Z1DA--Renovate Dialysis PN: 636A8-24-001 Iowa City, IA
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), specifically the NETWORK CONTRACT OFFICE 23 (36C263), is soliciting bids for the Renovation of the Dialysis Clinic at the Iowa City VA Health Care System, Iowa City, IA. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for general construction services. The project, identified as PN: 636A8-24-001, involves preparing a temporary dialysis clinic and subsequently renovating 5,000 SF of the existing facility. Bids are due by Friday, February 13, 2026, at 1:30 PM CT.
Scope of Work
The contractor will provide all necessary tools, materials, equipment, and labor for a comprehensive renovation. The project follows a phased approach, beginning with the preparation of a temporary dialysis clinic on the 5th Floor West (Zone 2). Once operational, the contractor will demolish and renovate 5,000 SF of the existing dialysis clinic on the 5th Floor South (Zone 1). This includes demolition, new construction, and restoration of affected areas. Specific requirements include strict infection control measures, asbestos abatement, and compliance with all applicable VA, Federal, State, and local codes. The work must be executed without impacting the daily operations of the VA Medical Center.
Contract Details
- Contract Type: Firm Fixed-Price
- Estimated Magnitude: Between $5,000,000.00 and $10,000,000.00
- Period of Performance: 304 calendar days from the Notice to Proceed (NTP)
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45 Million small business size standard.
- Place of Performance: Iowa City VA Health Care System, Iowa City, IA 52245.
Eligibility & Submission
This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be:
- An eligible SDVOSB under VAAR 819.70.
- A small business concern under NAICS code 236220.
- Certified as an SDVOSB and listed in the Small Business Administration (SBA) certification database. Bids must be submitted electronically via email to calvin.courtney@va.gov. Required documents include SF 1442, acknowledgement of all amendments, Price Schedule, and a Bid Guarantee (SF 24) of at least 20% of the bid price (not to exceed $3,000,000.00). A formal certification for Limitations on Subcontracting (VAAR 852.219-75) must also be provided, ensuring that for general construction, no more than 85% of the contract amount is paid to non-SDVOSB/VOSB firms. Offerors must be registered in SAM.gov.
Key Dates & Contact
- Technical Questions Due: Friday, January 16, 2026, by Close of Business (CT). Submit via email to calvin.courtney@va.gov.
- Bid Opening Date: Friday, February 13, 2026, at 1:30 PM (CT).
- Contracting Officer: Calvin L. Courtney, calvin.courtney@va.gov, 605-347-2511 x18006.
Important Notes
Multiple Brand Name Justifications (BNJs) indicate specific requirements for components such as EST speakers, ASI Sign Systems "Infinity" signage, Rauland Responder 5 Nurse Call System, Square D electrical hardware, CORMAX Best door cylinders, Genasys "code green" system, Lenel Access Control System (ACS), Handicare C-Series Patient Lift Systems, Tyco/Simplex fire alarm hardware, and Johnson Controls (JCI) Metasys Building Automation Systems (BAS). These are justified for standardization and compatibility with existing VA facility infrastructure. An Asbestos Inspection Report identifies specific asbestos-containing materials requiring abatement. Bidders must adhere to Davis-Bacon Act Wage Determinations and NARA Records Management Obligations. Performance and payment bonds (100% of award) are required within ten days after award.