Z1DA--Renovate OR Area for Hybrid Installation VA Northern California Healthcare System

SOL #: 36C26126R0009Sources Sought

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
Response Deadline
Nov 3, 2025, 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 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.

People

Points of Contact

Charee HarrisContract SpecialistPRIMARY

Files

Files

No files attached to this opportunity

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 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 2Viewing
Sources Sought
Posted: Oct 24, 2025
Version 1
Sources Sought
Posted: Oct 23, 2025
View
Z1DA-- Renovate OR for Hybrid Installation | GovScope