Y1DA--Renovate Building 73 Interior, 618-195 (VA-26-00007446) Minneapolis HCS, MN - VISN 23
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), specifically the PCAC (36C776) office, has issued a Solicitation for comprehensive design-build services to renovate the interior of Building 73 at the Minneapolis VA Health Care System, MN. This project, identified as VA-26-00007446, aims to modernize the space by replacing worn finishes, repairing HVAC components, and constructing new interior partitions to improve operational efficiency. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due February 17, 2026, at 10:00 AM EST.
Scope of Work
The project requires a two-phase design-build approach, encompassing both Architect and Engineering (AE) services (Line Item 0001) and General Construction (Line Item 0002). Key tasks include:
- Field verification of existing conditions (power, communications, sprinklers, fire alarms).
- Developing "For Construction" drawings and specifications based on the VA Building 73 Design Concept.
- Updating lighting, flooring, and wall finishes throughout the building.
- Relocating, rebalancing, and monitoring HVAC systems.
- Demolition and disposal of replaced equipment, furniture, and carpets.
- Ensuring new partitions meet an STC rating of fifty (50).
Contract Details
- Contract Type: Firm-Fixed-Price, Two-Phase Design-Build.
- Estimated Value: Approximately $600,000, with an initial range between $500,000 and $1,000,000.
- Period of Performance: Approximately 370 calendar days from the Notice to Proceed.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14). Offerors must be registered in SAM.
- NAICS Code: 236220 (Construction Of Hospitals And Infirmaries) with a size standard of $45.0 million.
Submission & Evaluation
This procurement uses Two-Phase Design-Build Selection Procedures under FAR Part 15.
- Phase 1: Submission of Technical and Business proposals. A maximum of five (5) offerors will be selected to proceed to Phase 2.
- Phase 2: Submission of Technical and Price proposals. Evaluation will use the Lowest Price Technically Acceptable (LPTA) methodology.
- Past Performance: Scalable magnitude for past performance projects has been lowered from $20M to $10M. CPARS reports and PPQs do not count against the 20-page limit for Volume I (Technical).
- Subcontracting Limitations: Offerors must certify compliance, ensuring no more than 85% of the general construction contract amount is paid to non-SDVOSB/VOSB firms (excluding materials).
Key Requirements & Standards
Bidders must adhere to extensive VA standards and procedures:
- Design Standards: Minneapolis VA Medical Center Design Standards, VA BIM Guide (v1.0, with Minneapolis VA BIM Standards superseding national), VA HVAC Design Manual, and PG 18-10 Electrical Design Manual.
- BIM: All work must be completed in Autodesk® Revit® software (LOD 300-350), with clash detection reports at 95% and 100% CD. A BIM Management Plan worksheet is required.
- Submittals: Mandatory use of a specific web-based electronic submittal exchange service. VA review period is 20 business days.
- Quality Control: A Contractor Quality Control (CQC) system is required, including a CQC System Manager (who may also serve as project superintendent) and a Design Quality Manager.
- Safety: A full-time Site Safety and Health Officer (SSHO) is required, along with an Accident Prevention Plan (APP) and Activity Hazard Analyses (AHAs).
- Scheduling: A fully Resource Loaded Network Analysis System (NAS) plan and computer-generated schedule using Primavera P6 software is mandatory, requiring an independent CPM consultant.
- Personnel: All on-site personnel must obtain a VA PIV badge.
- Site Logistics: No on-site contractor parking is allowed. Temporary emergency power must be provided for MH-20 electrical relocation. Procore is an acceptable file-sharing platform.
- Wage Rates: Compliance with DBA (Hennepin County, MN) and SCA wage determinations is required.
Important Notes
- Technical Questions Due: February 2, 2026, at 12:00 PM EST (extended by Amendment 0001).
- Offer Submission Due: February 17, 2026, at 10:00 AM EST.
- RFIs: Official government responses to 75 RFIs have been provided, clarifying various aspects including past performance requirements and staffing.
- Contacts: Zachary Penhollow (zachary.penhollow@va.gov, 440-391-2563) and Joelle M Mascarenas (joelle.mascarenas@va.gov, 216-707-7733).