7220--Replacement of Ceiling Tiles
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 241-NETWORK CONTRACT OFFICE 01, is soliciting quotations for the replacement of ceiling tiles at the West Haven VAMC in West Haven, Connecticut. This requirement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside and will result in a firm-fixed-price contract. Quotations are due by April 21, 2026, at 10:00 AM EST.
Scope of Work
The contractor shall provide all resources necessary to procure and deliver specific Armstrong ceiling tiles as detailed in the Performance Work Statement (PWS). This includes:
- Armstrong 1445 Ultima Health Zone High NRC Ceiling Tile: 400 Containers
- Armstrong 1448 Ultima Health Zone High NRC Ceiling Tile: 230 Containers
Tiles must meet exact specifications including square lay-in edge, 15/16" grid, white color, dimensions (24"x24"x7/8" and 24"x48"x7/8"), acoustics (0.80 NRC, 35 CAC), Class A fire rating, 86% light reflectance, HumiGuard Plus sag/humidity resistance, specific insulation values, BioBlock, water repellent, soil resistance, impact resistance, washability, scrubbability, mineral fiber material, fine texture, rectangle shape, factory-applied latex paint on DuraBrite membrane, and ASTM Classification Type IV, Form 2, Pattern E. Installation method is Grid (suspended).
Contractor policies and procedures must comply with all VA Privacy and Security, the Privacy Act, and HIPAA.
Contract Details
- Solicitation Number: 36C24126Q0423
- Contract Type: Firm-Fixed Price
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 238330 (Ceiling, Floor, and Wall Installation Contractors)
- Small Business Size Standard: $16.5 million
- Place of Performance: West Haven VAMC, 950 Campbell Ave, West Haven, CT 06514
Submission Requirements
Offerors must submit quotations electronically via email to tnauri.woodbridge@va.gov by the due date. Submissions must include:
- Completed Attachment 1 - Price Schedule with proposed contract line item prices.
- Completed Attachment 2 - Past Performance Worksheet, providing 1-3 references for similar work.
- Demonstration of corporate experience and approach to meet PWS requirements, including technician qualifications.
- Details of any subcontractors (name, address, planned effort).
- A completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items.
Evaluation Criteria
Award will be made to the responsible offeror whose quotation is most advantageous to the Government, considering:
- Price: Based on Attachment 1.
- Past Performance: Evaluated using Attachment 2 and other government sources.
- Technical: Assessment of corporate experience, approach, and technician qualifications as per the PWS.
Key Dates
- Questions Due: April 17, 2026, by 12:00 PM EST (submit via email to tnauri.woodbridge@va.gov)
- Quotations Due: April 21, 2026, by 10:00 AM EST
Eligibility & Registration
Offerors must be registered in the System for Award Management (SAM) at www.sam.gov and in VISTA to be eligible for award. Failure to register in VISTA may result in exclusion.
Contact Information
For inquiries, contact Tnauri Woodbridge, Contracting Officer, at tnauri.woodbridge@va.gov.