Z1DA--FY26: NRM (PROJ 673-26-112) DB Replace Fire Barrier Doors Buildings 32 and 38
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), Network Contracting Office 8, has issued a two-phase Design-Build (DB) solicitation for the replacement of fire barrier doors at the James A. Haley VA Hospital in Tampa, Florida. This project, titled "FY26: NRM (PROJ 673-26-112) DB Replace Fire Barrier Doors Buildings 32 and 38," is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The estimated magnitude is between $150,000 and $200,000. Phase I quotes are due February 16, 2026, at 10:00 AM EST.
Project Overview
This solicitation seeks qualified SDVOSBs to provide all professional services, equipment, labor, and materials for the design and construction required to replace two existing drop-down fire barrier doors with fire-rated swing double doors in Buildings 32 and 38. The project involves demolition, new construction, and integration with the existing Johnson Controls fire alarm system to ensure automatic door closure upon smoke detection. Some work may necessitate off-hours completion due to high-traffic areas within the medical center.
Scope of Work
Key deliverables include:
- Site investigation, design, preparation of drawings, phase planning, and specifications.
- Demolition of existing drop-down doors and associated structures.
- Installation of new fire-rated swing double doors.
- Integration of new smoke detectors with the existing fire alarm system.
- Ensuring proper fire barrier integrity above and below ceilings.
- Compliance with VA, local, state, and Federal occupational safety laws, including OSHA and VA guidelines.
- Design must incorporate Patient and Family Centered Care concepts.
- Development and adherence to a detailed infection control containment plan.
- Third-party review of Life Safety Provisions by a licensed Fire Protection Engineer.
Contract Details
- Contract Type: Firm-Fixed-Price, Design-Build (DB).
- Estimated Magnitude: $150,000 to $200,000.
- Period of Performance: 270 calendar days from Notice to Proceed.
- NAICS Code: 236220 (Commercial and Institutional Building Construction), with a $45M size standard.
- Product Service Code: Z1DA (Maintenance Of Hospitals And Infirmaries).
- Bonds: Payment and performance bonds are required within 10 calendar days of award. A bid guarantee of 20% of the bid price or $3,000,000 (whichever is less) is also required.
Submission & Evaluation
This is a two-phase procurement.
- Phase I Evaluation Factors: Contractor Team and Personnel Qualifications, Specialized Experience and Capability, and Relevant Past Performance. Technical factors are more important than price in Phase I.
- Phase II Evaluation Factors: Management Approach and Key Personnel Narrative, Schedule, and Price.
- Offerors must submit safety and environmental record information, including an Experience Modification Rate (EMR) not exceeding 1.0.
- A Past and Present Performance Questionnaire must be completed by references.
- A detailed cost breakdown using the provided template is required.
Key Requirements & Compliance
- Set-Aside: 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
- Registration: Offerors must be actively registered in SAM.gov and the Small Business Search database.
- Limitations on Subcontracting: At least 15% of the contract cost (excluding materials) must be performed by the offeror's own employees.
- Safety: Strict adherence to safety requirements, including an Accident Prevention Plan (APP) and Activity Hazard Analyses (AHAs), and compliance with USACE EM 385-1-1 and OSHA regulations.
- Quality Control: Establishment and maintenance of an effective Contractor Quality Control (CQC) system, including a CQC Plan and Design Quality Control Plan for DB projects.
- Environmental Controls: Management of environmental pollution and damage, including a Waste Management Plan with a minimum diversion rate (e.g., 50% for recycling).
- Wage Rates: Compliance with Davis-Bacon Act prevailing wage rates for Hillsborough County, Florida.
Important Dates
- Site Visit: January 16, 2026, 09:00 AM EST (Building 42).
- RFIs Due Date: January 23, 2026, 10:00 AM EST.
- Phase I Quotes Due Date: February 16, 2026, 10:00 AM EST.
- Offer Acceptance Period: Minimum 120 calendar days.
- Contact: David Hernandez, Contracting Officer, DAVID.HERNANDEZ1@VA.GOV, 813-893-3904.