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, has issued a Solicitation for Project 673-21-153, titled "BB Renovate Ground Floor Halls and Walls," at the James A. Haley VA Hospital in Tampa, Florida. This Firm-Fixed-Price contract, valued between $5,000,000.00 and $10,000,000.00, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The project involves comprehensive renovation of ground floor hallways and walls. Quotes are due by May 1, 2026, at 2:00 PM EST.

Scope of Work

The scope includes the renovation of halls and walls on the ground floor of Building 1. Key tasks involve:

  • Asbestos abatement and hazardous material remediation.
  • Replacement of flooring, ceilings, doors, hardware, light fixtures, crash rails, handrails, and drinking fountains.
  • Associated architectural, mechanical, plumbing, and electrical work.
  • Compliance with VA Master Construction Specifications, building codes, infection control (ICRA) protocols, and safety directives.
  • The project will be completed in phases, requiring detailed coordination for staging, traffic, and utility shutdowns.

Contract Details & Requirements

This is a Firm-Fixed-Price contract with an estimated magnitude of $5M to $10M. The performance period is 540 calendar days after receipt of the Notice to Proceed.

  • Bonds: A Bid Bond (20% of bid or $3M, whichever is less) is required with the price quote. Payment and Performance Bonds (100% of order price) are required within 10 calendar days of award.
  • Wage Determination: All contractors and subcontractors must comply with Davis Bacon Wage Determinations (current: FL20260208 dated 01-02-2026).
  • Funds: Funds are not presently available for this contract (FAR 52.232-18 applies).

Set-Aside & Eligibility

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). Quotes from non-certified entities will be excluded.

  • Safety Record: Offerors must submit a Safety and Environmental Record demonstrating no more than three serious, one repeat, or one willful OSHA/EPA violation in the past three years, and an Experience Modification Rate (EMR) not exceeding 1.0. An EMR greater than 1.0 or failure to submit EMR will result in ineligibility.

Submission & Evaluation

Quotes must be submitted by the prime contractor via email to David.hernandez1@va.gov by May 1, 2026, at 2:00 PM EST. Technical and price quotes must be submitted separately. Evaluation will be based on Best Value using a Tradeoff process (FAR 15.103-1), considering five factors:

  1. Technical/Management Approach (5-page max): Phasing, site preparation, organizational chart, key personnel (Site Superintendent, QA Manager, Site Safety Officer, Project Manager) with minimum five years' experience on similar projects.
  2. Specialized Experience (5-page max): Minimum three, maximum five, example projects within the past five years, demonstrating experience in a healthcare environment with phasing, asbestos abatement, and trade coordination.
  3. Schedule: Proposed progress schedule in time-scaled bar graph format, identifying critical path, milestones, and contingency plans.
  4. Past Performance: Submission of completed Past Performance Questionnaires (PPQs) for projects similar in size and scope within the past five years (can be same as Factor 2). Consent letters required for subcontractors.
  5. Price: Evaluated for reasonableness. Non-priced factors (1-4) combined are approximately equal to price (Factor 5). The Government intends to award without discussions but reserves the right to hold them.

Key Dates & Contacts

  • Issue Date: April 1, 2026
  • Site Visit: April 9, 2026, 1:00 PM EST (Building 42). Contact Kara Chaput (Kara.Chaput@va.gov) to confirm attendance.
  • RFIs Due: April 16, 2026, 2:00 PM EST. Submit via email to David.hernandez1@va.gov.
  • Quote Due Date: May 1, 2026, 2:00 PM EST.
  • Offer Acceptance Period: 120 calendar days.
  • Point of Contact: David Hernandez, Contract Specialist, David.hernandez1@va.gov, (813) 893-3904.

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