Z1DA--Remodel A2South to Cancer Clinic 553-21-100

SOL #: 36C25026B0024Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States

Place of Performance

Detroit, MI

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
Mar 6, 2026
2
Last Updated
Apr 9, 2026
3
Submission Deadline
May 5, 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), specifically the 250-Network Contract Office 10 (36C250), is soliciting proposals for the "Remodel A2South to Cancer Clinic" project (Project Number 553-21-100) at the VA John D. Dingell VA Medical Center in Detroit, MI. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The project involves significant renovation to create a new cancer clinic and dedicated compounding pharmacy. Proposals are due by May 5, 2026, at 13:00 PM local time.

Scope of Work

This project entails the renovation of approximately 22,000 sq. ft. of an existing inpatient ward on the second floor, zone 1, to establish a new cancer clinic. A portion of the second floor, zone 2, will also be renovated for additional offices and to relocate the women's locker room. The scope includes extensive gutting, patching, and installation work across various disciplines, including structural, architectural, mechanical, electrical, and plumbing systems. Key installations include manufactured and custom casework, wall and door protection, patient lifts, ballistics-rated construction, sprinklers, plumbing fixtures, medical gas outlets, HVAC ducting, lighting, data outlets, nurse call systems, real-time location systems (RTLS), surveillance cameras, and fire alarm systems. It also involves the replacement of one air handling unit and the installation of a second dedicated unit for the compounding pharmacy, along with new roof exhaust fans.

Contract Details

  • Contract Type: Firm-Fixed Price.
  • Magnitude of Construction: Between $5,000,000 and $10,000,000.
  • Period of Performance: The Base Bid (Entire Project) is 490 Calendar Days after Notice to Proceed.
  • Set-Aside: 100% total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors must be certified and listed in the SBA certification database.

Key Requirements & Clarifications

  • Nurse Call System: Rauland-Borg is the sole source vendor; alternate systems are not accepted.
  • Pneumatic Tube System: SwissLog is the sole source vendor; subcontracting to SwissLog is recommended.
  • RTLS Items: Staff Duress, Environmental Monitoring, Asset Tracking, Hand Hygiene, and Nurse Call System integrations are not part of this contract's scope.
  • Proprietary Systems: For Division 27 & 28 systems (e.g., Physical Access Control, Intrusion Detection, Nurse Call, Fire Alarm), refer to the sole source equipment listing. Brand Name Justification and/or Single Source Justification documents are required.
  • Glass System: The specified system is a folding glass-panel partition (specification section 102239.13) using a resin panel instead of glass.
  • Working Hours: Standard shifts are 6 am-4 pm; disruptive activities outside these hours require a five-day advance request and approval.
  • EMR Certification: A Pre-Award Contractor Experience Modification Rate (EMR) Form, including OSHA 300 data and an insurance carrier letter, is required for responsibility determination.

Submission & Evaluation

  • Proposal Submission Deadline: May 5, 2026, by 13:00 PM local time (extended by Amendment 0002).
  • RFI Deadline: April 23, 2026 (extended by Amendment 0002).
  • Site Visit: A pre-bid site visit was held on March 17, 2026, at 10:00 am.
  • Evaluation: Award will be based on the lowest aggregate amount for the base bid and additive/deductive line items, considering available funds and the Government's best interest.
  • Bid Security: Required (not less than 20% of bid price, not to exceed $3,000,000).
  • Bonds: Payment Bond required for awards over $35,000; Payment and Performance Bonds required for awards over $150,000, due within 10 days after award notification.
  • Required Documents: SF 1442, Bid Schedule, Bid Bond, Annual Representations and Certifications, EMR Certification, and VAAR 852.219-75.
  • Amendments: Bidders must acknowledge all amendments, including Amendment 0002, which revised dates and added attachments (S06 Addendum 1, S06 BSC Product Data, and RFI Responses 2).

Contact Information

For inquiries, contact Angelo D Vivio, Contract Specialist, at Angelo.Vivio@va.gov.

People

Points of Contact

Angelo D VivioContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Apr 9, 2026
Version 3
Solicitation
Posted: Mar 24, 2026
View
Version 2
Solicitation
Posted: Mar 6, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 6, 2026
View
Z1DA--Remodel A2South to Cancer Clinic 553-21-100 | GovScope