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 24, 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), specifically the 261-NETWORK CONTRACT OFFICE 21, is soliciting proposals for the Renovation of an Operating Room (OR) for Hybrid Installation at the Mather VA Facility, Northern California Health Care System in Mather, CA. This project, valued between $10,000,000 and $20,000,000, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by February 23, 2026, at 10:00 AM Pacific Time, with no further extensions.

Scope of Work

This Firm Fixed-Price (FFP) contract involves the comprehensive renovation, expansion, and modernization of approximately 12,500 square feet of the existing OR area on the second floor of Building 700. The objective is to create a state-of-the-art surgical environment, including:

  • Renovation and upgrade of four existing ORs.
  • Expansion to include a fifth OR, specifically configured as a Hybrid OR suite.
  • Optimization of workflow and operational efficiency.
  • Addressing existing deficiencies in critical systems (plumbing, mechanical, electrical, low-voltage).
  • Provision, installation, setup, testing, and certification of temporary OR trailers to serve as interim surgical facilities during phased construction. The General Contractor (GC) is responsible for all associated costs.
  • Renovation and upgrade of adjacent support and auxiliary areas.
  • Integration of specific brand-name-or-equal items, including Fortress stainless steel wall systems, SLD Technology Modular Ceiling Systems, Johnson Controls programming and controls, Secutron Fire Alarm System, HID PIV Card Reader System, and relocation of a Swiss Log Pneumatic Tube system.
  • Detailed specifications cover architectural, structural, mechanical, plumbing, electrical, telecommunications, fire alarm, ICRA, finishes, doors, equipment, and controls. Site preparation for Philips medical imaging equipment (Azurion 7 C20 FlexArm) is also required.

Contract Details & Requirements

The contract has a Firm Fixed Price (FFP) structure with a 500-calendar day period of performance. Bid, payment, and performance bonds are mandatory, with a bid guarantee of 20% of the bid price or $3,000,000, whichever is less. A minimum two-year warranty is required for all materials, equipment, and installation. Offerors must comply with subcontracting limitations, ensuring no more than 85% of the general construction contract amount (excluding materials) is paid to non-VIP-listed SDVOSBs or VOSBs.

Submission & Evaluation

Proposals, consisting of both technical and price components, must be submitted via email only to charee.harris@va.gov by February 23, 2026, at 10:00 AM Pacific Time. Hard copies are not required. Offerors must have an active Unique Entity Identification (UEI) number, be current in the System for Award Management (SAM), and be Certified Veteran Eligibility (CVE) verified. Key personnel evaluation considers projects over $20 million as relevant, and 10 years of construction experience can substitute for a degree for the CQC System Manager. An Experience Modification Rate (EMR) of 1.0 or less, along with a safety and environmental record certification, is required. Evaluation will use a tradeoff source selection procedure, prioritizing technical/management approach, then past performance, and finally cost/price.

Key Clarifications

Recent amendments and RFI responses have provided significant clarifications, including specific requirements for wall types, AISC certification waivers, existing C-Cure 9000 access control system, fire extinguisher cabinet types, and Avigilon camera system details (contractor installs cameras/cabling, government integrates software). A second site visit was held on February 4, 2026.

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
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 10Viewing
Solicitation
Posted: Feb 13, 2026
Version 9
Solicitation
Posted: Feb 6, 2026
View
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
Z1DA-- Renovate OR for Hybrid Installation | GovScope