Z1DA--578-26-004: Indefinite Delivery Indefinite Quantity (IDIQ) ACM Abatement Base Contract at the Hines VA Hospital in Hines, IL
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 Edward Hines, Jr. VA Hospital in Hines, IL, is conducting a Sources Sought to identify qualified firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) base contract for Asbestos Containing Material (ACM) Abatement and related services. This market research aims to determine the appropriate acquisition strategy, including potential set-asides for various business sizes. Responses are due by February 6, 2026, at 12:00 p.m. CST.
Scope of Work
This IDIQ contract will cover a five-year ordering period for various asbestos abatement and related activities across multiple locations on the Edward Hines, Jr. VA Hospital campus. Services include fire stopping, asbestos abatement, re-insulation, and hazardous substance removal. The objective is to maintain supporting infrastructure and functioning environments for the hospital's primary, extended, and specialty care services.
Contract Details
- Opportunity Type: Sources Sought (Solicitation 36C25226R0038)
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) Base Contract
- NAICS Code: 562910 (Abatement Services), Small Business Size Standard: $25.0 million
- Guaranteed Minimum Value: $25,000
- Maximum Net Value: $2,500,000
- Task Order Values: Each task order will not exceed $500,000 and will not be less than $25,000.
- Period of Performance: Five-year ordering period.
- Place of Performance: Edward Hines, Jr. VA Hospital, 5000 South 5th Avenue, Hines, IL 60141-5000.
Set-Aside & Eligibility
This is a market research effort to determine if a set-aside is appropriate for all business sizes, Small Businesses, Veteran-Owned Small Businesses (VOSB), or Service-Disabled Veteran-Owned Small Businesses (SDVOSB). For potential SDVOSB set-asides, firms must comply with VAAR 852.219-73, including limitations on subcontracting (LOS) and being listed in the SBA certification database (VIP). Special trade construction contractors must perform no more than 75% of the amount paid (excluding materials) to non-VIP-listed SDVOSBs.
Information Requested
Interested sources must submit an 8-page maximum response via email to Kristi.Kluck3@va.gov by the deadline. Submissions should include:
- Company information (name, address, POC, phone, email, SAM.gov OID, business status).
- Primary business nature, teaming agreements, self-performance, and subcontracting plans.
- Detailed construction background with abatement experience in hospital environments, including project descriptions, work performed, and costs.
- Business size details (SDVOSB, VOSB, WOSB, 8(a), HUBZone, SB, Large Businesses) and how small business requirements will be met if applicable.
- Qualifications of proposed subcontractors if not self-performing.
- Letter from surety regarding maximum bonding capacity (single task order, total active, total aggregate).
Special Requirements
Contractors must provide a qualified site superintendent (OSHA 30-hour) and all on-site employees (OSHA 10-hour). Strict adherence to Infection Control Barrier (ICB) requirements, VA Information Security Program, and the Buy American Act is mandatory. A 4-hour response time to the location is required. Preconstruction activities include developing various plans (Logistics, Security, Phasing, Accident Prevention, Quality Control, etc.) and providing performance and payment bonds. A current Illinois license is also required.
Response Deadline
Responses are due by Friday, February 6, 2026, at 12:00 p.m. CST. This is a Sources Sought Notice only; proposals are not being requested or accepted at this time.