Y1DZ--675-106 Expand Radiology & Oncology Minor Construction - Lake Nona

SOL #: 36C77626R0035Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
PCAC (36C776)
INDEPENDENCE, OH, 44131, United States

Place of Performance

Orlando, FL

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Other Hospital Buildings (Y1DZ)

Set Aside

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

Timeline

1
Posted
Feb 2, 2026
2
Last Updated
Apr 27, 2026
3
Submission Deadline
Apr 29, 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) is soliciting proposals for a Firm-Fixed-Price, Design-Bid-Build minor construction project to expand Radiology & Oncology facilities at the Orlando VA Medical Center, Lake Nona, FL. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Proposals are due April 29, 2026, at 2:00 PM EST.

Project Overview

This solicitation (RFP 36C77626R0035) seeks a contractor for Project #675-106, "Expand Radiology & Oncology Minor Construction - Lake Nona." The project involves comprehensive site preparation, demolition, and new construction/alterations, including civil, structural, fire suppression, plumbing, mechanical, and electrical work. The estimated magnitude of construction is between $10,000,000 and $20,000,000. The place of performance is the Orlando VA Medical Center, 13800 Veterans Way, Orlando, FL 32827.

Key Requirements & Scope

The scope includes furnishing all labor and materials for the expansion, with detailed specifications provided in "Attachment 3 - Specs REV_02-26-2026.pdf" and "Attachment 2 - Drawings.pdf".

  • Phased Execution: The project will be completed in multiple phases (Phase 0, 1A, 1B, 1C, 1D, 2, 3) to ensure continuous Medical Center operations. Phase 0 allows for rough-in installation in the interstitial level.
  • Deduct Items: Options exist to exclude MRI #1 Scan Room interior build-out and renovation of the existing Radiology area (except for a connecting corridor).
  • Specialized Systems: Includes stringent motor requirements (NEMA Premium Efficiency for motors >= 1 HP), RF shielding design and installation for MRI rooms (contractor responsibility), and specific brand-name equipment for physical security (Lenel Onguard), cameras (PELCO), nurse call (Rauland-Borg Responder 5), and fire alarm programming (Scien Building Solutions/Dynafire).
  • Safety & Environmental: Adherence to Pre-Construction Risk Assessment (PCRA) and Infection Control Risk Assessment (ICRA) standards (Category D, Level III), Accident Prevention Plan (APP), Activity Hazard Analyses (AHAs), and sustainable construction practices.
  • Personnel: Site Superintendent, QC Manager, and Site Safety and Health Officer (SSHO) must be separate individuals.
  • Temporary Facilities: Contractor is responsible for temporary power, water, and sanitary facilities.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP).
  • Period of Performance: Approximately 450 calendar days from Notice to Proceed (NTP), which is anticipated within 90 days of award.
  • Subcontracting Limitations: For general construction, the prime contractor cannot pay more than 85% of the amount received from the government to non-SDVOSB/VOSB firms (excluding material costs). A certification of compliance is required.
  • Wage Rates: Compliance with current Davis-Bacon Act (DBA) Wage Rates for Orange County, FL, as detailed in "Attachment 6".
  • Bonds: Bid Guarantee (SF 24) not less than 20% of proposal price (not to exceed $3,000,000), and Payment and Performance Bonds (SF 25A and SF 25) are required within 10 days of award.

Submission & Evaluation

  • Submission: Proposals must be submitted via email to Shawn.Tavernia@va.gov (cc: Bridget.May@va.gov).
  • Proposal Volumes: Proposals require three volumes: Volume I (Past Performance), Volume II (Price), and Volume III (Administrative Information).
  • Evaluation: Award will be based on a "best value" tradeoff process, where Past Performance is approximately equal to Price.
    • Past Performance: Evaluated on recency, relevancy, and quality. Projects must be completed within the last ten years, 100% complete, over $10 million, and over 5,000 square feet to be considered relevant. Offerors without relevant past performance may receive a "Neutral Confidence" rating.
    • Price: Evaluated based on the total price provided on the Price Schedule and Division Cost Breakdown (Attachment 11).
  • Negotiations: The Government reserves the right to award without negotiations.

Important Dates & Contacts

  • Proposal Due Date: April 29, 2026, at 2:00 PM EST.
  • Technical Questions Due Date: April 6, 2026, at 2:00 PM EST (Note: This date has passed, but it's important context for the Q&A document).
  • Primary Contact: Shawn Tavernia, Contract Specialist, Shawn.Tavernia@va.gov, 216-447-8321.
  • Secondary Contact: Bridget May, bridget.may@va.gov, 216-447-8321.

People

Points of Contact

Shawn TaverniaContract SpecialistPRIMARY
Bridget MaySECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Solicitation
Posted: Apr 27, 2026
View
Version 9
Solicitation
Posted: Apr 24, 2026
View
Version 8Viewing
Solicitation
Posted: Apr 22, 2026
Version 7
Solicitation
Posted: Apr 16, 2026
View
Version 6
Solicitation
Posted: Mar 31, 2026
View
Version 5
Solicitation
Posted: Mar 24, 2026
View
Version 4
Solicitation
Posted: Mar 23, 2026
View
Version 3
Solicitation
Posted: Mar 12, 2026
View
Version 2
Solicitation
Posted: Mar 11, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 2, 2026
View