Z2DA--FY26: NRM (PROJ 673-21-153) BB Renovate Ground Floor Halls and Walls

SOL #: 36C24826Q0451Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
248-NETWORK CONTRACT OFFICE 8 (36C248)
TAMPA, FL, 33637, United States

Place of Performance

TAMPA, Florida

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Hospitals And Infirmaries (Z2DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Mar 16, 2026
2
Last Updated
Apr 1, 2026
3
Submission Deadline
May 1, 2026, 6:00 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 Contracting Office 8, is soliciting proposals for the "BB Renovate Ground Floor Halls and Walls" project (Project #673-21-153) at the James A. Haley VA Hospital in Tampa, Florida. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm-Fixed-Price contract. Quotes are due May 1, 2026, at 2:00 PM EST.

Scope of Work

This bid/build contract involves the renovation of halls and walls on the ground floor of Building 1. The comprehensive scope includes asbestos abatement and the replacement of flooring, ceilings, doors, hardware, light fixtures, crash rails, handrails, drinking fountains, and other related elements. The work encompasses architectural, mechanical, plumbing, and electrical disciplines, as detailed in the provided drawings and specifications. The project also requires strict adherence to safety, infection control (ICRA), and hazardous material management protocols within a healthcare environment.

Contract Details

  • Contract Type: Firm-Fixed-Price (Bid/Build)
  • Estimated Magnitude: Between $5,000,000.00 and $10,000,000.00
  • Performance Period: 540 calendar days after receipt of Notice to Proceed.
  • Bonds: A Bid Bond (20% of bid price or $3,000,000, whichever is less) is required with the quote. Performance and Payment Bonds (100% of order price) are required within ten (10) calendar days of award.
  • Funds: Funds are not presently available for this contract (FAR 52.232-18).

Key Dates

  • Quote Due Date: May 1, 2026, at 2:00 PM EST
  • Site Visit: April 9, 2026, at 1:00 PM EST (Building 42, RSVP to Kara.Chaput@va.gov)
  • Requests for Information (RFIs) Due: April 16, 2026, at 2:00 PM EST (submit via email to David.hernandez1@va.gov)
  • Offer Acceptance Period: 120 calendar days

Eligibility & Submission Requirements

This opportunity is a 100% set-aside for verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors must be actively registered in SAM.gov and verified as an SDVOSB via the SBA certifications database (search.certifications.sba.gov). An Experience Modification Rate (EMR) not exceeding 1.0 is mandatory; an EMR greater than 1.0 or failure to submit EMR documentation will result in ineligibility.

Quotes must be submitted electronically as PDF files (max 7MB per file) to David.hernandez1@va.gov by the deadline. Required submissions include:

  • Cover Page with company information
  • Signed SF 1442 (with amendments acknowledged)
  • Completed EMR Form
  • Completed Bid Bond
  • Signed VAAR 852.219-75 (Limitations on Subcontracting certification)
  • Technical/Management Approach (Factor 1, max 5 pages)
  • Specialized Experience (Factor 2, max 5 pages, 3-5 relevant projects within 5 years, healthcare environment experience preferred)
  • Schedule (Factor 3, time-scaled bar graph, critical path, contingency plans)
  • Past Performance (Factor 4, PPQs/CPARS, project details, consent letters for subcontractors)
  • Price Quote (Factor 5, separate from technical, using "Base Offer Price Breakdown" spreadsheet)

Evaluation Factors

Award will be a single firm-fixed-price contract based on best value, utilizing FAR Part 15.103-1 (Tradeoff). Factors are:

  1. Technical/Management Approach
  2. Specialized Experience
  3. Schedule
  4. Past Performance
  5. Price

Non-priced factors (1-4) are equally important and, when combined, are approximately equal to Price (Factor 5). The Government intends to award without discussions but reserves the right to hold them.

Important Notes

All contractors and subcontractors must comply with Davis Bacon Wage Determinations (current determination: FL20260208 dated 01-02-2026). Specifications and drawings are provided electronically in SAM.gov.

People

Points of Contact

David M HernandezContract SpecialistPRIMARY

Files

Files

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

Versions

Version 3Viewing
Solicitation
Posted: Apr 1, 2026
Version 2
Solicitation
Posted: Apr 1, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 16, 2026
View
Z2DA--FY26: NRM (PROJ 673-21-153) BB Renovate Ground Floor Halls and Walls | GovScope