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), through its PCAC office, has issued a Solicitation (RFP 36C77626R0035) for a Firm-Fixed-Price, design-bid-build minor construction project to expand Radiology & Oncology facilities at the Orlando VA Medical Center in Lake Nona, FL. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due April 29, 2026, at 2:00 PM EST.

Scope of Work

This project, identified as #675-106, involves comprehensive site preparation, demolition, and new construction/alterations. The scope includes civil, structural, fire suppression, plumbing, mechanical, and electrical work. The project will be executed in multiple phases (Phase 0, 1A, 1B, 1C, 1D, 2, and 3) to ensure continuous Medical Center operations, with a two-week transition period between Phases 2 and 3. Key requirements include adherence to NEMA Premium Efficiency for motors, specific brand-name equipment (Lenel Onguard, Pelco, Rauland-Borg Responder 5, Honeywell for Fire Alarm), and contractor responsibility for RF shielding design and installation in MRI rooms. The VA will provide the MRI machines and the Commissioning Agent. References to deduct alternates in specifications and drawings should be disregarded.

Contract Details

This is a Firm-Fixed-Price (FFP) contract with an estimated magnitude between $10,000,000 and $20,000,000. The period of performance is approximately 450 calendar days from the Notice to Proceed. A Bid Guarantee (SF 24) of not less than 20% of the proposal price (not exceeding $3,000,000) is required. Performance and Payment Bonds (SF 25A and SF 25) are due within 10 days of award. The project is not tax-exempt; offerors must include all state and local sales or use taxes in their bid price.

Eligibility & Set-Aside

This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be certified SDVOSBs in the SBA VetCert database at the time of proposal submission and award. Limitations on subcontracting apply: the prime contractor cannot pay more than 85% (general construction) or 75% (special trade construction) of the amount received from the government to non-SDVOSB/VOSB firms, excluding material costs. Members of the design team are prohibited from participating in the construction team. Large businesses not part of an approved VA Mentor-Protégé team cannot provide bid guarantees or payment/performance bonds for an SDVOSB.

Submission & Evaluation

Proposals are due by April 29, 2026, at 2:00 PM EST, and must be submitted via email to Shawn.Tavernia@va.gov (cc: Bridget.May@va.gov). Submissions require three volumes: Volume I (Past Performance), Volume II (Price), and Volume III (Administrative Information). Award will be based on a best value tradeoff process, with Past Performance considered approximately equal to Price. Past performance will be evaluated on recency (within 10 years), relevancy (projects >$10M and >5,000 sq ft), and quality. Offerors without relevant past performance may receive a "Neutral Confidence" rating. All personnel require a VA PIV Card, and the Site Superintendent, QC Manager, and SSHO must be separate individuals. Current Davis-Bacon Act Wage Rates apply.

Key Amendments & Clarifications

Multiple amendments and technical question responses have been issued. The latest clarifications confirm the SDVOSB set-aside, bonding requirements, and specific brand-name equipment. Phasing has been updated to include a new Phase 0, and the VA will now be responsible for the Commissioning Agent. Importantly, references to deduct alternates in the specifications and drawings are to be disregarded.

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
Download
Download
Download
Download
Download
Download

Versions

Version 10
Solicitation
Posted: Apr 27, 2026
View
Version 9Viewing
Solicitation
Posted: Apr 24, 2026
Version 8
Solicitation
Posted: Apr 22, 2026
View
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
Y1DZ--675-106 Expand Radiology & Oncology Minor Construction - Lake Nona | GovScope