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
Feb 17, 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 7, has issued a solicitation for the Renovate SPS Phase 2 project at the Birmingham VA Medical Center (BVAMC) in Alabama. This project involves the comprehensive renovation of the Sterile Processing Service (SPS) space and the replacement of critical vertical transport systems. This is a 100% Veteran-Owned Small Business (VOSB) Set-Aside. Proposals are due by February 17, 2026.

Scope of Work

The contractor shall provide all labor, materials, and equipment to renovate the ground-floor SPS space. Key requirements include:

  • Cart Lift Replacement: Demolition and replacement of three existing traction cart lifts (T-1 Clean, T-2 Soiled, and T-3 Clean).
  • Technical Specifications: Installation of new systems compatible with Pedigo CDS-242 and CDS-245 carts, including engineering, modernization, and testing.
  • Infection Control: Work within cart lift lobby rooms above the ground floor must be contained within ICRA Level 4 barriers.
  • Environmental Compliance: Adherence to safety protocols regarding water intrusion and mold, though recent surveys did not detect asbestos in sampled areas.

Contract & Timeline

  • Contract Type: Firm Fixed Price (FFP)
  • Magnitude of Construction: Between $5,000,000 and $10,000,000
  • Period of Performance: 365 calendar days from the Notice to Proceed (NTP)
  • Set-Aside: 100% Veteran-Owned Small Business (VOSB)
  • Proposal Due Date: February 17, 2026, at 1:00 PM EST (per Amendment 0003)

Evaluation Factors

Award will be based on a best-value determination considering:

  1. Past Performance: Significantly more important than price. Offerors must submit the Past Performance Questionnaire (PPQ) and Experience Modification Rate (EMR) forms.
  2. Price: Evaluated for realism and completeness using the required itemized cost breakdown (Attachment 4).

Submission Requirements

Proposals must be submitted electronically via email to the Primary Point of Contact. Offerors must include a signed VAAR 852.219-75 Certificate of Compliance regarding limitations on subcontracting and provide an offer guarantee.

People

Points of Contact

Gregory SnyderPRIMARY
Joyce PowersSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Feb 10, 2026
View
Version 4Viewing
Solicitation
Posted: Feb 2, 2026
Version 3
Solicitation
Posted: Jan 23, 2026
View
Version 2
Solicitation
Posted: Jan 9, 2026
View
Version 1
Solicitation
Posted: Dec 18, 2025
View