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 project, identified as PN: 636A8-24-001, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The latest bid opening date is March 19, 2026, at 11:00 AM (CT).
Project Overview
The project involves comprehensive general construction services to renovate approximately 5,000 SF of the existing dialysis clinic. This includes an initial phase to prepare and operationalize a temporary dialysis clinic, followed by the renovation of the main facility. The work requires providing all necessary tools, materials, equipment, and labor, adhering to construction documents, specifications, drawings, and all applicable VA, Federal, State, and local codes. A phased construction approach is mandated to minimize disruption to hospital operations.
Contract Details
- Contract Type: Firm Fixed-Price
- Magnitude of Construction: Between $5,000,000.00 and $10,000,000.00
- Period of Performance: 304 calendar days from the Notice to Proceed.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45 Million small business size standard.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be certified SDVOSBs listed in the SBA certification database and meet VAAR 819.70 eligibility.
Key Requirements & Considerations
The project demands strict adherence to infection control measures, including temporary barriers and negative air pressure. Shutdowns for critical systems (electrical, HVAC, fire suppression) require 14 days' advance notice and must be scheduled after normal business hours or on weekends. Weekly progress meetings are mandatory. Brand-name justifications exist for specific components to ensure compatibility with existing VA infrastructure, including: EST speakers, Infinity brand signage, Handicare C-Series Ceiling Mounted Patient Lift Systems, Rauland Responder 5 Nurse Call System, Johnson Controls - Tyco/Simplex fire alarm hardware, Square D electrical distribution hardware, CORMAX Best (Stanley Security) door cylinders, Genasys "code green" system, Lenel Access Control System (ACS), and Johnson Controls (JCI) Metasys systems for Building Automation Systems (BAS). An asbestos inspection report identifies asbestos-containing materials requiring proper handling and abatement. Compliance with the updated DBA Wage Determination IA20260068 is required.
Submission & Evaluation
Bids must be submitted electronically via email to calvin.courtney@va.gov. Required documents include SF 1442, acknowledgement of amendments, Price Schedule, and a Bid Guarantee (SF 24) of at least 20% of the bid price (not exceeding $3,000,000.00). A mandatory VAAR 852.219-75 Limitations on Subcontracting certification must be provided. Award will be made to the responsible bidder whose offer is most advantageous to the government, considering price. Offerors must be registered in SAM.gov and comply with VETS 4212 reporting.
Important Dates & Contact
- Bid Opening Date: March 19, 2026, at 11:00 AM (CT).
- Contracting Officer: Calvin L. Courtney (calvin.courtney@va.gov, 605-347-2511 x18006).