521-23-121 | Renovate SPS Phase 2
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), specifically the NETWORK CONTRACT OFFICE 7 (36C247), has issued a Solicitation (RFP) for the Renovate SPS Phase 2 project (521-23-121) at the Birmingham VA Medical Center, AL. This project involves the renovation of the Sterile Processing Service (SPS) space and the replacement of three existing cart lifts. This opportunity is a 100% Veteran-Owned Small Business (VOSB) Set-Aside. Proposals are due January 28, 2026, at 1:00 PM ET.
Scope of Work
The project entails the renovation of the ground floor Sterile Processing Service (SPS) space, including the demolition and replacement of three existing cart lifts (T-1 Clean, T-2 Soiled, T-3 Clean). Work must adhere to all local, state, and federal codes, with specific requirements for containing work within ICRA Level 4 barriers in cart lift lobby rooms above the ground floor. New equipment must fit within existing mechanical rooms and shafts, and a minimum temperature of 72F must be maintained. Detailed architectural drawings (Attachments 9, 10) and technical specifications for traction cartlifts (Attachment 8) are provided. A Pre-Construction Risk Assessment (PCRA, Attachment 12) and Infection Control Risk Assessment (ICRA, Attachment 11) template outline safety and infection control requirements. Existing conditions reports, including a Water Intrusion and Mold Report (Attachment 13) and an Asbestos Report (Attachment 14, indicating no asbestos found in sampled areas), are also available.
Contract Details
- Contract Type: Firm Fixed Price
- Magnitude: Between $5,000,000.00 and $10,000,000.00
- Period of Performance: 365 calendar days from Notice to Proceed
- Set-Aside: 100% Veteran-Owned Small Business (VOSB)
- Product Service Code: Y1DA (Construction Of Hospitals And Infirmaries)
Submission & Evaluation
Proposals must be submitted electronically via email by the due date. Each email has a 10MB file size limit, with multiple emails permitted. Evaluation will prioritize Past Performance (significantly more important than price), followed by Price. An offer guarantee is required. Offerors' safety and environmental records, including OSHA violations and Experience Modification Rate (EMR), will be reviewed (Attachment 1).
Key Attachments & Requirements
- Past Performance Questionnaire (Attachment 3): Bidders complete Section I; clients submit Sections II and III directly to gregory.snyder@va.gov.
- Itemized Cost Breakdown (Attachment 4): Mandatory Excel spreadsheet for detailed cost itemization.
- VAAR 852.219-75 (Attachment 2): Mandatory certification on limitations on subcontracting (e.g., General Construction: not more than 85% of contract amount to non-VOSBs).
- Wage Determination (Attachment 0001B): Updated General Decision Number AL20260087, effective January 2, 2026, for Jefferson County, AL.
- Invoicing (Attachment 6): Requires electronic invoicing through Tungsten Network; vendors must register.
- Eligibility: Offerors must be registered in SAM.gov, comply with VETS 4212 reporting, and have current VOSB certification in the SBA database.
Important Dates & Contacts
- Site Visit: January 6, 2026, 10:00 am CT (Attendees list in Attachment 0001A).
- RFIs Due: January 14, 2026, 1:00 pm ET.
- Proposal Due: January 28, 2026, 1:00 pm ET.
- Primary Contact: Gregory Snyder, gregory.snyder@va.gov, 7623334273.