Z1DA-- Renovate OR for Hybrid Installation

SOL #: 36C26126R0009Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
261-NETWORK CONTRACT OFFICE 21 (36C261)
MATHER, CA, 95655, United States

Place of Performance

Mather, CA

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
Oct 23, 2025
2
Last Updated
Feb 20, 2026
3
Submission Deadline
Feb 19, 2026, 6:00 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) is soliciting proposals for the Renovation of Operating Rooms for Hybrid Installation at the Mather VA Facility, Northern California Health Care System. This project involves modernizing approximately 12,500 sq ft of surgical space, including the creation of a new Hybrid OR suite and the use of temporary OR trailers. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due February 19, 2026, at 10:00 AM Pacific Time.

Project Scope

The project encompasses the renovation and upgrade of four existing operating rooms, expansion to include a fifth Hybrid OR, and optimization of workflow. It addresses deficiencies in critical systems (plumbing, mechanical, electrical, low-voltage) and requires the provision, installation, setup, testing, and certification of temporary OR trailers to serve as interim surgical facilities. The General Contractor is responsible for all associated costs for trailer setup, commissioning, testing, and certification. The scope also includes managing support infrastructure for these trailers and renovating adjacent support areas. Specific brand-name or equal items are required, such as Fortress stainless steel wall systems, SLD Technology Modular Ceiling Systems, Johnson Controls programming, Secutron Fire Alarm System, HID PIV Card Reader System, and relocation of a Swiss Log Pneumatic Tube system. Detailed specifications cover general requirements, technical divisions, and system integration, including radiation shielding for fluoroscopic suites and electrical plans for temporary trailers and Philips medical imaging equipment.

Contract Details

  • Contract Type: Firm Fixed Price (FFP) Solicitation.
  • Estimated Magnitude: Between $10,000,000.00 and $20,000,000.00.
  • Period of Performance: 500 calendar days.
  • Place of Performance: Mather VA Facility, Building 700, second floor, Mather, CA, including temporary OR trailers.
  • Bonds: Bid, payment, and performance bonds are required. The bid guarantee is 20% of the bid price or $3,000,000, whichever is less.
  • Subcontracting Limitations: For general construction, not more than 85% of the contract amount can be paid to firms that are not VIP-listed SDVOSBs or VOSBs (excluding material costs).

Submission & Evaluation

  • Proposal Due Date: February 19, 2026, at 10:00 AM Pacific Time.
  • Submission Method: Proposals must be submitted via email only; hard copies are not required. Technical and price proposals can be combined into one email if under 10MB, using specific subject line formats.
  • Evaluation Criteria: A tradeoff source selection procedure will be used. The technical/management approach is the most important factor, followed by past performance, and then cost/price.
  • Key Personnel: Offerors must demonstrate key personnel experience, with 10 years of construction experience accepted for the CQC System Manager in lieu of a degree. The Superintendent and CQC System Manager must be separate individuals. Relevant projects for experience evaluation are those greater than $20 million.
  • Eligibility: Offerors must be CVE-verified SDVOSBs with an active UEI and current SAM registration.
  • Safety Requirements: Contractors must have an Experience Modification Rate (EMR) of equal to or less than 1.0 and a clean safety record (no more than 3 serious, 1 repeat, or 1 willful OSHA violation, and no EPA violations in the past three years).

Additional Information

A second site visit was scheduled for February 4, 2026. Responses to Requests for Information (RFIs) have been provided, clarifying various aspects of the solicitation, including temporary trailer scope and costs, low voltage and security systems, and key personnel qualifications.

People

Points of Contact

Charee HarrisContract SpecialistPRIMARY

Files

Files

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

Versions

Version 13
Solicitation
Posted: Feb 20, 2026
View
Version 12
Solicitation
Posted: Feb 17, 2026
View
Version 11
Solicitation
Posted: Feb 14, 2026
View
Version 10
Solicitation
Posted: Feb 13, 2026
View
Version 9Viewing
Solicitation
Posted: Feb 6, 2026
Version 8
Solicitation
Posted: Jan 28, 2026
View
Version 7
Solicitation
Posted: Jan 23, 2026
View
Version 6
Solicitation
Posted: Jan 21, 2026
View
Version 5
Solicitation
Posted: Dec 14, 2025
View
Version 4
Solicitation
Posted: Dec 4, 2025
View
Version 3
Pre-Solicitation
Posted: Nov 12, 2025
View
Version 2
Sources Sought
Posted: Oct 24, 2025
View
Version 1
Sources Sought
Posted: Oct 23, 2025
View