Z1DA--Renovate B26 for Mental Health - 538-23-102
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), Network Contracting Office 10, has issued a solicitation for the Renovation of Building 26 for Mental Health (Project 538-23-102) at the Chillicothe VA Medical Center, OH. This project involves comprehensive architectural, mechanical, electrical, and plumbing renovations of approximately 19,000 sq ft of the existing Sustained Behavioral Treatment Unit (SBTU). This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The estimated project magnitude is between $2,000,000.00 and $5,000,000.00. Offers are due by April 15, 2026, at 11:00 AM EST.
Scope of Work
The project entails a multiphase renovation of the SBTU on the first floor of Building 26 to ensure uninterrupted operations. Key tasks include:
- Partial demolition and new construction within the SBTU, including hard ceilings, modified patient showers, and upgraded Nurse Call systems.
- Modification of existing window ledges to address Mental Health Environment of Care Checklist (MHEOCC) deficiencies and installation of anti-ligature hardware.
- Construction of two new sally-ports to divide the first floor into three separate SBTU treatment wings.
- Installation of a concrete basement floor to house a new Air Handling Unit (AHU).
- Complete renovation of two patient rooms to create bariatric rooms.
- Compliance with Infection Control Risk Assessment (ICRA) Class IV and Pre-Construction Risk Assessment (PCRA) requirements, including dust, noise, and vibration control.
- Technical specifications cover Electronic Safety and Security Systems (ESS), Communications, Fire Alarm, and Nurse Call/Code Blue Systems.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance (POP): Varies by bid item, ranging from 270 to 330 calendar days after Notice to Proceed.
- Project Magnitude: $2,000,000.00 to $5,000,000.00.
- Bonds: A bid guarantee of not less than 20% of the bid price (max $3,000,000.00) is required. Performance and Payment Bonds will be required for contracts exceeding $150,000.00.
- Sole Source Items: Specific components are designated for sole source procurement to ensure compatibility and maintain existing infrastructure, including "BEST" brand-name lock cores, "Simplex" Fire Detection/Mass Notification System, and "Ascom Telligence" Nurse Call System. While equipment is sole-sourced, certified vendors can provide installation services.
Submission & Evaluation
- Offers Due: April 15, 2026, 11:00 AM EST.
- Bid Opening: April 15, 2026, 11:00 AM EST at NCO 10 office, Kettering, OH.
- Requests for Information (RFIs): Must be submitted electronically to jeremy.nee@va.gov by March 26, 2026, 2:00 PM local time.
- Site Visit: A site visit was held on March 19, 2026, at 10:00 AM local time at the Chillicothe VA Engineering Building. Attendance records are available.
- Submission Requirements: Offerors must insert their Cage Code, SAM.gov Unique Entity ID (UEI), and bid prices on SF1442 Block 17.
- Award Basis: Award may be made on Bid Item 1 (Base Bid) or subsequent alternates based on available funding.
Eligibility & Compliance
- Set-Aside: This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside.
- NAICS Code: 236220 (Commercial and Institutional Building Construction), with a size standard of $45 million.
- Registrations: Responding SDVOSBs must be registered and verified in SAM.gov and SBA's Certifications (search.certifications.sba.gov or dsbs.sba.gov).
- VAAR Compliance: Compliance with VAAR 852.219-73 and VAAR 852.219-75 is mandatory.
- Wage Determination: Bidders must adhere to the prevailing wage rates and fringe benefits outlined in General Decision Number OH20260053 for Ross County, Ohio, including Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage for Federal Contractors).
Key Dates
- RFIs Due: March 26, 2026, 2:00 PM local time.
- Offers Due: April 15, 2026, 11:00 AM EST.
- Bid Opening: April 15, 2026, 11:00 AM EST.