657-26-201 Seal Inpatient Restroom Floors

SOL #: 36C25526R0044_1Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
255-NETWORK CONTRACT OFFICE 15 (36C255)
LEAVENWORTH, KS, 66048, United States

Place of Performance

Saint Louis, MO

NAICS

Commercial and Institutional Building Construction (236220)

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
Feb 25, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Mar 13, 2026, 7:00 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 255-NETWORK CONTRACT OFFICE 15 (36C255), is soliciting proposals for Project No. 657-26-201: Seal Inpatient Restroom Floors at the VA St. Louis Healthcare Center in Saint Louis, MO. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm-Fixed-Price contract. An amendment has extended the proposal due date.

Scope of Work

This project involves the replacement and sealing of floor materials in approximately 30 inpatient restrooms, including floors and walls in roll-in shower areas, using an epoxy-base sealant. This covers about 3500 sq ft of flooring and extends 6 inches up all walls and wainscot. Additionally, 5 rooms in the inpatient dialysis area require the removal of existing flooring, surface preparation, and installation of new epoxy flooring with a 6-inch epoxy base. All work must adhere to VHA Master Specifications, including detailed safety, security, and infection control requirements. Products and colors must be approved by VA Interior Design, and temporary removal/reinstallation of fixtures is required. As-built drawings for Building 01, Floors 06 and 07 are provided for reference.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Estimated Magnitude: $250,000.00 to $500,000.00
  • Period of Performance: 300 calendar days for general construction (CLIN 0001), plus a 1-year complete inspection and maintenance service (CLIN 0002).
  • NAICS Code: 236220 (Commercial and Institutional Building Construction)
  • Bonds: 100% Payment and Performance Bonds are required upon acceptance, covering the contract price and Guarantee Period Services. A Bid Guarantee of 20% of the bid price (not to exceed $3,000,000) is also required, with the original bid bond due prior to solicitation closing.

Submission & Evaluation

  • Proposal Due Date: March 13, 2026, at 2:00 PM CST.
  • Submission Method: Electronic via email to Gislaine.Dorvil@va.gov. Physical copies will not be accepted.
  • Basis for Award: Lowest Price Technically Acceptable (LPTA).
  • Evaluation Factors: Past Performance, Technical Construction Experience (Prime Contractor), Technical Experience (Key Staffing), Technical Construction Experience (Manufacturer/Suppliers/Installers/Subcontractors), and Contractor Safety Plan.
  • Requests for Information (RFIs) Due: March 3, 2026, no later than 2:00 PM CST.
  • Site Visit: A pre-bid site conference was conducted on February 25, 2026, at 10:00 AM CST.

Eligibility & Special Requirements

This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors and joint ventures must be registered in SAM and VetBiz by the proposal due date. Contractors must commit at least 25% of the contract performance cost for personnel to their own employees or those of other eligible SDVOSB concerns. Strict adherence to VA security management, comprehensive safety requirements (OSHA, EM 385-1-1), and critical infection control measures are mandatory. A minimum three-year warranty for materials and workmanship is required.

People

Points of Contact

Gislaine DorvilPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 3
Solicitation
Posted: Mar 10, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 25, 2026
Version 1
Solicitation
Posted: Feb 25, 2026
View