Renovate Building 73 Interior, 618-195 (VA-26-00007446) Minneapolis HCS, MN
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) is soliciting proposals for a Design-Build project to renovate the interior of Building 73 at the Minneapolis VA Medical Center, MN. This project aims to accommodate new operational needs by replacing worn finishes, repairing HVAC components, and constructing interior partitions to improve space efficiency. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers are due by February 17, 2026, at 10:00 AM EST.
Scope of Work
The project requires comprehensive design-build services for interior renovations. Key tasks include:
- Design: Provide all Architect and Engineering (A/E) services, adhering to VA Design Guides, Criteria, Master Specifications, and applicable codes (IBC, NFPA, OSHA).
- Construction: Provide all labor, materials, tools, equipment, and supervision for pre-construction, site-preparation, general construction, alterations, demolition, and renovations.
- Interior Renovations: Update lighting, flooring, and wall finishes; relocate, rebalance, and monitor HVAC systems; construct new interior partitions (STC 50 rating).
- BIM Requirements: Adhere to Minneapolis VA BIM Standards (superseding national standards), use Autodesk Revit (LOD 300-350), and provide clash detection reports at 95% and 100% CD. A BIM Management Plan and BIM Worksheet are required.
- Electrical & Telecommunications: Ensure electrical work complies with NEC 2023 and NFPA standards, and telecommunications infrastructure adheres to specified cabling, component, and labeling standards.
- Environmental & Safety: Implement an Environmental Protection Plan, control pollution, minimize noise, and adhere to strict safety requirements including OSHA 10-hour certification for all employees and a full-time Site Safety and Health Officer (SSHO).
Contract & Timeline
- Contract Type: Firm-Fixed-Price, Design-Build.
- Estimated Project Budget: Approximately $600,000.
- Performance Period: 370 calendar days from the Notice to Proceed.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB). Offers from non-SDVOSB concerns will not be considered.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45.0 million.
- Questions Due: January 26, 2026, 12:00 PM EST.
- Offers Due: February 17, 2026, 10:00 AM EST.
- Published Date: January 16, 2026.
Evaluation
This procurement uses Two-Phase Design-Build Selection Procedures (FAR Part 15). Evaluation will follow a Lowest Price Technically Acceptable (LPTA) methodology. Phase 1 will evaluate technical and business proposals, selecting a maximum of 5 offerors for Phase 2. Phase 2 will involve technical and price proposals.
Special Requirements
- Subcontracting Limitations: For general construction, offerors must certify they will not pay more than 85% of the contract amount to firms that are not certified SDVOSBs or VOSBs (excluding material costs).
- Wage Rates: Compliance with prevailing wage rates and fringe benefits for Hennepin County, MN, as per DBA and SCA determinations, is mandatory.
- Scheduling: A fully Resource Loaded Network Analysis System (NAS) plan and computer-generated schedule using Primavera P6 software is required, with an independent CPM consultant.
- Electronic Submittals: A specific web-based service for submittal and tracking is required.
- Past Performance: A Past Performance Questionnaire (PPQ) must be completed by clients and submitted with the proposal.
Contact Information
- Primary: Zachary Penhollow (zachary.penhollow@va.gov, 440-391-2563)
- Secondary: Joelle M Mascarenas (joelle.mascarenas@va.gov, 216-707-7733)