Z1DA--692-22-102 Renovate B211A for Specialty Care

SOL #: 36C26026R0021Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
260-NETWORK CONTRACT OFFICE 20 (36C260)
VANCOUVER, WA, 98661, United States

Place of Performance

White City, OR

NAICS

Plumbing (238220)

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
Jan 14, 2026
2
Last Updated
Feb 20, 2026
3
Submission Deadline
Mar 23, 2026, 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) is soliciting proposals for the renovation of Building B211A for Specialty Care at the VA Southern Oregon Rehabilitation Center & Clinics (VA SORCC) in White City, OR. This project, estimated between $1,000,000 and $2,000,000, is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due by March 23rd, 2026, at 10:00 AM PST.

Scope of Work

This acquisition seeks a construction contractor to perform comprehensive renovations on approximately 2,100 gross square feet of Building B211A. The scope includes architectural, mechanical, electrical, plumbing, life safety, and structural upgrades to convert the space into a specialty care area. The contractor will provide all necessary materials, labor, equipment, and supervision, adhering to detailed drawings and specifications (Project No. 692-22-102).

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Magnitude: Between $1,000,000 and $2,000,000
  • Performance Period: 240 days
  • NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a $19 Million size standard
  • Product Service Code: Z1DA (Maintenance of Hospitals and Infirmaries)

Key Requirements & Deliverables

The project involves extensive construction activities, including demolition, new construction, and system installations. Specific requirements include:

  • Compliance with detailed architectural drawings, fire protection, plumbing, mechanical, and electrical plans.
  • Adherence to comprehensive technical specifications covering general requirements, building components, finishes, specialties, and building systems.
  • Critical Requirement: Use ASTM A193 bolts instead of ASTM A307 bolts for steam and hot water pipe flanges, superseding general specifications.
  • Implementation of a Contractor Quality Control (CQC) system, Accident Prevention Plan (APP), and Infection Control Risk Assessment (ICRA).
  • Maintenance of a Critical Path Method (CPM) schedule with monthly updates.
  • Sustainability measures including waste diversion and use of low-emitting materials.

Personnel & Performance Standards

  • Dedicated, on-site Superintendent, Construction Quality Control Manager (CQCM), and Project Manager (PM) are required. The Site Safety and Health Officer (SSHO) role may be combined with the Superintendent if qualified.
  • Mandatory weekly progress meetings, requiring a meeting agenda and a three-week look-ahead schedule 24 hours prior.
  • Work to be performed during normal business hours (0800-1700 Pacific), unless approved otherwise.

Submission & Evaluation

  • Proposals Due: March 23rd, 2026, at 10:00 AM PST. Submissions via email only to Alan.Perez@va.gov and Helen.Woods@va.gov.
  • Requests for Information (RFIs) Due: March 9th, 2026, at 10:00 AM PST.
  • Organized Site Visit: March 3rd, 2026, at 8:30 AM PST at Building 229.
  • Evaluation: Best-value trade-off approach. Technical Experience is significantly more important than Past Performance, and both combined are significantly more important than Price.
  • Past Performance: Bidders must ensure the provided Past Performance Questionnaire (PPQ) is completed by clients and included in their SF330 submission.

Eligibility & Important Notes

  • This is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors must be actively registered in SAM.gov.
  • The Davis-Bacon Act Wage Determination for Jackson County, Oregon, applies, requiring adherence to specified prevailing wage rates and fringe benefits.
  • Strict compliance with VA security programs, site management restrictions, and parking coordination is required.

People

Points of Contact

Alan C PerezContract SpecialistPRIMARY
Helen WoodsSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Feb 20, 2026
Version 2
Pre-Solicitation
Posted: Jan 23, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 14, 2026
View