660-26-220 - Replace Furniture, Fixtures & Equipment for IPU
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 19 (36C259), is soliciting proposals for project 660-26-220: Replace Furniture, Fixtures & Equipment (FF&E) for the Inpatient Psychiatric Unit (IPU) at the Salt Lake City VA Medical Center, UT. This project addresses deficiencies in patient room access and upgrades anti-ligature hardware. This is a Total Small Business Set-Aside (FAR 19.5). Proposals are due by May 7, 2026, at 11:00 AM Mountain Time.
Scope of Work
The contractor shall provide all necessary labor, equipment, materials, and supervision to replace FF&E within the IPU. Key requirements include:
- Replacement of all Acoustical Ceiling Tile (ACT) ceilings with gypsum ceilings, mental health grade panels, and tamper-resistant access panels.
- Replacement of all patient-use plumbing fixtures.
- Replacement of all patient room doors and hardware.
- Installation of anti-ligature bottle filling stations in the D-wing and C-wing.
- Replacement of the D-wing laundry area door with a built-in wicket door.
- Construction of two hard body impact-resistant walls to convert room 1D28 into a temporary isolation room.
Detailed architectural drawings specify work areas, installations, and existing/new conditions. Comprehensive specifications cover general requirements, project schedules, safety, electrical installations, plumbing fixtures, access doors, non-structural metal framing, acoustical ceilings, and construction waste management.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: 180 calendar days from Notice to Proceed (NTP).
- Project Magnitude: Estimated between $250,000 and $500,000.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45M.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
Submission & Evaluation
- Proposals Due: May 7, 2026, at 11:00 AM Mountain Time.
- Submission Method: Via email to Blake.Rowland@va.gov (email submissions limited to 15 MB).
- Evaluation: Tradeoff source selection process, with Past Performance significantly more important than cost or price.
- Pre-Bid Site Visit: Non-mandatory, scheduled for April 14, 2026, at 11:30 AM MT.
- Questions Due: Must be submitted in writing via email by April 21, 2026, at 11:00 AM MT.
Safety & Compliance
Bidders must adhere to strict safety, security, and infection control policies. Documents like the VHA Pre-Construction Risk Assessment (PCRA), Infection Control Risk Assessment (ICRA), and Pre-Qualifying Interim Life Safety Measures Assessment (PQIA) outline required protocols for activity categorization, control measures, adjacent area assessments, and life safety during construction within the healthcare environment.
Eligibility
Offerors must be registered in the System for Award Management (SAM). Apparent successful offerors must apply for and receive verification from the Small Business Administration (SBA) through the SBA certification database.
Contact Information
Primary Point of Contact: Blake Rowland, Blake.Rowland@va.gov.