Z1DA--630A4-26-102 GI RENOVATION PHASE III

SOL #: 36C24226R0018Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
242-NETWORK CONTRACT OFFICE 02 (36C242)
ALBANY, NY, 12208, United States

Place of Performance

Brooklyn, NY

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Maintenance Of Hospitals And Infirmaries (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Nov 21, 2025
2
Last Updated
Apr 28, 2026
3
Response Deadline
Dec 30, 2025, 5:00 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 NETWORK CONTRACT OFFICE 02 (36C242), is soliciting proposals for GI RENOVATION PHASE III at the VA New York Harbor Healthcare System, Brooklyn Campus. This is a Two-Phase Design-Build acquisition for turnkey services. The opportunity is a Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. SF330 submittals are due by May 18, 2026, at 12:00 PM EDT.

Scope of Work

This project requires comprehensive design and construction services for the GI Renovation Phase III. The scope includes extensive interior construction and mechanical upgrades across multiple areas:

  • Area A (4th Floor): Completion of partitions, gypsum board, acoustical ceilings, lighting, doors, hardware, millwork, painting, flooring, finishes, new ductwork, exhaust fans, electrical systems (lights, controls, power, data, fire alarm), sprinkler heads, piping, and AC-5 ductwork installation.
  • Area B (4th Floor): Minor remaining work including furniture/equipment installation, punch-list completion, medical boom installation, AHU-1 startup and verification, MEP punch-list, lighting replacement, and additional power/data outlets.
  • Mechanical Room (5th Floor): Removal and replacement of the existing AC-5 unit, connection of associated services (steam, chilled water, drain piping, electrical), modification of ductwork and controls, and installation of new high-pressure steam lines with PRV stations. Both AHU-1 and AC-5 must have year-round cooling capability.

The selected contractor must retain Premier Engineering Group, Inc. for the development of the full Design-Build Package, including drawings and specifications. All work must adhere to VA design guidelines, VA standards, OSHA, NFPA, and manufacturer specifications.

Contract Details

  • Contract Type: Firm-Fixed-Price, Two-Phase Design-Build.
  • Estimated Cost Range: Between $2,000,000 and $5,000,000.
  • Period of Performance: 365 calendar days from the Notice to Proceed.
  • Place of Performance: VA New York Harbor Healthcare System, Brooklyn Campus, Brooklyn, NY 11209.
  • Product Service Code (PSC): Z1DA (Maintenance Of Hospitals And Infirmaries).
  • NAICS Code: 236220.

Submission & Evaluation

  • SF330 Submittal Deadline: May 18, 2026, 12:00 PM EDT. Submissions must be via email only to Vladimir.Stoyanov@VA.GOV.
  • SF330 Review and Score Completion: May 26, 2026.
  • Interview and Presentation: May 28, 2026 (only the top three highest-scoring firms will be invited).
  • Design and Construction Proposal Negotiation: May 29, 2026 (for the highest-scored firm).
  • Evaluation Criteria: Proposals will be evaluated based on cost and technical factors. Technical factors (Construction Management 60%, Past Performance 20%, Schedule 10%, Small Disadvantaged Business Participation 10%) are approximately equal in importance to cost. If technical proposals are essentially equal, the award will be based on the lowest cost.
  • Required Forms: VA Form 6298 is required for the fee proposal, submitted with SF330 and construction estimate.

Eligibility & Requirements

  • Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • Registrations: Offerors must be registered in SAM, SBA (SBAcert.gov), and Dun & Bradstreet (dnb.com) at the time of offer submission and award.
  • Personnel: All personnel must complete "VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information." Contractors must utilize the VISN 2 Autodesk Build Construction management platform (ACC) and complete associated training. Contractor personnel will require background investigations, PIV cards, and security checks.
  • General: A one-year warranty on workmanship and materials is required. Contractors must provide an English-speaking supervisor with at least five years of experience. Debris removal and disposal, with a goal of 50% waste diversion, is mandatory. Compliance with Participation Goals for Minorities and Females is expected.

Additional Notes

Liquidated damages for delay are $719.53 per calendar day. All other terms and conditions remain unchanged from previous solicitations, except as modified by Amendment 0004.

People

Points of Contact

Contracting OfficerVladimir StoyanovPRIMARY

Files

Files

Download

Versions

Version 6
Solicitation
Posted: Apr 28, 2026
View
Version 5
Solicitation
Posted: Apr 15, 2026
View
Version 4
Solicitation
Posted: Apr 2, 2026
View
Version 3
Solicitation
Posted: Mar 6, 2026
View
Version 2
Solicitation
Posted: Feb 27, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Nov 21, 2025