Y1QA--Replace Roof Building 1A 757-21-101 - VAACC COLUMBUS
SOL #: 36C25026B0011Combined Synopsis/Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States
Place of Performance
Columbus, OH
NAICS
Commercial and Institutional Building Construction (236220)
PSC
Construction Of Restoration Of Real Property (Public Or Private) (Y1QA)
Set Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Original Source
Timeline
1
Posted
Oct 10, 2025
2
Last Updated
Apr 3, 2026
3
Submission Deadline
May 6, 2026, 5:00 PM
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), Network Contract Office 10, is soliciting bids for Project #757-21-101, "Replace Roof Building 1A" at the Chalmers P. Wylie Veterans Ambulatory Care Center in Columbus, OH. This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside for a Firm Fixed-Price contract. The project involves comprehensive roof replacement and restoration. Bids are due May 06, 2026, at 1300 EST.
Scope of Work
The contractor shall furnish all necessary labor, tools, materials, equipment, and supervision to replace and restore roofs on Building 1A. Key tasks include:
- Removal of existing roofing.
- Repair or replacement of underlayment, fascia, and gutters.
- Installation of new trusses for a sloped roof at an existing enclosed connector.
- Installation of new roofing and venting.
- Minor interior and exterior construction (e.g., brick, drywall, flooring) in affected areas.
- Replacement or restoration of specific roofs: 1(A-D), 3(A & B), 6, 7(A), 12, 13, 14(A & B), and 17 (A & B).
- Roofs 5, 5A, and 5B will be replaced with a modified bitumen roofing system.
- Work must comply with manufacturer recommendations, applicable codes, and building standards, performed during normal daytime business hours.
- The project manual details replacement of approximately 130,000 SF of TPO and PVC roof, requiring materials to withstand high winds and extreme weather, watertight sealing for protrusions, and a minimum R-value of R-14 for insulation.
Contract Details
- Contract Type: Firm Fixed Price
- Magnitude of Cost: Estimated between $2,000,000.00 and $5,000,000.00. The construction budget is $4,137,400.
- Period of Performance: 365 calendar days from the Notice to Proceed.
- Award Timeline: Intended within 120 days from bid opening.
- Warranty: A 20-year warranty is anticipated for the roof system.
- Bid Alternates: Alternate No. 1 excludes roofs 6, 12, and 13 from the project scope.
Eligibility & Set-Aside
- This acquisition is a 100% set-aside for qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB).
- Offerors must be eligible under VA Acquisition Regulation Subpart 819.7003 and listed as verified in the VIP database.
- NAICS Code: 236220 – Commercial and Institutional Building Construction, with a small business size standard of $45.0 million.
- Prospective contractors must be registered in the System for Award Management (SAM) at https://sam.gov and verified in SBA's Dynamic Small Business Search (DSBS) prior to submitting an offer.
- Limitations on Subcontracting: Contractors for General Construction must not pay more than 85% of the contract amount to firms that are not VIP-listed SDVOSBs or VOSBs. A mandatory certification (VA Notice 852.219-75) must be submitted with the bid.
Submission & Evaluation
- Bids Due: May 06, 2026, at 1300 EST.
- Submission Method: Via email to Terence James at terence.james@va.gov.
- Bid Opening: Conducted via MS Teams at 1300 EST on May 06, 2026.
- Site Visit: Scheduled for April 15, 2026, at 1000 EST. Interested parties should meet in the Engineering Building. Site visits may also be made by appointment with the Medical Center Engineering Officer.
- Required Documents: Offerors must submit a Contractor Certification for VAAR 852.219-75. Bid bonds are required (20% of bid price or $3,000,000, whichever is less). Performance and Payment Bonds are required for awards over $35,000 and $150,000 respectively.
- Solicitation Documents: The official solicitation, including bid documents, specifications, forms, and drawings, is available for download from https://sam.gov. Offerors are responsible for monitoring the website for any changes or amendments.
Additional Notes
- The project is subject to Davis-Bacon Act Wage Determinations for Franklin County, Ohio (OH20260078, Jan 02, 2026), outlining prevailing wage rates and fringe benefits.
- Compliance with the Buy American Act and other applicable regulations is required.
- Security requirements, including background investigations for personnel, must be adhered to.
- A map and directions to the VA facility are provided for logistical guidance.
People
Points of Contact
Terence JamesContract SpecialistPRIMARY
Files
Versions
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 3, 2026
Version 1
Pre-Solicitation
Posted: Oct 10, 2025