Z1DA--Remodel A2South to Cancer Clinic 553-21-100 Amendment 0001
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 Network Contract Office 10 (36C250), is soliciting proposals for the Remodel A2South to Cancer Clinic (Project 553-21-100) at the VA John D. Dingell VA Medical Center in Detroit, MI. This project involves the renovation of approximately 22,000 sq. ft. of existing inpatient ward space to create a new cancer clinic and dedicated compounding pharmacy. This is a 100% total set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Proposals are due April 14, 2026, by 1300 local time.
Scope of Work
The project entails comprehensive renovation, including gutting existing spaces, patching concrete, installing new flooring, walls, and ceilings. Key installations include manufactured and custom casework, wall and door protection, various types of doors and windows, and Division 10 specialty items. Mechanical, electrical, and plumbing (MEP) work is extensive, covering sprinklers, plumbing fixtures, medical gas outlets, HVAC ducting, lighting, controls, data outlets, nurse call systems, speakers, real-time location systems (RTLS), surveillance cameras, and fire alarm systems. Significant HVAC upgrades involve replacing an existing Air Handling Unit (AHU-2081) and installing a new dedicated AHU (AHU-2082) for the compounding pharmacy, along with new exhaust fans. Structural modifications include ceiling-mounted patient lifts and ballistics-rated construction.
Contract Details
- Contract Type: Firm-Fixed Price.
- Magnitude of Construction: Between $5,000,000 and $10,000,000.
- Period of Performance: 490 Calendar Days after Notice to Proceed for the Base Bid.
- Bonds: Bid Security (20% of bid price, max $3,000,000) is required. Payment Bond is required for awards over $35,000, and Payment and Performance Bonds for awards over $150,000, due within 10 days of award notification.
Submission & Evaluation
- Proposal Submission Deadline: April 14, 2026, by 1300 local time.
- RFI Deadline: April 2, 2026 (passed).
- Site Visit: A pre-bid site visit was held on March 17, 2026. An attendance log is available.
- Evaluation: Award will be based on the lowest aggregate amount for the base bid and additive/deductive line items, considering available funds and the Government's best interest.
- Required Documents: SF 1442, Bid Schedule, Bid Bond, Annual Representations and Certifications, EMR Certification, and VAAR 852.219-75. Offerors must acknowledge all amendments.
- Bid Acceptance Period: 120 Days.
Eligibility & Set-Aside
This is a 100% total set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Offerors must be certified and listed in the SBA certification database.
Key Clarifications
Recent RFI responses clarify that SwissLog is the sole source vendor for the pneumatic tube system, recommending subcontracting for related work. Specifics on patient ceiling lift mounting, AHU details, and door specifications have been provided. Product data for owner-supplied Bio Safety Cabinet and Laminar Flow units is attached, with recommendations to subcontract specialized equipment installation. Parking is available at the contractor's expense in the "BLUE PARKING STRUCTURE." VAAR 852.219-75 regarding limitations on subcontracting is located on page 58 of the solicitation. The applicable Wage Determination is MI20260101 dated 01-02-2026.