Z1DA--FY26: NRM (PROJ 673-26-112) DB Replace Fire Barrier Doors Buildings 32 and 38

SOL #: 36C24826Q0188Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
248-NETWORK CONTRACT OFFICE 8 (36C248)
TAMPA, FL, 33637, United States

Place of Performance

FL

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
Dec 19, 2025
2
Last Updated
Jan 7, 2026
3
Submission Deadline
Feb 16, 2026, 3:00 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 (DB) project to replace fire barrier doors at the James A. Haley VA Hospital in Tampa, Florida. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside with an estimated value between $150,000 and $200,000. The procurement is conducted in two phases, with Phase I quotes due by February 16, 2026, at 10:00 AM EST.

Project Scope

The project, NRM Project #673-26-112, involves replacing two drop-down fire barrier doors connecting Buildings 32 and 38 with fire-rated swing double doors. The scope includes: site investigation, design, preparation of drawings and specifications, demolition, construction, and installation. The new doors must be programmed to close automatically upon smoke detector activation. Due to high-traffic areas, some work may require off-hours (weekend, holiday, evening, night) completion. The DB team must include licensed and certified professionals, ensuring compliance with VA TIL specifications and patient-centered care concepts.

Contract Details

  • Contract Type: Firm-Fixed-Price, Design-Build
  • Estimated Magnitude: Between $150,000 and $200,000
  • Period of Performance: 270 calendar days after Notice to Proceed
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
  • Bonds: Payment and performance bonds (100% of order price) are required within 10 days of award. An offer guarantee (bid bond) of 20% of bid price or $3,000,000 (whichever is less) is required with price quotes.
  • Wage Determination: Davis Bacon Wage Determinations apply (General Decision FL20260208 dated 01/02/2026).

Submission & Evaluation

This is a two-phase procurement.

  • Phase I Quotes Due: February 16, 2026, at 10:00 AM EST.
  • Site Visit: January 16, 2026, at 09:00 AM EST (Building 42). Contact Roy Mason at Roy.Mason@va.gov to confirm attendance.
  • Requests for Information (RFIs) Due: January 23, 2026, at 10:00 AM EST, submitted via email to david.hernandez1@va.gov.
  • Offer Acceptance Period: Minimum 120 calendar days.
  • Evaluation Factors (Phase I): Contractor Team and Personnel Qualifications, Specialized Experience and Capability, and Relevant Past Performance. A maximum of five highly-rated Phase I offerors will be invited to Phase II.
  • Evaluation Factors (Phase II): Management Approach and Key Personnel Narrative, Schedule, and Price.
  • Evaluation Criteria: Technical factors are more important than price. Award may be made without discussions.

Key Requirements & Attachments

  • SDVOSB Verification: Offerors must be verified by Small Business Search (search.certifications.sba.gov).
  • Limitations on Subcontracting: Offeror must perform at least 15% of the contract cost (excluding materials) with its own employees.
  • Safety & Environmental Record: Submit information demonstrating no more than three serious, one repeat, or one willful OSHA/EPA violation in the past three years, and an Experience Modification Rate (EMR) not exceeding 1.0. An EMR greater than 1.0 will result in ineligibility.
  • Quality Control: Comprehensive Contractor Quality Control (CQC) and Design Quality Control (DQC) plans are required.
  • Submittals: Detailed requirements for shop drawings, product data, samples, and a submittal register are outlined.
  • Site Surveys: Requirements for boundary, topographic, and utility surveys are specified.
  • Demolition: Specific procedures for demolition and debris disposal are detailed.
  • Environmental Controls: A comprehensive environmental protection plan is required, covering air, water, land, noise, and waste management.
  • As-Built Drawings: Existing

People

Points of Contact

David M HernandezContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View

Versions

Version 2Viewing
Solicitation
Posted: Jan 7, 2026
Version 1
Pre-Solicitation
Posted: Dec 19, 2025
View
Z1DA--FY26: NRM (PROJ 673-26-112) DB Replace Fire Barrier Doors Buildings 32 and 38 | GovScope