Solicitation, RFP | 619A4-24-102- Replace Roofs on Bldgs. 19, 20, 50, 51, & 62

SOL #: 36C24726R0085Solicitation

Overview

Buyer

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

Place of Performance

Tuskegee, AL

NAICS

Roofing Contractors (238160)

PSC

Maintenance Of Hospitals And Infirmaries (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Mar 27, 2026
2
Last Updated
May 7, 2026
3
Submission Deadline
May 21, 2026, 5:00 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 (36C247), has issued Solicitation 619A4-24-102 for the replacement of roofs on Buildings 19, 20, 50, 51, and 62 at the Central Alabama Veterans Health Care System (CAVHCS-East) in Tuskegee, AL. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by May 21, 2026, at 1:00 PM EDT.

Scope of Work

The project involves comprehensive repair and renovation of roofing systems, including demolition and removal of existing structures, asbestos remediation, installation of lightning protection on all five buildings, and addressing roof drainage issues. Existing mechanical equipment and associated components will be removed and replaced. All work must comply with VA specifications, Design Guides, Infection Control guidelines, and applicable building codes. Detailed construction drawings and specifications are provided in Attachments 8 and 7, respectively.

Contract Details

  • Contract Type: Firm Fixed Price Contract.
  • Estimated Construction Magnitude: Between $5,000,000.00 and $10,000,000.00.
  • Period of Performance: 496 Calendar Days from Notice to Proceed (NTP).
  • NAICS Code: 238160 (Roofing Contractors) with a size standard of $19 million.
  • Product Service Code (PSC): Z1DA (Maintenance Of Hospitals And Infirmaries).
  • Wage Determination: AL20260078, effective 01/02/2026, applies for labor costs.

Eligibility & Set-Aside

This acquisition is a 100% Set-aside for Service Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be certified and listed in the SBA certification database, registered in SAM.gov, and comply with VETS 4212 reporting. Compliance with VAAR 852.219-75, Limitations on Subcontracting, is mandatory, requiring certification that specific percentages of the contract amount will not be paid to non-SDVOSB/VOSB firms. Joint ventures may be considered if they meet specific requirements.

Submission & Evaluation

  • Proposals Due: May 21, 2026, at 1:00 PM EDT.
  • Submission Method: Electronically to the email addresses provided on page 1, block 8 of the RFP. Subject line must include "Company Name, RFP number, Project Title." File size limit is 10 MB per email.
  • Evaluation Criteria: Past Performance (significantly more important than price) and Price. A tradeoff analysis will determine the best value.
  • Required Attachments: Offerors must complete and submit forms such as the Experience Modification Rate Form (Attachment 1), VAAR 852.219-75 (Attachment 2), Past Performance Questionnaire (Attachment 3), and Price Breakdown Worksheet (Attachment 4).
  • Site Visit: A site visit was held on April 23, 2026, at 12:30 PM CT. The sign-in sheet is available as Attachment 0002.
  • RFIs: Requests for Information were due April 30, 2026. Answers are expected to be posted in a separate amendment.

Important Notes

A bid guarantee of 20% of the bid price (not to exceed $3,000,000) is required. Performance and Payment Bonds are required for awards exceeding $150,000. An Experience Modification Rate (EMR) greater than 1.0 may disqualify the bidder. Offerors must register with Tungsten Network for electronic invoicing. Amendment 0003 incorporated clause 52.222-90 ADDRESSING DEI DISCRIMINATION BY FEDERAL CONTRACTORS (APR 2026).

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

Versions

Version 4Viewing
Solicitation
Posted: May 7, 2026
Version 3
Solicitation
Posted: Apr 30, 2026
View
Version 2
Solicitation
Posted: Apr 14, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 27, 2026
View