NEW | 549-22-800 Replace Windows Building 2J
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 17 (36C257), has issued a Solicitation (RFP) for the replacement of all exterior windows in Building 2J at the Dallas VA Medical Center, 4500 S Lancaster Rd, Dallas, TX 75216. This project, titled "549-22-800 Replace Windows Building 2J," is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The estimated magnitude for this construction project is between $5,000,000 and $10,000,000. Proposals are due by February 18, 2026, at 10:00 AM CST.
Scope of Work
The project requires the replacement of all exterior windows, including operable, non-operable, skylights, atriums, storefront, and glass, in Building 2J. All work must comply with current building codes and energy efficiency standards, ensuring a waterproof installation. Key requirements include replacing existing skyllight framing to meet current wind pressure requirements, matching new windows to existing size and mullion spacing, and using anodized dark bronze frames with green tint glazing. The original requirement for blast-resistant storefront and curtain wall frames has been removed by Amendment 0005. Pharmacy area windows require specific security measures (e.g., security mesh or films). Interior work involves repairing damaged finishes. A Superintendent must be on-site at all times work is performed and cannot be subcontracted.
Contract Details
- Contract Type: Firm-Fixed-Price
- Performance Period: 548 calendar days after Notice to Proceed
- Warranty: One (1) year performance agreement (labor and material), plus manufacturer's warranty
- NAICS Code: 236220 (Commercial and Institutional Building Construction) - Updated by Amendment 0002
- Product Service Code: Y1DA (Construction Of Hospitals And Infirmaries)
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- Wage Requirements: Davis Bacon Act applies (WD# TX20250241)
Submission & Evaluation
- Proposal Due Date: February 18, 2026, at 10:00 AM CST - Extended by Amendment 0007
- RFI Due Date: January 13, 2026, at 10:00 AM CST
- Submission Method: Email proposals to nicholas.smith21@va.gov and rhonda.richardson5@va.gov.
- Proposal Structure: Four volumes: Technical Acceptability (5 pages), Past Performance (40 pages), Price/Cost, and Solicitation, Amendments, Offer & Award Documents, Certifications & Representations. Submissions must be separate, searchable PDFs.
- Evaluation Factors: Past Performance is more important than Price. Technical Acceptability (EMR) is also a key factor.
- Eligibility: Offerors must be registered/certified by the SBA and SAM.gov. A Bid Guarantee is required, and the awardee must obtain Performance and Payment Bonds.
Key Amendments & Attachments
- Amendment 0007: Extended the proposal due date to February 18, 2026.
- Amendment 0005: Removed the blast-resistant requirement for windows in Architectural Section 4.3 of the SOW.
- Amendment 0004: Extended the proposal due date (superseded by 0007), updated Clause 852.219-75 from "Special Trade" to "General Construction," and added "Attachment 4 Itemized Cost Breakdown."
- Amendment 0002: Changed the NAICS code to 236220 and extended the RFI due date.
- Supporting Documents: Include structural calculations, comprehensive drawings (100% Construction Documents), specifications, and an asbestos analysis report (indicating "None Detected"). Required forms include a "Safety Pin" form for PCRA, ICRA, VA CATEX, and ILSM assessments.
Contacts
- Primary: Nicholas L. Smith, Contracting Officer (nicholas.smith21@va.gov)
- Secondary: Rhonda Richardson (rhonda.richardson5@va.gov)