Y1LZ--TIERED SET-ASIDE - Parking Ramp Expansion Minor Construction - Buffalo VAMC 528-375
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, is soliciting proposals for a Firm Fixed-Price contract for the Parking Ramp Expansion Minor Construction (Project 528-375) at the VA Medical Center in Buffalo, NY. This project involves a two-level vertical expansion of the existing parking ramp, including a new stair and elevator tower, and associated site improvements. This is a Tiered Set-Aside procurement, prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Proposals are due May 28, 2026, at 1:00 PM EDT.
Scope of Work
The project entails a design-bid-build approach for the expansion of the existing parking ramp. Key deliverables include:
- Site preparation, demolition, and removal of existing structures.
- Construction of a two-level addition atop the existing three-level parking structure.
- Construction of a new stair and elevator tower on the northwest side of the ramp.
- Modifications and improvements to adjacent grounds.
- Repairs and restoration of the existing parking structure.
- Provision of a minimum of two off-campus parking lots, each with at least 200 spaces, to replace parking impacted by construction.
Contract Details
- Contract Type: Single Firm-Fixed-Price.
- Period of Performance: Approximately 600 calendar days from the Notice to Proceed.
- Estimated Value: Magnitude of construction is between $10,000,000 and $20,000,000, with a target cost limit of $18,000,000.
- Product Service Code: Y1LZ (Construction Of Parking Facilities).
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45.0 million.
Set-Aside & Eligibility
This procurement is a tiered set-aside based on 38 U.S.C. 8127. Evaluation tiers are: (1) SDVOSB concerns, (2) VOSB concerns, (3) other small business concerns, and (4) large business concerns. Offerors must comply with VAAR 852.219-75, certifying that for general construction contracts, no more than 85% of the contract amount will be paid to firms that are not certified SDVOSBs or VOSBs.
Submission & Evaluation
- Procurement Method: Request for Proposals (RFP) in accordance with FAR Part 15.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA) procedures, based on project experience, personnel qualifications, and price.
- Proposal Submission: Via email to Kara.Evert@va.gov and Richelle.Gray@va.gov.
- Proposal Due Date: May 28, 2026, at 1:00 PM EDT (extended by Amendment 0003).
- Bonds: A bid bond (20% of proposal price or $3,000,000, whichever is less) is required. Performance and Payment Bonds are required upon award.
- Amendments: Offerors must acknowledge receipt of all amendments (0001, 0002, 0003).
Key Clarifications & Requirements
- Contract Terms: The contract remains firm-fixed-price; economic price adjustments for labor and materials are not included.
- Buy American Act: FAR 52.225-11 and FAR 52.225-12 requirements apply.
- Design Team Restriction: Members of the design team are precluded from participating as Prime contractor, Mentor-Protégé partner, or subcontractor.
- Personnel Access: All personnel working within VA facilities or requiring access to VA systems need a PIV card.
- Wage Determinations: Applicable wage rates include DBA Wages (NY20260050) for construction and SCA Wages (2015-4147, Rev. 35) for services, including off-site parking locations.
- Safety & Risk: A Pre-Construction Risk Assessment (PCRA) details potential hazards and required mitigation strategies, including specific plans for infection control (ICRA), noise, vibration, and life safety.
- Deductive Line Items: Several deductive line items (#1-9) have been applied to the scope; offerors must reflect these changes. Alternate pricing for Deduct #10 is required.
Important Documents
Bidders must review comprehensive specifications (Volumes 1 & 2), detailed drawings (General, Civil, Structural, Architectural, Fire Protection, Plumbing, Mechanical, Electrical, Technology), a Summary of Qualification Requirements, and the Subsurface Exploration Report. A Division Cost Breakdown template is provided for proposal pricing.
Contact Information
For questions, contact Kara Evert (Contract Specialist) at kara.evert@va.gov. Phone calls will not be accepted.