Z1DA-- Renovate OR for Hybrid Installation
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) is soliciting proposals for the Renovation of an Operating Room (OR) for Hybrid Installation at the VA Northern California Health Care System in Mather, CA. This project involves modernizing approximately 12,500 sq ft of surgical space, including the integration of a new Hybrid OR and temporary surgical trailers. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside with an estimated value between $10,000,000.00 and $20,000,000.00. Proposals are due February 24, 2026, at 10:00 AM Pacific Time.
Scope of Work
The project entails comprehensive renovation, expansion, and modernization of the existing OR area on the second floor of Building 700. This includes upgrading four existing ORs, expanding to a fifth Hybrid OR, and optimizing workflow. The scope addresses deficiencies in critical systems (plumbing, mechanical, electrical, low-voltage) and requires the provision and integration of temporary OR trailers to maintain continuous operations during phased construction. The contractor is responsible for the delivery, setup, construction, connections, commissioning, testing, and certification of these temporary facilities; decommissioning or removal of the trailers is not required. Specific brand name or equal items are required, such as Fortress wall systems, SLD Technology Modular Ceiling Systems (AirFRAME), Johnson Controls for HVAC, Secutron Fire Alarm, HID PIV Card Readers, and relocation of a Swiss Log Pneumatic Tube system. The work must adhere to VHA Master Specifications, VA Design Guides, and industry standards, including strict infection control (ICRA) and radiation shielding requirements.
Contract Details
This is a Firm Fixed Price (FFP) contract with a 500 calendar day period of performance. Bid, payment, and performance bonds are required. The bid guarantee shall be 20% of the bid price or $3,000,000, whichever is less.
Submission & Evaluation
Offerors must submit both technical and price proposals via email only to charee.harris@va.gov, using specific subject lines. Hard copies are not required. Evaluation will follow a tradeoff source selection process, prioritizing technical/management approach, then past performance, and finally cost/price. Key personnel evaluation considers projects over $20M as relevant, and 10 years of construction experience can substitute for a degree for the CQC System Manager. The Superintendent and CQC System Manager must be separate individuals. Offerors must be CVE-verified SDVOSBs, have an active UEI, be SAM current, and certify compliance with subcontracting limitations (not more than 85% of the contract amount to non-SDVOSB/VOSB firms for general construction). A Safety & Environmental Record with an EMR of 1.0 or less is also required.
Key Dates & Contact
- Proposal Due Date: February 24, 2026, at 10:00 AM Pacific Time (no further extensions).
- Site Visits: Conducted on December 11, 2025, and February 4, 2026.
- Primary Contact: Charee Harris, Contract Specialist, charee.harris@va.gov, 775-788-5511.