687-23-101 CON Repair Exterior Features

SOL #: 36C26026R0033Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
260-NETWORK CONTRACT OFFICE 20 (36C260)
VANCOUVER, WA, 98661, United States

Place of Performance

WA

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 15, 2026
2
Last Updated
Mar 3, 2026
3
Submission Deadline
Mar 9, 2026, 3:00 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), Network Contracting Office 20, has issued a Solicitation (36C26026R0033) for Repair of Exterior Features at the Jonathan M. Wainwright Memorial VA Medical Center in Walla Walla, WA. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm-Fixed-Price construction contract. Proposals are due March 9, 2026, at 8:00 AM PST.

Scope of Work

This project involves comprehensive exterior repairs across 25 buildings at the medical center. The scope includes mechanical, electrical, architectural, structural, and foundation modifications. Specific work detailed in the revised drawings and specifications (Rev 1) covers:

  • Roofing: Replacement of existing slate/cedar shake with composite slate/cedar shakes, asphalt shingles, or TPO roofing. Full tear-off is expected.
  • Exterior Finishes: Full building painting, brick repointing, siding replacement (cementitious panel/lap siding), concrete cornice repair, and trim repair.
  • Windows/Doors: Refurbishment of existing windows, new interior storm windows, replacement of some windows, and detailed door hardware specifications.
  • Foundations: Repairs including helical pier installation for Buildings 048 and 049.
  • Drainage: Installation of new gutters and downspouts, redirection/infilling of existing ones, and concrete splash blocks.
  • Hazardous Materials: Abatement of identified asbestos-containing materials (ACM) in several buildings (e.g., 31, 63, 65, 66, 82, 107, T1, T2, T7) and lead-based paint (LBP) on exterior components of numerous buildings. Soil abatement is required if contaminated soil is disturbed.
  • Clarifications: Demolition of Buildings T1 and T2 has been removed from the scope.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Magnitude: Estimated between $1,000,000 and $5,000,000
  • Period of Performance: 365 calendar days after receipt of Notice to Proceed.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction), with a $45 million small business size standard.
  • Place of Performance: Jonathan M. Wainwright Memorial VA Medical Center, Walla Walla, WA.

Set-Aside & Eligibility

This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be registered as such with the Small Business Administration. Compliance with subcontracting limitations (not more than 85% of contract amount to non-SDVOSB/VOSB firms for general construction, excluding materials) is required.

Submission & Evaluation

Proposals are due March 9, 2026, at 8:00 AM PST, and must be submitted electronically via email. A bid guarantee (20% of bid price or $2,000,000, whichever is less) is required. Evaluation will use a best value tradeoff source selection procedure, where Technical Expertise/Risk Rating, Key Personnel Qualifications, and Past Performance are equally important and, combined, significantly more important than Price. The Site Superintendent can also perform CQC System Manager duties if qualified, but the SSHO must be a separate, dedicated, full-time position.

Key Amendments & Clarifications

Amendment 0007 extended the proposal due date and updated the Point of Contact. Amendment 0008 addressed additional RFIs and provided revised attachments, including updated specifications and drawings. Hazardous material survey reports for asbestos and lead-based paint have been issued. The Buy America Act applies, generally requiring domestic-only sources for roofing, windows, and cladding.

Contact Information

Primary Point of Contact: Ty Draszt (Ty.Draszt@va.gov, 360-553-7612). Secondary: Karen R Rhodes (karen.rhodes@va.gov, 509-321-1912).

People

Points of Contact

ty.draszt@va.govPRIMARY
Karen R RhodesSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View

Versions

Version 16
Solicitation
Posted: Mar 3, 2026
View
Version 15Viewing
Solicitation
Posted: Feb 26, 2026
Version 14
Solicitation
Posted: Feb 25, 2026
View
Version 13
Solicitation
Posted: Feb 25, 2026
View
Version 12
Solicitation
Posted: Feb 19, 2026
View
Version 11
Solicitation
Posted: Feb 17, 2026
View
Version 10
Solicitation
Posted: Feb 10, 2026
View
Version 9
Solicitation
Posted: Feb 5, 2026
View
Version 8
Solicitation
Posted: Feb 5, 2026
View
Version 7
Solicitation
Posted: Feb 5, 2026
View
Version 6
Solicitation
Posted: Feb 2, 2026
View
Version 5
Solicitation
Posted: Jan 29, 2026
View
Version 4
Solicitation
Posted: Jan 29, 2026
View
Version 3
Solicitation
Posted: Jan 28, 2026
View
Version 2
Pre-Solicitation
Posted: Jan 15, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 15, 2026
View