Z1DA--NRM - 640-23-102 | Microbiology Lab Renovation

SOL #: 36C26126R0013Award Notice

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
261-NETWORK CONTRACT OFFICE 21 (36C261)
MATHER, CA, 95655, United States

Place of Performance

Palo Alto, CA

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
Jan 9, 2026
2
Last Updated
Apr 17, 2026

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 VA Sierra Pacific Network (VISN 21), solicited proposals for the Microbiology Lab Renovation (Project # 640-23-102) at the VA Palo Alto Health Care System in Palo Alto, CA. This was a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside procurement. The final deadline for proposals was March 9, 2026, at 10:00 AM PDT, and the solicitation is now closed.

Scope of Work

The project involved comprehensive renovation of the Microbiology Laboratory in Building 100, including Clin Microbio E4-304, Ster E4-304A, TB Lab E4-304B, Myc Lab E4-304C, Office E4-304D, and Proc/Spec Coll E4-302. Key tasks included general construction, interior finishes, alterations, and upgrades to mechanical, electrical, plumbing, fire protection, and utility systems. Specific work encompassed demolition, installation of new casework and BioSafety cabinets, flooring, wall paint, and ceiling tile replacement. Existing equipment and utilities were to be reinstalled and re-routed. The project also required modifications to designated "Swing Space" areas for temporary lab operations, with after-hours/weekend work for these spaces. The contractor was required to adhere to strict interim life safety, infection control measures (ICRA Class IV), and code compliance, minimizing impact on daily hospital operations.

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Magnitude: Estimated between $2,000,000 and $5,000,000.
  • Period of Performance: 365 calendar days (approx. 12 months) after Notice to Proceed.
  • Place of Performance: VA Palo Alto Health Care System, 3801 Miranda Ave, Palo Alto, CA 94304.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45M small business size standard.
  • Wage Determination: CA20250018 applied, requiring compliance with prevailing wage rates and fringe benefits.
  • Bonds: Payment and performance bonds were required.

Submission & Evaluation

Proposals were due electronically to jose.hernandez1@va.gov. The evaluation followed a Best Value Trade-off process, with non-price factors (Specialized Experience, Technical Approach, Key Personnel, Past Performance) being more important than price. Technical Proposals (Volume I) were limited to 15 pages, Price Proposals (Volume II) to 5 pages, and Administrative (Volume III) requirements were also detailed. A site visit was held on January 22, 2026, and RFIs were due by January 27, 2026. An RFI form was provided for submitting questions.

Eligibility

This was a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. Offerors were required to be verified and listed in the VA's Veteran Small Business Certification (VetCert) database at the time of offer submission and award. Compliance with VAAR 852.219-75 (Limitations on Subcontracting) and submission of a Safety & Environmental Record and Experience Modification Rate (EMR) certification were mandatory.

Key Documents

The solicitation included a comprehensive Statement of Work (SOW), Project Manuals (Volumes 1 & 2) detailing specifications and bid documents, and a Bid Set Drawing with accessibility details. An RFI form, Wage Determination CA20250018, VAAR 852.219-75 compliance form, Safety & Environmental Record form, and a Divisional Cost Break-Out form were also provided. Amendments clarified RFI responses and extended the offer due date.

People

Points of Contact

Jose HernandezContracting OfficerPRIMARY

Files

Files

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

Versions

Version 5Viewing
Award Notice
Posted: Apr 17, 2026
Version 4
Pre-Solicitation
Posted: Feb 19, 2026
View
Version 3
Pre-Solicitation
Posted: Feb 19, 2026
View
Version 2
Pre-Solicitation
Posted: Feb 4, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 9, 2026
View
Z1DA--NRM - 640-23-102 | Microbiology Lab Renovation | GovScope