36C25726R0010 | 674-21-252 Renovation of Bldg. 62 AC Shop

SOL #: 36C25726R0010Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
257-NETWORK CONTRACT OFFICE 17 (36C257)
San Antonio, TX, 78240, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Hospitals And Infirmaries (Y1DA)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 19, 2025
2
Last Updated
Jan 27, 2026
3
Submission Deadline
Jan 29, 2026, 4:00 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 Contract Office 17, has issued a Solicitation (RFP) 36C25726R0010 for the Renovation of Building 62 AC Shop at the Olin E. Teague Veterans' Medical Center in Temple, Texas. This project, estimated between $2,000,000 and $5,000,000, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Proposals are due by January 29, 2026, at 10:00 AM CST.

Scope of Work

The contractor will provide all labor, supervision, materials, and equipment for the comprehensive renovation of Building 62 AC Shop. This includes reconfiguring electrical, mechanical, plumbing, and other systems to ensure the space is safe and functional. The work requires strict compliance with all applicable city, county, state, federal regulations, OSHA standards, and Infection Control Risk Assessment (ICRA) protocols. Demolition and renovation activities must minimize disruption to adjacent workspaces within the 24-hour healthcare facility. Key requirements include providing a Site Superintendent, implementing a comprehensive safety plan and Contractor Quality Control Plan (CQCP), and ensuring proper housekeeping and fire watch services.

Contract Details

  • Type: Firm-Fixed-Price
  • NAICS Code: 236220 (Commercial and Institutional Building Construction)
  • PSC Code: Y1DZ
  • Magnitude: $2,000,000 to $5,000,000
  • Period of Performance: 360 calendar days after Notice to Proceed
  • Bonds & Insurance: Performance and Payment bonds, along with proof of insurance, are required within 10 calendar days after Notice of Award.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be SBA certified and registered in SAM.

Submission & Evaluation

  • Site Visit: December 29, 2025, at 9:00 AM CST.
  • RFIs Due: January 5, 2026, by 10:00 AM CST (email to jose.portalatinrivera@va.gov).
  • Proposals Due: January 29, 2026, by 10:00 AM CST. Submissions should be emailed to Rhonda.richardson5@va.gov and jose.portalatinrivera@va.gov.
  • Proposal Structure: Four volumes are required: Technical Acceptability, Past Performance, Price, and Solicitation, Offer, & Award Documents.
  • Evaluation Factors: Proposals will be evaluated based on Technical Acceptability (including Experience Modification Rating - EMR), Past Performance, and Price. Past Performance is significantly more important than price.

Key Clarifications & Requirements

Amendment 0002 provided crucial clarifications:

  • The contractor is responsible for repairing any damage to exterior walls caused by demolition activities.
  • The building is NOT fully sprinklered, correcting an error on Sheet E001.
  • Building Automation System (BAS) controls must match the existing Johnson Controls Metasys system.
  • A qualified Site Superintendent can also serve as the Quality Control (QC) and Site Safety and Health Officer (SSHO).
  • Bidders are referred to VA standard specifications for ICRA and pollution prevention, and were expected to evaluate existing site conditions during the pre-bid visit.
  • The contractor is responsible for identifying and utilizing a permitted facility for off-site hazardous waste disposal. Other requirements include O&M manuals, on-site training, a minimum three-year warranty, and compliance with a Pre-Construction Risk Assessment (PCRA) template.

Attachments

Key attachments include an Itemized Cost Breakdown (Attachment 4), Architectural Drawings (Attachment 1), a Pre-Construction Risk Assessment (PCRA) template (Attachment 3), the Statement of Work (SOW), and Specifications (Attachment 2).

People

Points of Contact

Jose P PortalatinriveraContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7
Solicitation
Posted: Jan 27, 2026
View
Version 6
Solicitation
Posted: Jan 27, 2026
View
Version 5Viewing
Solicitation
Posted: Jan 14, 2026
Version 4
Solicitation
Posted: Dec 30, 2025
View
Version 3
Solicitation
Posted: Dec 16, 2025
View
Version 2
Solicitation
Posted: Dec 16, 2025
View
Version 1
Pre-Solicitation
Posted: Nov 19, 2025
View