AMENDMENT 0002 36C25626R0008 Renovate Sterile Processing Services (SPS)- Solicitation
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), through the Veterans’ Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas, is soliciting proposals for the Renovation of Sterile Processing Services (SPS). This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity for a Firm-Fixed Price construction contract with an estimated magnitude between $20,000,000 and $50,000,000. The project includes general construction, specialized systems, and the lease of a temporary SPS trailer. Proposals are due May 05, 2026, at 2:00 PM CDT.
Scope of Work
The contractor shall furnish all supervision, labor, material, tools, and equipment for a turn-key renovation of the SPS at VHSO. Work encompasses general construction, civil, structural, fire protection, plumbing, mechanical, electrical, security, electronics, and demolition. A critical component is the leasing of a temporary SPS Trailer to ensure continuous hospital operations throughout the project. The scope also includes the furnishing and installation of an AAMI/ANSI ST108 compliant Reverse Osmosis (RO) water treatment system and a new Public Address and Mass Notification System (SPEC Section 27 51 16).
Contract Details
This is a Firm-Fixed Price contract with a period of performance of 720 calendar days from the Notice to Proceed for the base renovation. A 90-day proposal acceptance period is required. A bid bond must be submitted with the proposal, and performance and payment bonds will be required from the awardee. The revised price sheet outlines multiple line items, including renovation with a 12-month trailer lease (Line Item 1), renovation only (Line Item 2), and two alternate renovation scopes (Line Items 3 & 4), plus an option for a 6-month trailer lease (Line Item 5). The basis of award prioritizes Line Items 1 and 2, followed by combinations of Line Items 1 and 3, or 1 and 4, based on funding.
Set-Aside & Eligibility
This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be registered with SBA VetCert (Veteran Small Business Certification) and in the System for Award Management (SAM.gov), with completed online Representations and Certifications prior to the solicitation due date. The assigned NAICS code is 236220 (Construction of Other Nonresidential Buildings) with a small business size standard of $45 million in average annual receipts. At least 15 percent of the contract performance cost for personnel must be spent on the concern's employees or employees of other eligible SDVOSB concerns.
Submission & Evaluation
Proposals must be submitted electronically to madeline.allison@va.gov by May 05, 2026, at 2:00 PM CDT. The evaluation will follow a Best Value approach, where Past Performance is significantly more important than price. Offerors must acknowledge receipt of Amendment 0002, which includes clarifications, a revised price sheet, new specifications (Section 27 51 16), and updated requirements for CLIN #2.
Amendments & Key Changes
Amendment 0001 extended the proposal due date to May 05, 2026. Amendment 0002 introduced significant changes, including:
- Clarifications to the solicitation.
- A Revised Price Sheet detailing multiple line items and the basis of award.
- Addition of SPEC Section 27 51 16 (Public Address and Mass Notification Systems).
- New attachments: Site Planning and Utility Connection Guide, Mobile Endoscope Reprocessing Unit Facilities Requirements, and Site Visit Attendance Sheet.
- Addition of FAR clauses 52.217-8 (Option to Extend Services) and 52.217-9 (Option to Extend the Term of the Contract).
- Revisions to price proposal submission requirements for CLIN #2.