Y1DZ--675-106 Expand Radiology & Oncology Minor Construction - Lake Nona
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically the PCAC (36C776) office, has issued a Solicitation (RFP) for a Firm-Fixed-Price, design-bid-build minor construction project to Expand Radiology & Oncology facilities at the Orlando VA Medical Center in Lake Nona, FL. This project, identified as #675-106, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Proposals are due by April 22, 2026, at 2:00 PM EDT.
Project Overview & Scope
This opportunity involves comprehensive construction and alterations to expand the Radiology and Oncology facilities. The scope includes site preparation, demolition, removal of existing structures, and furnishing all necessary labor and materials. The project will be executed in multiple phases (Phase 1A, 1B, 1C, 1D, Phase 2, Phase 3) to ensure continuous Medical Center operations. Key disciplines covered include civil, structural, fire suppression, plumbing, mechanical, and electrical work, adhering to VHA Master Specifications and industry standards.
Key Requirements & Deliverables
Bidders must provide comprehensive construction services, including base work and optional deduct items for MRI scan room build-out and renovation of existing Radiology areas. Specific requirements include adherence to VA security programs, implementation of a Contractor Quality Control (CQC) plan, and a comprehensive commissioning process for all building systems. Certain brand-name items are mandated for standardization, such as Lenel Ongaurd for physical security, PELCO cameras, Rauland-Borg Responder 5 for nurse call systems, and specific vendors for fire alarm system programming. Compliance with prevailing wage rates (Davis-Bacon Act for Orange County, FL) and strict Pre-Construction Risk Assessment (PCRA) and Infection Control Risk Assessment (ICRA) protocols are mandatory.
Contract Details
This is a Firm-Fixed-Price contract with an estimated magnitude between $10,000,000 and $20,000,000. The period of performance is approximately 450 calendar days from the Notice to Proceed. The contract includes a warranty governed by FAR clause 52.246-21. Limitations on subcontracting require that general construction contractors not pay more than 85% of the amount received from the government to non-SDVOSB/VOSB firms (excluding materials), with a 75% limit for special trade contractors.
Submission & Evaluation
This is a Request for Proposals (RFP) under FAR Part 15. Proposals must be submitted via email to Shawn.Tavernia@va.gov (cc: Bridget.May@va.gov) by April 22, 2026, at 2:00 PM EDT. Submissions require three volumes: Volume I (Past Performance), Volume II (Price), and Volume III (Administrative Information). Evaluation will use a best value tradeoff process, considering past performance (recency, relevancy, quality) and price (based on the Price Schedule and Division Cost Breakdown). A Bid Guarantee (SF 24) of not less than 20% of the proposal price (not exceeding $3,000,000) and Payment and Performance Bonds (SF 25A and SF 25) are required. Technical questions are due by March 30, 2026, at 2:00 PM EST.
Eligibility & Set-Aside
This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offerors must be certified as SDVOSBs by the SBA and listed in the SBA certification database at the time of proposal submission and award. The applicable NAICS Code is 236220 (Construction Of Other Hospital Buildings) with a size standard of $45.0 million.
Important Notes & Attachments
A pre-proposal site visit was scheduled for March 23, 2026, with instructions provided in Attachment 8. Key attachments include detailed specifications (Attachment 1, 3), architectural and engineering drawings (Attachment 2), a Brand Name Justification (Attachment 5), Construction Wage Rates (Attachment 6), Limitations on Subcontracting (Attachment 7), Past Performance Questionnaire (Attachment 9), Project Information Sheet (Attachment 10), and a Division Cost Breakdown template (Attachment 11).