679-19-101 Correct Critical Access and ADA Deficiencies B61
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), is soliciting proposals for Project No. 679-19-101: Correct Critical Access and ADA Deficiencies B61 at the Tuscaloosa VA Medical Center, AL. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for construction services estimated between $1,000,000 and $5,000,000. Proposals are due May 8, 2026, at 1:00 PM EST.
Scope of Work
The project involves the renovation of the connecting corridor between Buildings 4 and 61. Key tasks include modifying the floor slope to comply with VA guidelines, installing new HVAC, lighting, and fire protection systems, adding finishes and a railing system, and demolishing portions of the existing connector/corridor. Contractors must ensure compliance with all VA safety rules, as well as applicable NFPA and NEC codes.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: 365 calendar days from the issuance of the Notice to Proceed.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45 million size standard.
- Product Service Code (PSC): Y1DA (Construction of Hospitals and Infirmaries).
- Place of Performance: Tuscaloosa, AL 35404.
Eligibility & Set-Aside
This acquisition is exclusively set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be certified by the SBA, registered in SAM.gov, and comply with VETS 4212 reporting requirements. Compliance with VAAR Clause 852.219-75, which limits subcontracting to not more than 85% of the contract amount paid to non-SDVOSB firms for general construction, is mandatory.
Submission & Evaluation
Proposals must be submitted electronically to the email addresses specified in the solicitation, with a subject line including "Company Name, RFP number, Project Number and Project Title." The maximum file size per email is 10 MB. Evaluation will be based on a Trade-Off Source Selection, with Past Performance being significantly more important than Price. An offer guarantee is required, and Performance and Payment Bonds are mandatory for awards exceeding $150,000.
Key Dates
- Requests for Information (RFIs) Due: April 29, 2026, 1:00 PM EST
- Proposal Submission Deadline: May 8, 2026, 1:00 PM EST
Required Attachments
Offerors must complete and submit several attachments, including:
- Experience Modification Rate Form (Attachment 1)
- VAAR 852.219-75 Limitations on Subcontracting Certificate (Attachment 2)
- Past Performance Questionnaire (Attachment 3)
- Itemized Cost Breakdown (Attachment 4)
- Wage Determination AL20260098 (Attachment 5)
- Invoicing procedures (Attachment 6), requiring electronic submission via Tungsten Network.
- Specifications (Attachment 7) and Drawings (Attachment 8) are also provided for detailed project understanding.