Z1DA--550-23-108 Renovate 58-1 R102 for Supply Chain Management Service
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), specifically the 252-NETWORK CONTRACT OFFICE 12 (36C252), is soliciting bids for Project 550-23-108: Renovation of 58-1 R102 for Supply Chain Management Service at the VA Illiana Healthcare System in Danville, IL. This is a Firm-Fixed-Price construction contract, 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project magnitude is estimated between $1,000,000 and $2,000,000. Bids are due by March 17, 2026, at 1:00 PM CST.
Scope of Work
The project involves the comprehensive renovation of space 58-1 R102 to establish a Supply Chain Management warehouse facility, including the remodeling of existing warehouse and office areas. The contractor will be responsible for providing all labor, materials, supplies, equipment, management, and supervision. Key requirements include compliance with all federal, state, and local codes, VA Codes, Standards, and Executive Orders, as well as VA's Construction Safety and Infection Control Policies. The work must be completed within 365 calendar days from the Notice to Proceed and includes a one-year parts and labor warranty. The scope also encompasses hazardous material abatement, specifically the handling, removal, and disposal/recycling of asbestos-containing materials (ACBM) and Polychlorinated Biphenyl (PCB) containing ballasts and mercury-containing fluorescent light tubes, as detailed in attachments.
Contract Details
- Contract Type: Firm-Fixed-Price
- Estimated Magnitude: $1,000,000 to $2,000,000
- Performance Period: 365 calendar days after receipt of Notice to Proceed
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45 million.
- Wage Determination: IL20260002, effective 01/23/2026, applies to this project.
Submission & Evaluation
- Bid Due Date: March 17, 2026, at 1:00 PM CST.
- Submission Method: Only in-person hard copy and mailed bid submissions will be accepted at the Great Lakes Acquisition Center (GLAC) in Milwaukee, WI. Email submissions are not permitted.
- Bid Opening: Will be held in-person at GLAC on March 17, 2026, at 1:00 PM CST.
- Eligibility: This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Bidders must be CVE Verified and listed in the SBA database at the time of bid submission and award.
- Requirements: A bid guarantee of not less than 20% of the bid price (not to exceed $3,000,000) is required. Performance and Payment Bonds will be necessary upon award. Bidders must have no more than three serious, or one repeat or willful OSHA or EPA violation in the past three years and must submit their current Experience Modification Rate (EMR).
- Site Visit: A pre-bid site visit was held on February 5, 2026.
- Clarifications: Responses to Request for Information (RFI) questions and related attachments have been published. Bidders are responsible for monitoring SAM.gov for all amendments.
Key Attachments & Notes
Important attachments include detailed bid specifications, construction drawings (architectural, structural, mechanical, electrical, plumbing, fire suppression), asbestos survey reports, asbestos drawing markups, and specifications for PCB/mercury-containing material handling. These documents are crucial for understanding the full scope and requirements.