Z1DA | 586-25-101 | SITE PREP IR UPGRADE | DESIGN-BUILD | JACKSON, MS | AMEND 0001

SOL #: 36C25626R0018Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
256-NETWORK CONTRACT OFFICE 16 (36C256)
RIDGELAND, MS, 39157, United States

Place of Performance

Jackson, MS

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Maintenance Of Hospitals And Infirmaries (Z1DA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 15, 2026
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Mar 13, 2026, 7:00 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) is soliciting proposals for a Design-Build project titled "Site Prep Interventional Radiology (IR) Upgrade" at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, MS. This project involves renovating existing Radiology Department space to support new Philips IR and CT machines, and converting vacated IR space for administrative services. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due March 13, 2026, at 2:00 PM CST.

Scope of Work

The contractor will provide a turnkey Design-Build solution to renovate approximately 1,590 square feet of existing Radiology Department space for new Philips IR and CT machines, control rooms, and adjacent support areas. Additionally, 1,205 square feet of vacated IR space will be renovated for displaced Radiology administrative services. The scope includes:

  • Comprehensive project management, design services by licensed professionals, materials, and labor.
  • Demolition and restoration of architectural, structural, mechanical, electrical, and plumbing systems.
  • Installation of new HVAC systems (Liebert), a 700-pound rated Guldmann GH3+ patient lift, built-in millwork, and new spaces (restroom, mechanical/computer room, pharmacy, storage, office).
  • Modifications to electrical, plumbing, medical gas, sprinkler, and fire alarm systems.
  • Adherence to VA Design Guides, JCAHO, NFPA, ICARA, OSHA, and life safety requirements.
  • Coordination with Philips Medical Systems for equipment installation (Philips equipment furnished separately).
  • Work must be performed without affecting medical center operations. Specific brand-name items are required for standardization, including Johnson Controls (HVAC/BAS), Siemens (Fire Alarm), Vicon Valerus (Security Cameras), Software House (Access Controls), Guldmann GH3+ (Patient Lift), Liebert (HVAC), and Amico Ohmeda (Medical Gas).

Contract Details

  • Type: Firm-Fixed Price construction contract.
  • Magnitude: Between $2,000,000 and $5,000,000.
  • NAICS: 236220 (Commercial and Institutional Building Construction) with a $45 million size standard.
  • Period of Performance: 450 calendar days from Notice to Proceed.
  • Bonds: A bid bond is required with the proposal; Performance and Payment bonds will be required from the awardee.
  • Proposal Acceptance: A 90-day proposal acceptance period is required.

Set-Aside & Eligibility

This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be registered with SBA VetCert (Veteran Small Business Certification) and in SAM.gov, with completed online Representations and Certifications, prior to the solicitation due date. Joint Ventures must submit certification from each SDVOSB partner.

Submission & Evaluation

This is a two-phase Design-Build acquisition. Phase I proposals are due via email. The evaluation will use a "Best Value" tradeoff strategy. Phase I factors include Technical Approach, Technical Qualifications, and Past Performance. Phase II will evaluate Technical Design Concept, Administrative (Draft Project Schedule & Narrative), and Price. Offerors must acknowledge all amendments. Requests for Information (RFIs) are due 14 calendar days prior to the proposal due date via the provided RFI form (Exhibit E) to lisa.peace@va.gov.

Key Dates & Contact

  • Proposal Due Date: March 13, 2026, at 2:00 PM CST (extended by Amendment 0001).
  • Contact: Lisa Peace (Lisa.Peace@va.gov).

People

Points of Contact

Lisa PeacePRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Solicitation
Posted: Mar 4, 2026
View
Version 3Viewing
Solicitation
Posted: Mar 3, 2026
Version 2
Solicitation
Posted: Jan 30, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 15, 2026
View