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), specifically the 257-NETWORK CONTRACT OFFICE 17 (36C257), has issued a Solicitation (36C25726R0010) for the Renovation of Building 62 AC Shop at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, identified as 674-21-252, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside with an estimated construction magnitude between $2,000,000 and $5,000,000. 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 to renovate Building 62, the AC Shop. This includes reconfiguring electrical, mechanical, plumbing, and other systems as detailed in the construction documents. Key requirements include:

  • Compliance with all applicable city, county, state, federal regulations, codes, and OSHA standards.
  • Adherence to Infection Control Risk Assessment (ICRA) and Infection Control (IC) standards.
  • Minimizing disruption to adjacent workspaces during demolition and renovation.
  • Providing a Site Superintendent, a comprehensive safety plan, and a Contractor Quality Control Plan (CQCP).
  • Required after-hours and weekend work may be necessary with prior VA-COR approval.
  • Operations and Maintenance Manuals (O&M) and on-site O&M training are required, along with a minimum three (3) year warranty.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45 million small business size standard.
  • PSC Code: Y1DA (Construction Of Hospitals And Infirmaries)
  • Period of Performance: 360 calendar days after Notice to Proceed.
  • Bonds: Performance and Payment bonds are required within 10 calendar days after Notice of Award.
  • Insurance: Proof of Insurance is required within 10 calendar days after Notice of Award.

Submission & Evaluation

  • Site Visit: A pre-bid site visit was held on 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. Proposals must be submitted in four volumes: Technical Acceptability, Past Performance, Price, and Solicitation, Offer, & Award Documents.
  • Evaluation Factors: Technical Acceptability (including Experience Modification Rating - EMR), Past Performance, and Price. Past Performance is significantly more important than price.

Amendments & Clarifications

  • Amendment 0001 extended the proposal due date to January 29, 2026.
  • Amendment 0002 posted responses to Requests for Information (RFI), clarifying aspects such as contractor responsibility for demolition damage, sprinkler status (building is NOT fully sprinklered), Building Automation System (BAS) controls (must match Johnson Controls Metasys), Site Superintendent/SSHO role (can be combined if qualified), dust control, and hazardous waste disposal (contractor responsible for off-site disposal).

Key Attachments

  • Attachment 1 - Drawings: Comprehensive architectural, structural, mechanical, electrical, and plumbing drawings.
  • Attachment 3 - PCRA: VHA Pre-Construction Risk Assessment template outlining safety and risk management requirements.
  • Attachment 4 - Itemized Cost Breakdown: Worksheet for detailed cost proposals by CSI divisions.
  • SOW - Bldg 62 AC Shop: Detailed Statement of Work outlining project objectives and requirements.

Eligibility

This is a 100% SDVOSB set-aside. Offerors must be SBA certified as SDVOSB and registered in SAM.

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 6Viewing
Solicitation
Posted: Jan 27, 2026
Version 5
Solicitation
Posted: Jan 14, 2026
View
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
Y1DZ--36C257-26-AP-0167 | NEW CON FY26 | 674-21-252 - Renovate Bldg. 62 AC Shop (VA-26-00003429) | GovScope