Y1DZ--B3-Fourth Floor PACT Renovation Project # 659-26-800

SOL #: 36C24626R0031_2Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
246-NETWORK CONTRACTING OFFICE 6 (36C246)
HAMPTON, VA, 23667, United States

Place of Performance

Salisbury, NC

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
Apr 3, 2026
2
Submission Deadline
May 4, 2026, 2:00 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 Salisbury VAMC, is soliciting Design-Build proposals for the renovation of the fourth floor of Building 3 to establish a Primary Care Unit (PACT). This project, identified as Y1DZ--B3-Fourth Floor PACT Renovation Project # 659-26-800, aims to enhance patient flow, staff communication, patient visit efficiency, accessibility, and the overall appearance of the space. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, with an estimated value between $5,000,000 and $10,000,000. Phase I proposals are due June 23, 2026.

Scope of Work

The project encompasses comprehensive general construction and alterations, including the necessary removal of existing building elements. Key aspects include:

  • Renovation: Demolition, reframing, painting, new ceiling grids and tiles, and new flooring (LVT or carpet) across specific sections of the fourth floor.
  • HVAC System: Removal and replacement of existing Fan Coil units with a ducted forced-air system. Demolition and replacement of existing Air Handling Units (AHU-16, AHU-17, AHU-18, AHU-19 schedules are provided).
  • Asbestos Abatement: Required for existing VCT flooring mastic and hydronic piping insulation.
  • Trades: The scope involves demolition/asbestos abatement, plumbing, HVAC, electrical, low-voltage, fire protection, life safety, painting, carpentry, mill work, flooring, data, and physical security.
  • Bid Items: The solicitation includes Bid Item I (Base) for the full scope and Bid Item II (Deduct Alternate No. 1), which offers an option for light demolition and cosmetic updates in certain north-central portions instead of full renovation.
  • Technical Details: Extensive technical drawings are provided, detailing structural framing (4th floor), plumbing (4th floor), steam risers, water riser diagrams, and various HVAC plans for the fourth floor.
  • Quality Control: Contractors must establish an effective Contractor Quality Control (CQC) system, submit a CQC Plan within 15 calendar days of the Notice to Proceed, and ensure qualified CQC personnel (including CQM for Construction course completion).

Contract & Timeline

  • Contract Type: Firm-Fixed-Price Design-Build.
  • Period of Performance: 360 Calendar Days from the Notice to Proceed.
  • Estimated Value: $5,000,000 - $10,000,000.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be registered and certified in the SBA database.
  • Published Date: April 3, 2026.
  • Phase I Questions Cut-off: April 13, 2026, 10:00 AM EST.
  • Phase I Proposal Submission: June 23, 2026.
  • Anticipated Contract Award: September 8, 2026.
  • Anticipated Notice to Proceed: September 23, 2026.
  • Anticipated Construction Completion: September 18, 2027.

Evaluation

This is a Two-Phase Design-Build Acquisition.

  • Phase I: Proposals will be evaluated on Corporate Experience, Technical Approach, Past Performance, and Construction Management. A maximum of four offerors will be selected to proceed to Phase II.
  • Phase II: Requires a Technical Solution, Schedule, and Price proposal.
  • Source Selection: Award will be based on a Best Value Tradeoff, where factors other than price are significantly more important than price alone.

Submission & Special Requirements

Proposals must be submitted electronically via email to Sean.Cosby@va.gov; faxed proposals will not be accepted. A Bid Guarantee will be required for Phase II. Offerors must complete and submit the FAR 52.225-2 Buy American Act Certificate and VAAR 852.219-75 Limitations on Subcontracting Certificate in Phase II. Wage Determination No. NC20260017 applies. Site visits require an appointment with the Medical Center Engineering Department's COR. Contractors are also required to provide a security plan, a security memorandum, maintain and submit as-built drawings, and provide a Warranty Management Plan.

People

Points of Contact

Sean Cosby (CO) Vangie Miller (BC)Contracting Team:PRIMARY

Files

Files

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

Versions

Version 1Viewing
Solicitation
Posted: Apr 3, 2026
Y1DZ--B3-Fourth Floor PACT Renovation Project # 659-26-800 | GovScope