521-23-121 | Renovate SPS Phase 2

SOL #: 36C24726R0011Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
247-NETWORK CONTRACT OFFICE 7 (36C247)
AUGUSTA, GA, 30904, United States

Place of Performance

Birmingham, AL

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Hospitals And Infirmaries (Y1DA)

Set Aside

Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs) (VSA)

Timeline

1
Posted
Dec 18, 2025
2
Last Updated
Feb 10, 2026
3
Submission Deadline
Jan 28, 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), specifically the NETWORK CONTRACT OFFICE 7, is soliciting proposals for the "Renovate SPS Phase 2" project at the Birmingham VA Medical Center (BVAMC) in Birmingham, AL. This is a 100% Veteran-Owned Small Business Set-Aside (VOSBS) for construction services. The project magnitude is estimated between $5 million and $10 million. Proposals are due by February 24, 2026, at 1:00 PM ET.

Scope of Work

This project involves the renovation of the Sterile Processing Service (SPS) space on the ground floor, including the demolition and replacement of three existing cart lifts (T-1 Clean, T-2 Soiled, T-3 Clean). Work must comply with all local, state, and federal codes. Specific requirements include containing work within cart lift lobby rooms above the ground floor using ICRA level 4 barriers, ensuring new equipment fits existing mechanical rooms, maintaining a minimum temperature of 72F, and preserving existing fire protection and alarm equipment. Asbestos-containing material (ACM) in floor tile and mastic requires abatement. Existing on-site materials (e.g., doors, drywall, duct) may be utilized.

Contract & Timeline

  • Contract Type: Firm Fixed Price
  • Period of Performance: 365 calendar days from Notice to Proceed
  • Magnitude: $5,000,000.00 to $10,000,000.00
  • Set-Aside: 100% Veteran-Owned Small Business Set-Aside (VOSBS)
  • Proposal Due: February 24, 2026, at 1:00 PM ET
  • Published Date: February 10, 2026 (latest amendment)

Evaluation & Submission

Proposals will be evaluated based on Past Performance (significantly more important than price) and Price. Offerors must submit proposals electronically via email, adhering to a 10MB file size limit per email. Key submission requirements include:

  • Completing Section I of Attachment 3 (Past Performance Questionnaire) and having clients return Sections II & III directly to the government.
  • Providing an itemized cost breakdown using Attachment 4.
  • Submitting Attachment 1 (Experience Modification Rate Form) with OSHA 300/300a data.
  • Completing Attachment 2 (VAAR 852.219-75), a mandatory certification for subcontracting limitations (not more than 85% of contract amount to non-VOSBs for general construction).
  • Ensuring current VOSB certification in the SBA database and SAM.gov registration.

Key Considerations

  • Personnel: A separate individual is required for Superintendent, Quality Control Manager (QCM), and Site Safety and Health Officer (SSHO). The GC's Superintendent needs to be badged.
  • Work Hours: Core hours are Mon-Fri, 7 AM - 4 PM, with flexibility for Mon-Thurs. After-hours work may be required.
  • Site Conditions: Contractor is responsible for verifying existing conditions, including slab moisture and potential mold remediation. A Water Intrusion and Mold Assessment Report (Attachment 13) is available.
  • Technical Specifications: Detailed specifications for traction cartlifts (Attachment 8) and comprehensive architectural drawings (Attachments 9 & 10) are provided. The SPS Design Guide (Attachment 0004C) outlines VA's planning and design standards.
  • Safety & Infection Control: Bidders must adhere to VHA's Pre-Construction Risk Assessment (PCRA - Attachment 12) and Infection Control Risk Assessment (ICRA - Attachment 11) requirements.
  • Wage Determination: The updated DBA Wage Determination AL20260087 (Attachment 0001B) for Jefferson County, AL, must be followed.
  • Invoicing: Mandatory electronic invoicing through Tungsten Network.

Contact Information

People

Points of Contact

Gregory SnyderPRIMARY
Joyce PowersSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 5
Solicitation
Posted: Feb 10, 2026
View
Version 4
Solicitation
Posted: Feb 2, 2026
View
Version 3
Solicitation
Posted: Jan 23, 2026
View
Version 2
Solicitation
Posted: Jan 9, 2026
View
Version 1Viewing
Solicitation
Posted: Dec 18, 2025
521-23-121 | Renovate SPS Phase 2 | GovScope