Z1DA--NRM CONSTRUCTION -528A8-18-801 Renovate for Cardiac Cath & IR

SOL #: 36C24226R0033Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
242-NETWORK CONTRACT OFFICE 02 (36C242)
ALBANY, NY, 12208, United States

Place of Performance

Albany, NY

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Maintenance Of Hospitals And Infirmaries (Z1DA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 2, 2026
2
Last Updated
Mar 27, 2026
3
Submission Deadline
Apr 3, 2026, 4:00 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) is soliciting proposals for the Renovation of Cardiac Cath & IR facilities (Project 528A8-18-801) at the Albany VA Medical Center, NY. This opportunity is a Total Small Business Set-Aside with an estimated value between $5,000,000 and $10,000,000. Proposals are due by April 3, 2026, at 12:00 EST.

Scope of Work

The project requires all management, supervision, labor, materials, tools, equipment, and transportation to create two separate procedure rooms: one Cardiac Cath Lab and one Vascular Interventional Radiology Lab, along with required ancillary facilities. The scope includes extensive general construction (demolition, new walls, floors, ceilings, finishes), mechanical, plumbing, fire protection, electrical, and fire alarm construction. Detailed technical specifications cover fire suppression, HVAC, communications, electronic safety/security, and earthwork.

Key requirements include:

  • Crawl Space Work: Contractor is responsible for spoil removal from the "New Crawl Space" (Drawing 1-ES-100 Detail 1), to be performed outside regular business hours (Monday-Friday 4pm-6am and weekends).
  • Structural Steel: Contractor must rework existing utilities (ductwork, piping, sprinkler, electrical) to facilitate structural steel installation in the 1st-floor lobby. Alternate beam splice details require engineer approval.
  • Compliance: Adherence to VA specifications, Federal, State, and Local codes, and security procedures.
  • Platform Use: Utilization of the VISN 2 Autodesk Build Construction Management Platform (ACC) for all contract submissions and correspondence.
  • Interior Standards: Compliance with the "VA Signage Design Manual" and "ALBANY STRATTON VA MEDICAL CENTER INTERIOR DESIGN STANDARDS" for all interior finishes and materials.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Completion Time: 790 Calendar Days from the Notice to Proceed.
  • Set-Aside: Total Small Business (NAICS Code: 236220, Size Standard: $45M).
  • Bid Bonding: Required, 20% of bid price or $2,000,000, whichever is less.
  • Insurance: $1M professional liability for medical vacuum certification, with other requirements detailed in FAR clause 52.228-5.
  • Prevailing Wages: Davis-Bacon Act applies; refer to the provided General Decision Number for New York State.

Submission & Evaluation

  • Proposals Due: April 3, 2026, 12:00 EST.
  • Submission Method: Email to Michael.Spivack@va.gov.
  • Evaluation Factors: Technical Capability, Past Performance, Schedule, Integrated infrastructure and ceiling support (airframe) system (pass/fail), and Price. Technical proposals should not assume discussions or revised offers.
  • Past Performance: Offerors must use the corrected EXHIBIT C – Past Performance Questionnaire (V1) and ensure references submit directly to the Contracting Officer.
  • Subcontractor Plan: Resinous Coating System Installer qualifications and product warranty terms must be included.

Important Notes

This solicitation has been modified by multiple amendments, with the latest clarifying spoil removal logistics and confirming the final offer due date. No further RFIs or site visits will be accepted. Offerors must be registered in SAM.gov and submit their annual Vets4212 Report. New York State sales tax should not be included in bids. The intent is to award before June 16, 2026.

People

Points of Contact

Michael A SpivackContracting OfficerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
Download

Versions

Version 16
Solicitation
Posted: Mar 27, 2026
View
Version 15Viewing
Solicitation
Posted: Mar 26, 2026
Version 14
Solicitation
Posted: Mar 25, 2026
View
Version 13
Solicitation
Posted: Mar 24, 2026
View
Version 12
Solicitation
Posted: Mar 20, 2026
View
Version 11
Solicitation
Posted: Mar 20, 2026
View
Version 10
Solicitation
Posted: Mar 17, 2026
View
Version 9
Solicitation
Posted: Mar 13, 2026
View
Version 8
Solicitation
Posted: Mar 9, 2026
View
Version 7
Solicitation
Posted: Mar 6, 2026
View
Version 6
Solicitation
Posted: Mar 5, 2026
View
Version 5
Solicitation
Posted: Feb 25, 2026
View
Version 4
Solicitation
Posted: Feb 12, 2026
View
Version 3
Solicitation
Posted: Feb 9, 2026
View
Version 2
Solicitation
Posted: Feb 6, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 2, 2026
View