Project 521-25-101 3rd, 6th, & 8th Floor, East to West Elevator -Renovate Halls & Walls

SOL #: 36C24726R0022Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
247-NETWORK CONTRACT OFFICE 7 (36C247)
AUGUSTA, GA, 30904, United States

Place of Performance

Birmingham, AL

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
Nov 25, 2025
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Mar 17, 2026, 5:00 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) is soliciting proposals for Project 521-25-101: Renovation of Halls & Walls on the 3rd, 6th, and 8th floors around the East to West Elevators at the Birmingham VA Medical Center (BVAMC). This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The project involves comprehensive interior renovations, including flooring, walls, and ceilings, with strict requirements for work hours and hazardous material handling. Proposals are due March 17, 2026, at 1:00 PM ET.

Scope of Work

This project is the second phase of a Sterile Processing Service (SPS) renovation, focusing on renovating shell space to provide a fully functional SPS. Key tasks include:

  • Demolition and one-for-one replacement of ceiling tiles.
  • Application of new paint (Sherwin Williams SW7010 White Duck Satin Finish) on all walls.
  • Installation of new wall protection (stainless steel corner guards, aluminum framed handrails/crash rails), cove base, and commercial-grade Nora rubber tile flooring. Existing flooring must be removed.
  • All work must adhere to manufacturer's instructions, project specifications, and VA standards. Materials must be carbon neutral and Greenguard Gold Certified.

Contract Details

  • Contract Type: Firm Fixed Price Construction.
  • Estimated Magnitude: Between $250,000 and $500,000.
  • Period of Performance: 274 calendar days from Notice to Proceed.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction), size standard $45 million.
  • Product Service Code (PSC): Z1DA (Construction of Hospitals and Infirmaries).
  • Work Hours: Restricted to night hours and weekends (2000-0600 Mon-Fri, with extended weekend hours possible). No work during normal business hours. Nora flooring requires 12 hours to cure, utilizing extended weekend hours or alternative adhesive.

Eligibility & Submission Requirements

  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be certified in SBA database and registered in SAM.gov.
  • Personnel: Requires a full-time, on-site Quality Control Manager and a separate full-time, on-site Safety and Health Officer.
  • Safety: Strict adherence to OSHA, fire safety, hazardous materials management, and Infection Control Risk Assessment (ICRA). Asbestos-containing materials (ACM) are present; bidders must review the Asbestos O&M Plan and Inspection Report. An Experience Modification Rate (EMR) greater than 1.0 may disqualify.
  • Subcontracting: Compliance with VAAR 852.219-75 (not more than 85% of contract amount to non-SDVOSB/VOSB firms for general construction).
  • Proposal Submission: Electronic only, comprising General Information (Tab A), Past Performance (Tab B), and Price Proposal (Tab C). Past Performance Questionnaires (Attachment 3) must be sent to references for direct submission to the VA. An Itemized Cost Breakdown (Attachment 4) is required.
  • Invoicing: Mandatory electronic invoicing via Tungsten Network.

Evaluation

Award will be based on a Trade-Off Source Selection process, providing the best value to the Government. Past Performance is significantly more important than Price.

Key Dates

  • Proposals Due: March 17, 2026, at 1:00 PM ET.

People

Points of Contact

Cayley BlommersPRIMARY
Joseph OsbornSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7Viewing
Solicitation
Posted: Mar 10, 2026
Version 6
Solicitation
Posted: Mar 3, 2026
View
Version 5
Solicitation
Posted: Feb 24, 2026
View
Version 4
Solicitation
Posted: Feb 11, 2026
View
Version 3
Solicitation
Posted: Feb 2, 2026
View
Version 2
Solicitation
Posted: Jan 26, 2026
View
Version 1
Pre-Solicitation
Posted: Nov 25, 2025
View