Z1DA--Renovate OR Area for Hybrid Installation VA Northern California Healthcare System
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 21, is soliciting proposals for the Renovation of an Operating Room for Hybrid Installation at the Mather VA Facility, Northern California Health Care System in Mather, CA. This project involves comprehensive modernization of surgical facilities. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by February 24, 2026, at 10:00 AM Pacific Time.
Project Overview
This solicitation (36C26126R0009) is for the renovation, expansion, and modernization of approximately 12,500 square feet of the existing operating room (OR) area on the second floor of Building 700. The objective is to create a state-of-the-art surgical environment, including architectural, structural, mechanical, plumbing, electrical, and low-voltage systems, aligned with VHA Design Guides and standards. The estimated magnitude of this construction project is between $10,000,000.00 and $20,000,000.00. The period of performance is 500 calendar days.
Key Requirements & Special Conditions
The scope includes renovating four existing ORs, expanding to include a fifth Hybrid OR, and optimizing workflow. The contractor must address existing deficiencies in critical systems and provide temporary OR trailers as interim surgical facilities during phased construction. This involves coordinating delivery, setup, connections (Med-gas, plumbing, power, IT), commissioning, testing, and certification of these trailers. Phased construction is required to ensure continuous VA operations, with a minimum of 60 days for relocation of second-floor surgery services to temporary ORs. Specific brand-name-or-equal items are required, including 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. Compliance with VHA Master Specifications, VA Design Guides, and industry standards (e.g., ASTM, ANSI, NFPA, OSHA, NEC, UL, FCC, FIPS, JCAHO) is mandatory. The project emphasizes sustainability (50% construction waste diversion, bio-based/recycled materials) and strict safety protocols, including OSHA training and TB screening for personnel in patient care areas. A minimum two-year warranty is required for all materials, equipment, and installation.
Contract Details
This is a Firm Fixed-Price (FFP) contract. Bid bonds, payment bonds, and performance bonds are required. The bid guarantee is 20% of the bid price or $3,000,000.00, whichever is less. Subcontracting limitations for general construction apply, requiring that not more than 85% of the contract amount be paid to firms that are not VIP-listed SDVOSBs or VOSBs (excluding material costs).
Submission & Evaluation
Proposals are due by February 24, 2026, at 10:00 AM Pacific Time. No further time extensions will be granted. Offers must be submitted via email only to charee.harris@va.gov; hard copies are not required. Evaluation will use a tradeoff source selection procedure, with the technical/management approach being the most important factor, followed by past performance, and then cost/price. Key personnel will be evaluated based on experience, with 10 years of construction experience potentially substituting for a degree for the CQC System Manager. Offerors must submit a safety and environmental record, including an Experience Modification Rate (EMR) of 1.0 or less. SDVOSB firms must be CVE verified, and all offerors must have an active UEI and SAM registration.
Contact Information
For inquiries, contact Charee Harris, Contract Specialist, at charee.harris@va.gov or 775-788-5511.