Environment EPA: Environmental Protection Agency FAR: Federal Acquisition Regulation ICRA: Infection Control Risk Assessment. An ICRA form must be filled out and signed by Infection Control personnel prior to any work coordinate with CO/COR. ILSM: Interim Life Safety Measures. Any series of Operational Actions taken to temporarily reduce hazards posed by Life Safety deficiencies which have been created by demolition, renovation, or construction works, and which are to remain in place and in effect for duration of Contract work. NFPA-NFC: National Fire Protection Association National Fire Codes. NEPA; National Environmental Protection Act. An environmental law that requires all federal agencies to prepare environmental assessments (EAs) and environmental impacts statements (EISs) on any major construction project. NEC: National Electrical Code, NFPA NFC Standard 70 OSHA: Occupational Safety and Health Administration PPE: Personal Protective Equipment PROVIDE: Whenever used throughout the Scope of Work, term Provide is to be understood to mean Purchase newly manufactured; Furnish delivered to VAMC work site in protective containers; Secure from tampering or theft; and Install in accordance with Contract Scope of Work, Drawings, Specifications and Manufacturer s Instructions all required items of administrative submittals, labor, demolition, construction, equipment items, and installation works for entirety of Contract. SDS: Safety Data Sheets. SOW: Statement of Work SWMP: Storm Water Management Plan. 4. SCOPE. The purpose of this project is to provide Construction Services necessary for the Renovation of Biomedical Engineering Suite GC105 at the Veteran s Affairs Medical Center in Washington DC (VAMCDC) located at 50 Irving Street, N.W. Washington D.C. 20422. Contractor to provide a proposal to include all the necessary materials, labor, and equipment to complete all required construction work within all documented areas. Work consists of interior renovations of approximately 2,830 square feet within the area of the GC105 Suite, Basement Floor, Bldg. 1. of VAMCDC, according to Contract Documents (Drawings dated March 29, 2024, and Specifications dated May 8, 2024). The work includes but it is not limited to the removal and reinstallation of interior materials/systems or selective demolition and reparation of finishes necessary to perform the renovation. Where cutting of existing surfaces or removal of existing interior finishes is required to perform the work under this contract, reinstall the salvaged materials or provide new if damaged or required by specifications, fill resulting openings, patch the surface and finish to match the adjacent existing surfaces. Proposal shall include all costs for construction activities that may be performed, including work during non-clinical hours (evenings, nights, and weekends) to minimize impact to patients. Major utility outages shall take place after Biomedical Shop hours of 6am 6pm. The Medical center will be operational during construction work and the Contractor shall provide a Safety/Infection Control Plan submittal for approval. The work includes but is not limited to selective demolition, interior structural and non-structural metal framing, gypsum board partitions, interior finishes, case work, sprinklers, fire alarm, plumbing, HVAC, lighting, and electrical work. Additional modifications of existing building areas, where required by Contract Documents, shall be included to support the construction project. Construction phasing is required per Contract Documents. Final phasing to be coordinated and approval must be provided by the CO/COR. A minimum of 2 phases is anticipated. The work includes but it is not limited to interior Architectural, Mechanical, Electrical and Plumbing systems demolition, renovation of existing flooring, ceiling, wall finishes and related Mechanical, Electrical and Plumbing work necessary for a complete renovation. The Contractor to also coordinate the installation of all systems or items that in the contract Documents are required to be installed by others . Staging and laydown areas will be finalized between contractor and the VAMC. Asbestos abatement is a requirement of this contract, and it is included in the scope of work or Contract Documents. The abatement work will be performed during non-clinical hours and the Contractor is required to submit an Abatement Plan. The Physical Access Control System shall be an extension of the existing Johnson Controls system. This system is under service contract with Johnson Controls. POC: Mark Bradford. Tel: 571-287-1333. Email: Mark.K.Bradford@jci.com. Direct Digital Control for the HVAC System and the Fire Detection and Alarm System shall be an extension of the existing SIEMENS system and is under service contract with SIEMENS Industries. Fire Protection POC: Sam Fernand. Tel: (301) 837-2648 or (301) 440-9356. Email: Samuel.fernand@siemens.com. HVAC POC: Kevin Kidwell Tel: 301 837-2828. Email: kevinkidwell@siemens.com The existing warranty and service contract in-place, for the above described systems, shall be maintained and not voided by work performed under this project. It is the responsibility of the Contractor to conduct site visits, verify existing conditions, quantities of materials, installation instructions of materials to be used, and discrepancies or conflicting requirements in the Statement of Work and/or Contract Documents before preparing the Final Proposal. Contract Documents (Construction Drawings and Specifications) take precedence and will govern over other distributed documents if any conflicts arise. Notify CO/COR immediately for such discrepancies and/or conflicts. The Construction Progress Schedule/CPM schedule, Submittal Schedule, Cost Progress Schedule, Accident Prevention Plan, Life Safety Plan, QC Plan, ICRA, Preconstruction Checklist and Security Requirements documents for Badging shall be submitted for evaluation/approval before NTP is issued and within thirty (30) calendar days of receipt of Notice of Award, unless otherwise directed from Contracting Officer. The starting date of the schedule shall be the date the contractor receives the "Notice to Proceed". At a minimum, both the starting and ending dates shall be indicated on this schedule. The Construction Progress Schedule/ CPM schedule must include vendor lead times and all schedules to be updated when changes occur. The Contractor shall also provide a Cost Progress Schedule that indicates the anticipated installation of work versus the elapsed contract time, for the approval of the contracting officer. The actual percent completion will be based on the value of installed work divided by the current contract amount. The actual completion percentage will be indicated on the monthly progress report. The Contractor shall also provide a 24 x36 construction sign attached to each door of the construction site. The sign may contain a picture of the completed project in addition to other pertinent information like the A/E s and Contractor s name and contact information, etc. Coordinate the sign requirements with the COR. 5. PERFORMANCE MONITORING The contractor s performance will be monitored by the Contracting Officer, Contracting Officers Representative, Infection Control Risk Assessment Office, as well as the Safety Office during the contract period. The CO/COR will review the materials, workmanship, certification and expertise of the contractor and their sub-contractors to verify they are in compliance with the drawings/specifications of the contract documents and Construction Schedule. Non-compliance with specifications and drawings without prior written approval will require replacement to meet the contract documents at the contractor s expense. Coordinate all administrative and construction requirements exclusively with or through assigned CO/COR. The Safety Office will review the operations and site construction conditions of the project to confirm that all Safety regulations relating to construction and healthcare facilities are being adhered to. Non-compliance may result in jobsite shut down until compliance is met at the contractor s expense. The contractor shall furnish to the CO/COR a consolidated Daily Report for the preceding workday in which is showing the number of laborers, mechanics, foremen/forewomen and pieces of heavy equipment used or employed by the contractor and subcontractors. The report shall bear the name of the firm, the branch of work which they perform such as concrete, plastering, masonry, plumbing, sheet metal work, etc. The report shall give a breakdown of employees by crafts, location where employed, and work performed. The report shall also list materials delivered to the site on the date covered by the report. Contractor will submit the Daily Report form to the CO/COR for approval prior to construction beginning. 6. SECURITY REQUIREMENTS The contractor will not require access to confidential systems. The security requirements and impact for this project have been identified in VA Handbook 6500.6 Appendix A. The C&A (Certification and Accreditation) requirements do not apply, and that a Security Accreditation Package is not required. The Security Requirements for Badging includes completion and submission of Background Investigation Request Worksheet to the VHA Service Center Personnel Security Office. Each contract employee is required to undergo a Special Agreement Check (SAC) background investigation which equates to being fingerprinted. Upon successful completion of fingerprinting, all contract employees will be required to obtain a non-Personal Identity Verification (non-PIV) badge. Contractor staff working on site will be required to always wear the badges while on site. Contractor will be required to immediately notify the Contracting Officer/COR of any changes in staff performing work on site. Upon completion of the contract all identification badges must be returned to the Contracting Officer/COR before final payment can be made. See attached Security Package for more information. 7. PERIOD OF PERFORMANCE. The construction period for this project is 150 calendar days from Notice to Proceed (NTP) barring any unforeseen incidences with inclement weather. 8. DELIVERY SCHEDULE. SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 Daily Reports Contractor-Determined Format/CO/COR Approved 1 copy Weekly 2 Status Report/Meeting Contractor-Determined Format/CO/COR Approved 1 Copy to COR; 1 copy to CO/COR Bi-Weekly 3 Project Schedules Contractor-Determined Format/CO/COR Approved 1 Copy Monthly 4 Submittals/Samples Per Specifications Per Specifications Per Specifications 5 Construction Photos Contractor-Determined Format/CO/COR Approved 1 copy Monthly 6 As-Built Drawings Per Specifications Per Specifications 28 Days after Completion SUBMITTAL REQUIREMENTS. The Contractor shall furnish to the Contracting Officer/COR, for his/her approval, an electronic, PDF version of all shop drawings, product data, Safety Data Sheets (SDS), and catalogue cuts, of all material/equipment furnished under this contract, before purchase, manufacture, or construction. The Contracting Officer/COR will examine these submittals and one copy will be returned to the Contractor if approved or require correction. It is the responsibility of the Contractor to set up a FTP site that complies with VA requirements, i.e. PROCORE or NEWFORMA, to publish/transfer the required information like submittals, shop drawings, RFIs, cut sheets, etc. The CO/COR shall return the submittals approved or disapproved within 10 calendar days after receipt. Warranties and operating instructions are required at the completion of the Contract work per Specifications. SAFETY PRECAUTIONS. The Contractor shall comply with all applicable Federal, State and Local legal requirements regarding workers health and safety. The requirements include, but are not limited to, NFPA, EPA, and those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulation, such as applicable provision of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for following/complying with the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. Contractor shall assume the responsibility to guard against causing fires and/or explosion and to protect Government Property, reference NFPA 241 and OSHA 29 CFR 1926. Follow Interim Life Safety Measures (ILSM). Any series of Operational Actions taken to temporarily reduce hazards posed by Life Safety deficiencies which have been created by demolition, renovation, or construction works, and which are to remain in place and in effect for duration of Contract work. Provide interim life safety measures (ILSM) where fire protection, fire suppression and/or smoke/fire partitions will be shut down or rendered ineffective during construction. Coordinate with the VA Safety Office through CO/COR. ILSM must be posted outside work area at all times. The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially regarding exits and exit way access. All utility shutdowns shall be coordinated through the CO/COR and not compromise security, communication, or fire safety for occupants. All construction fire barriers that separate the construction area from the rest of the Medical Center to be 1-hour rated. Once all 1-hour construction fire barriers are in place, Safety & Infection Control will inspect with the CO/COR to ensure all protective measures are in place to start. After all Safety, Infection Control, Security, etc. are in place a Pre-Construction Checklist Assessment will be signed by Safety, Infection Control, and CO/COR. Then the document shall be posted outside of the main entrance door throughout the duration of the project. The necessary number and appropriate types of portable fire extinguishers are required per National Fire Protection Association (NFPA) 10 and NFPA 41 must be provided and be operational. The Contractor must obtain a burn permit from VA Safety Office thru the CO/COR prior to any cutting, welding, brazing, grinding, and soldering. All permits shall be prominently displayed outside of the entrance door(s) during all construction. The Contractor shall notify the CO/COR of any Utility Outages and a Utility Outage request must be completed by FMS prior to taking any Utilities out of service. Major outages shall take place after the hours of operation, 6am 6pm. Contractor shall allow ample time (minimum 10 days) for FMS to coordinate and schedule such events. All necessary precautions shall be taken by the contractor to prevent activation of any existing smoke detectors or sprinkler heads. The Contractor shall at all times keep the work area free from accumulation of waste materials. Contractor is responsible for the removal of all materials and debris from the premises utilizing Contractor s waste bin under the guidance of state, federal, and local laws and regulations. Use of owner s waste bins is prohibited. Upon completing construction, the Contractor shall remove all temporary facilities and leave the project site in a clean and orderly condition acceptable to the CO/COR. Any repair of damage caused as a result of this project will be the responsibility of the Contractor. General Requirements for Abatements: The Contractor shall provide a quantity of construction personnel, equipment, materials, tools, and supervision as needed to complete the services and technical requirements in the Statement of Work (SOW). It is expected that the Contractor shall partner closely with facility personnel to verify asbestos containing material, lead paint, mold, etc. All abatements will be coordinated, requested, and vetted through the facility Safety Office. The Contractor must be approved by applicable authorities to provide abatement services in the District of Columbia. All work and disposal shall be done according to state, federal and local laws, and regulations. The Contractor shall designate and make available a representative to meet with the CO/COR weekly or a previously agreed upon alternative schedule to discuss the Progress Report, or other matters pertaining to the project. The contractor shall follow up all telephone conversations affecting the scope of work with an email summary of the conversation sent to the CO/COR. The Contractor shall NOT conduct any work that is beyond this Statement of Work unless directed in writing by the CO. Any work done by the Contractor beyond this SOW without direction from the Contracting Officer will be at the Contractor s own risk and at no cost to the Washington D.C. Veteran Affairs Medical Center or U.S. Government. The Contractor shall prepare and maintain a Project Schedule and Abatement Plan to address the cost and schedule for the project. The Project Schedule and Abatement Plan is intended to document the entire project from beginning to end. Any cost associated with services subcontracted by the Contractor shall be borne by and be the complete responsibility of the Contractor under this contract. The Contractor shall survey the facility areas where construction will take place with the facility designated subject matter expert and become thoroughly familiarized with the existing conditions and conditions that will affect the construction. The Contractor will coordinate verification of existing conditions and conditions that affect the abatement by properly vetting the hazards through the designated facility subject matter expert. The Contractor shall ascertain all local permit requirements, licensing requirements, and the quality and availability of materials, sub-contractors, and equipment that may be needed to execute the contract. The Contractor shall inspect and evaluate all available drawings and reports pertaining to the project. The Contractor shall field verify all dimensions for construction relevant to the project. All materials and equipment incorporated into the project shall be brand new. The Contractor shall transport and safeguard all materials and equipment required for construction as instructed by the manufacturer s instructions. The contractor shall include all transportation and installation costs in the bid price. The Contractor shall maintain continuous usage of approved existing systems during construction, including providing temporary cooling units if necessary. Request must be listed in the Abatement Plan and approved in writing by the facility designated subject matter expert. Deliverables to accompany completion of construction: The Contractor shall provide one copy of proof of proper disposal of hazardous materials to CO/COR. It is the responsibility of the Contractor to submit a written abatement plan that list at a minimum the site specifics like: Brief description of the estimated quantities of asbestos containing materials to be abated (for example 10 linear meters (feet) of <50 mm (2") diameter pipe insulation). Description of removal procedures for ACM that includes description of removal procedures of contaminated soil (if applicable). Description of encapsulation procedures for ACM and description of disposal of ACM waste/equipment procedures. Security & Safety procedures that includes an Emergency Action Plan/ Contingency plans and arrangements. Regulated Area Decontamination/Clean up procedures. List of personnel identifying their assigned roles including an identified qualified competent person(s) in 30-hour OSHA construction safety course and all personnel must obtain 10-hour OSHA Construction safety course certificate. Include a copy of their most recent certificate as verification. Asbestos training (i.e., EPA/AHERA Asbestos Inspector, EPA/AHERA Supervisor, EPA/AHERA Worker, Collecting & Analyzing Air Samples - NIOSH 582 equivalent etc.). Letter on company letterhead, identifying the Respiratory Protection Program Coordinator (RPPC). The RPPC must submit a signed statement attesting to the fact that the program meets the retirements of 29 CFR 1926.1101 and 29 CFR 1910.134 subpart I or Submit a copy of company of the company Respiratory Protection Program. The Contractor must provide a list of personnel that will perform abatement services and provide a current Respirator Fit test Record of employee, Medical written opinion, proof of Respiratory Protection Training, A List of equipment that will be used to perform abatement services. If items are rentals, include rental company information. Include maintenance procedures. The Contractor must provide a Decontamination Facilities set-up/layout, using a CAD diagram provided by the facility indicating where the decontamination chamber will be placed and the dimensions of the chambers. Decontamination entry/Exit procedures must include negative pressure systems requirement that include a digital monometer. INFECTION CONTROL RISK ASSESSMENT. Follow all Infection Control Risk Assessment (ICRA) guidelines for dust control during all construction work. A construction dust Risk Assessment will be conducted by the Medical Center s Infection Control Personnel. Bi-weekly inspections for dust control will be conducted by Infection Control Personnel, Safety Manager, and CO/COR to enforce implementation of risk assessment. Contractor shall provide negative air pressure continuously monitored with a digital display, recording and alarm instrument which must be calibrated on installation, maintained with periodic calibration, and monitored by the contractor and able to continuously document negative pressurization. In addition, the contractor to provide dust partitions in all areas of work to prevent dust from getting into patient and employee occupied areas. All ventilation ducts shall be capped, and any used ducts shall be approved by FMS HVAC Shop to ensure proper duct work is utilized correctly. HAZARDOUS MATERIAL REPORTING. The Contractor shall maintain hazardous inventories and safety data sheets (SDS) for all hazardous materials (as defined in CFR 1910.120, 40 CFR s 355, 370, & 372) to be stored on the construction site and used at this Medical Center. Hazardous materials must be inventoried when received and when the project is completed. Hazardous Materials Inventories, Safety Data Sheets and Material Quantities used shall be submitted to the CO/COR, for the Safety Office approval. In the event of a spill, Contractor shall immediately notify the CO/COR and the Safety Office. The Contractor shall be solely responsible for the expense of any cleanup of such spill, and the cleanup shall be in accordance with the applicable provision of 40 CFR Part 761. Comply with EPA, OSHA, DOEE, VHA construction safety, and VHA Master Specification requirements for demolition of structures. Comply with EPA, DOEE, and VHA requirements for proper handling (such as bagging, sealing and recycling) Mercury-Containing Devices (may include but are not limited to thermometers, manometers, pressure stats, gauges, float or level controls, load meters, supply relays, phase splitters, and sink traps) per 40 CFR 273, and Title 20 DCMR. All hazardous waste expected as a result of renovation, demolition or construction activities (including but not limited to mercury-containing, fluorescent bulbs, electrical devices that contain PCBs) must be properly managed and disposed in accordance with EPA s 40 CFR 262, -The contractor is solely responsible for filling out and signing any hazardous (or non-hazardous waste) manifest for waste generated on the construction site. The contractor must use their own company s EPA ID number. All hazardous waste transported off the medical campus will be packed in suitable containers and must have a label that is in compliance with DOT 49 CF 173. In a hospital setting, mercury is commonly found in sink traps. Proper caution and use of Personal Protective Equipment (PPE) should be practiced when dismantling sinks which may contain mercury. Material should be collected and properly disposed of or recycled at the expense of the contractor. Records of proper disposal should be submitted to the CO/COR and maintained in the projects file. In accordance with EPA s 40 CFR and DOEE s 20 DCMR, the contractor as the generator of the waste is responsible for filling out, and signing any hazardous or non-hazardous waste manifests, and they will use their own EPA ID number. Copies of waste manifest shall be submitted to the CO/COR. All hazardous chemicals that need to remain at the job site must be stored and handled from VA in accordance with EPA and DOEE requirements. ENVIRONMENTAL PROTECTION. In order to provide for abatement and control of all environmentally hazardous materials arising from demolition and/or construction activities, the Contractor shall comply with all applicable environmentally hazardous material control and abatement and all applicable provisions of EPA, and the facility s construction safety policy as well as the specific requirements stated elsewhere in the Contract Documents. All hazardous and universal waste resulting from contractor demolition and construction shall be removed and properly disposed in accordance with 40 CFR 261 through 265, 40 CFR 273 and 40 CFR 279. Also, 20 DCMR 261 through 265, 273, and 279 by the contractor at no additional cost to the VA. This will include the disposal of ballasts, fluorescent bulbs, used oil, mercury switches and any hazardous material. Copies of disposal manifests must be provided to the CO/COR. Contractor must comply with Federal Executive Order 13693 and project specifications by developing a waste management plan to divert the demolition debris from the solid waste stream. CONSTRUCTION REQUIREMENTS. Provide daily on-site Superintendent or General Foreman to coordinate all building trades and provide liaison for the COR and Contracting Officer. General Foreman will be always designated and be on-site. All equipment and materials shall be approved by the CO/COR or prior to being brought on job site. Provide and install BEST, 7-pin, Interchangeable Core, Small Format, Lockset to all construction temporary doors. VA will pin and install cores. Coordinate with COR. When using special keys for access to roof, mechanical and electrical areas, doors must be kept closed and locked while in such spaces. OSHA and VA CONSTRUCTION SAFETY STANDARDS will be enforced. Contractor must have completed the 30-hour OSHA Construction Safety course. The Contractor, subcontractors, suppliers, or anyone else employed by the contractor cannot park in the VA premises, unless approved otherwise. Contractor will maintain their own dumpster at an approved location for removal of waste materials. Utility services will not be disrupted without prior approval. It is anticipated that the existing utilities will be adequate for any new service, addition and/or remediation of the areas is not included unless otherwise specified in this Scope of Work or Contract Documents. Where cutting of existing surfaces or removal of existing finishes is required to perform the work under this contract, fill resulting openings, patch the surface and finish to match the adjacent existing surfaces. Holes, penetrations, and other openings caused by the demolition or new construction shall be filled with an approved fire stopping material. Catalog data on all fire stopping material to be used shall be submitted to the Contracting Officer (CO/COR) for review and approval prior to installation. Do not disturb any wiring whose origin, function or utility are unknown without prior approval from the CO/COR. The contractor shall protect and maintain all items indicated to be reused. The Contractor shall repair or replace any damage to the existing conditions caused by his actions. Repair and replacement of damaged conditions shall match the integrity of the adjacent area. All required work shall be provided at no additional cost to the Government. The Contractor shall be responsible for all final paint and touch-up work which shall be completed after the installation of all systems and components. The medical center facility (VAMCDC) will be occupied and functioning operational during construction. Each phase of construction will need to be coordinated with the CO/COR to determine the acceptable hours of construction. Protect patients, government property, personnel, and visitors at all times. Work is to be performed as to not interfere with patient access at any time. All construction work and installed equipment and any Installation shall be warranted for a period of at least one (1) year from Substantial Completion approved date unless noted otherwise in individual Specification Sections. Substantial Completion shall be identified at such time that all Close Out deliverables (as described in Specifications) are provided and accepted by the CO/COR. - End - This IFB is for Project # 688-24-111 Renovate Biomedical Engineering GC105 at the Washington DC VAMC, 50 Irving St NW, Washington DC 20422. The Contractor to provide and include all the necessary materials, labor, and equipment to complete all required construction work within all documented areas. Work consists of interior renovations of approximately 2,830 square feet within the area of the GC105 Suite, Basement Floor, Bldg. 1. of VAMCDC in accordance with the SOW, specifications, and drawings attached hereto. Contractor will be responsible tocoordinate and schedule the work in coordination with the CO COR and the SOW. The NAICS Code for this procurement is 236220. Size standard: $45 million. Magnitude of construction is between $500,000 and $1,000,000. Pursuant to 38 U.S.C.8137(D), this requirement is 100% set aside for Service-Disabled Veteran Owned Small Business. All SDVOSB's are required to be registered at www.sba.gov, as well as www.sam.gov, prior to the submission of the offer and at the time of award. All SDVOSB statuses will be verified. Period of Performance: 150 calendar days from Notice to Proceed barring any unforeseen incidences or inclement weather. A site visit will occur on June 4th, 2024 at 10:00hrs EST. Prospective bidders are to meet promptly in the Washington DC VAMC Main Lobby. All RFI's related to this solicitation must be sent electronically using the attached RFI document by no later than 10:00hrs EST on Thursday June 9th. The email subject line MUST read "RFI Submission for Solicitation 36C24524B0018" to ensure the RFI's are responded to. No bid extensions will be granted due to late RFI submissions. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Post-Bid

Medical

$1,000,000.00

Public - Federal

Renovation

24

19

8

3

Subscribe For Documents

9 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
159
Active Projects
76
Bidding Soon
2,039
All Active Projects
886
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

July 11, 2024

August 12, 2024

img_map_placeholder

50 Irving St NW, Washington, DC

The best commercial construction data available. Period.

Access Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.