Y1DA--PROJECT 675-23-105, Bid-Build (BB) Renovate Various Spaces at Lake Nona

SOL #: 36C24826Q0105Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
248-NETWORK CONTRACT OFFICE 8 (36C248)
TAMPA, FL, 33637, United States

Place of Performance

Orlando, FL

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Hospitals And Infirmaries (Y1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Jan 14, 2026
2
Last Updated
Jan 30, 2026
3
Submission Deadline
Feb 10, 2026, 6:00 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), Orlando VA Healthcare System (OVAHCS), is soliciting proposals for Project 675-23-105, Bid-Build (B/B) Renovate Various Spaces at Lake Nona. This opportunity is for professional construction services, including labor, materials, tools, equipment, and supervision, to renovate and remodel various spaces at the Lake Nona facility in Orlando, FL. This requirement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The estimated magnitude of construction is between $1,000,000 and $3,000,000. Proposals are due February 10, 2026, at 1:00 PM EST.

Scope of Work

The project involves comprehensive renovation across multiple areas and building systems. Key tasks include:

  • Conversion of pharmacy reception windows to secure bullet/impact windows.
  • Conversion of an existing cleaning closet to a staff bathroom in the pharmacy.
  • Conversion of office space to a server room for Medical Media.
  • Reconfiguration of the Lake Nona Dom storage room and Computer Tomography Room 640 (CT3 room).
  • Reconfiguration of Office Information Technology (OIT) office space.
  • Renovation of warehouse mezzanine and stairs. The work encompasses architectural, structural, mechanical, plumbing, and electrical aspects, adhering to 100% design drawings and specifications. The project is classified as Type C, High Risk Group, Class IV (ILSM Level 1), requiring strict compliance with OSHA safety standards, Pre-Construction Risk Assessment (PCRA), and Interim Life Safety Measures (ILSM). A limited asbestos survey confirmed no asbestos-containing materials, simplifying planning.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Magnitude of Construction: Between $1,000,000.00 and $3,000,000.00
  • Performance Period: 448 calendar days from issuance of Notice to Proceed (NTP).
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • NAICS Code: 236220 (Commercial and Institutional Building Construction)
  • Product Service Code: Y1DA (Construction Of Hospitals And Infirmaries)
  • Place of Performance: Orlando Veterans Affairs Healthcare System, Lake Nona Facility, Orlando, FL 32827.
  • Funding: Award is contingent upon appropriation of funds.

Eligibility & Submission Requirements

Offerors must be actively registered in SAM.gov and certified/verified as an SDVOSB in SBA's VetCert program. Required submissions include:

  • A Bid Guarantee (20% of bid price or $3,000,000, whichever is less).
  • Performance and Payment Bonds.
  • Limitation of Subcontracting Certificate (Attachment 5): Certify that for general construction, no more than 85% of the contract amount will be paid to non-SDVOSB/VOSB firms.
  • Pre-Award Contractor Evaluation Form (EMR Form - Attachment 7): Requires OSHA 300 data for the past three years. An Experience Modification Rate (EMR) greater than 1.0 or specific OSHA violations (four serious, one repeat, or one willful within three years) will result in disqualification.
  • Specialized Experience Information Sheet (Attachment 6): Detail past project experience relevant to the solicitation.
  • Base Offer Price Breakdown (Attachment 9): A granular cost breakdown by CSI divisions.
  • Past Performance Questionnaire (Attachment 8): Clients must email completed questionnaires directly to elizabeth.romero@va.gov by the offer due date.
  • Contractors must perform at least 15% of the contract cost (excluding materials) with their own employees.
  • Adherence to Davis-Bacon Act wage determinations (Attachment 4) for labor costs.

Key Dates

  • Site Visit: January 20, 2026, at 1:00 PM EST.
  • Request for Information (RFI) Due: January 23, 2026, at 1:00 PM EST.
  • Quote Due Date: February 10, 2026, at 1:00 PM EST.
  • Offer Acceptance Period: 120 calendar days.

Evaluation Criteria

Award will be made on a Best Value basis. Non-price factors, including Construction Methods, Specialized Experience, and Schedule, are significantly more important than price. The government intends to award without discussions.

Contact Information

  • Primary Point of Contact: Elizabeth Romero, Contracting Officer
  • Email: elizabeth.romero@va.gov
  • Phone: (407) 399-7526

People

Points of Contact

Elizabeth RomeroContracting OfficerPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Jan 30, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 14, 2026
Y1DA--PROJECT 675-23-105, Bid-Build (BB Renovate Various Spaces at Lake Nona | GovScope