Z1DA--Relocate Infusion Clinic and Hemo Offices - 539-21-207
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), through its 250-NETWORK CONTRACT OFFICE 10, has issued a Solicitation (IFB 36C25026B0016) for the Relocation of the Infusion Clinic and Hemo Offices at the Cincinnati VA Medical Center, OH. This project, valued between $1,000,000 and $5,000,000, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers are due by April 9, 2026, at 13:30 EST.
Scope of Work
The contractor will provide all necessary tools, equipment, materials, permits, labor, and supervision for the renovation of approximately 2,056 gross square feet (gsf) in Building No. 1. This involves relocating the Infusion Clinic from 4 South to 4 East and the Hemo/Oncology Offices from the second floor to 4 East, adjacent to the pharmacy hazardous compounding area. The scope includes general construction, mechanical, electrical, plumbing, and technology trades, along with asbestos and lead-based paint abatement. All work must adhere to project drawings and specifications. The period of performance is 550 calendar days after the Notice to Proceed.
Contract Details
This is a Firm-Fixed-Price contract under NAICS Code 236220 (Commercial and Institutional Building Construction) with a size standard of $45.0 Million. The Product Service Code is Z1DA (Maintenance Of Hospitals And Infirmaries). A bid guarantee (not less than 20% of bid price, up to $3,000,000) is required, as are Performance and Payment Bonds for awards over $35,000 and $150,000 respectively. Wage rates are governed by General Decision OH20260082.
Submission & Key Dates
- Offers Due: April 9, 2026, 13:30 EST.
- Submission Method: Email bids to Patrice.richardson-scott@va.gov. Physical bids will not be accepted.
- Site Visit: March 16, 2026, 11:00 A.M. EST.
- Questions Due: December 17, 2025 (via RFI form).
- Contact: Patrice M. Richardson-Scott, Patrice.richardson-scott@va.gov, 513-559-3718.
Eligibility & Requirements
This opportunity is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Bidders must be VA-certified SDVOSBs and registered in the Dynamic Small Business Search database at the time of bid submission and prior to award. Compliance with VAAR Clause 852.219-75 (Limitations on Subcontracting) is mandatory, requiring a signed certification. Personnel working on-site may be subject to VHA Directive 1192.01 regarding seasonal influenza vaccination.