Z1DA--Renovate Pharmacy for USP800 Compliance Project Number 540-18-107
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 245-NETWORK CONTRACT OFFICE 5 (36C245), is soliciting bids for the Renovation of the Pharmacy for USP800 Compliance at the Louis A. Johnson VA Medical Center in Clarksburg, WV. This project, identified as Project Number 540-18-107, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The latest amendment extends the bid due date to May 20, 2026.
Scope of Work
This project involves comprehensive renovation of the existing inpatient pharmacy mixing rooms to meet USP 800 standards. Key deliverables include site preparation, demolition, and new construction of compliant pharmacy areas with specific requirements for flooring, walls, ceilings, lighting, HVAC, and plumbing. The scope also covers the conversion of shell space into functional pharmacy areas and the creation of a Temporary Containment Segregated Compounding Area (C-SCA) on the 6th floor, requiring dedicated air handling and pressure control. The renovation encompasses approximately 1,500 square feet for a Low/Medium Risk Class 5 environment and an ISO 7 Clean Room. All work must adhere to Medical Center policies, safety protocols, and require an OSHA Certified "Competent Person" on-site. An approved Infection Control Risk Assessment (ICRA) plan is required prior to Notice to Proceed. Detailed architectural, structural, mechanical, electrical, fire protection, plumbing, and control system work is outlined in the bid documents.
Contract Details
This is a Firm-Fixed-Price contract with an estimated magnitude between $2,000,000 and $5,000,000. The performance period is 496 calendar days. A Bid Guarantee (minimum 20% of bid price, not to exceed $3,000,000) is required, and Performance and Payment Bonds will be mandatory upon award.
Submission & Evaluation
Offers are due by Wednesday, May 20, 2026, at 3:00 p.m. EDT. A public bid opening is anticipated on the same day at 3:00 PM EST at 513 Rosebud Plaza, Clarksburg, WV. Offers must remain valid for 120 calendar days. Bidders must submit pricing using the bid schedule provided in the solicitation. A mandatory site visit was held on April 1, 2026, and a second site visit is scheduled for Wednesday, May 13, 2026, at 1:00 p.m. at the Medical Center, Engineering Building 7 Conference Room. No further Requests for Information (RFIs) will be accepted. All solicitation documents, amendments, and site visit minutes are available exclusively via SAM.gov, and contractors are responsible for frequently checking the website for updates. Award will be made in accordance with FAR Part 14 procedures.
Eligibility
This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Bidders must be verified as SDVOSB prior to submitting a bid, registered in SAM, and verified in the SBA Vet Cert Data Base. Registration with Vets 4212 is also required. The NAICS Code is 236220 (Commercial and Institutional Building Construction) with a small business size standard of $45 million annual receipts. A "Limitations on Subcontracting—Certificate of Compliance for Services and Construction" (VAAR 852.219-75) must be completed and submitted; failure to do so will result in an ineligible offer.
Additional Notes
The project requires adherence to federal prevailing wage laws as specified in the U.S. Department of Labor's General Decision Number WV20260011 for Harrison County, WV. A Pre-Construction Risk Assessment (PCRA) template is provided, outlining safety and risk assessment requirements for VHA facilities, including activity categorization and control measures. The Contracting Officer is Rebecca L Besten (rebecca.besten@va.gov, 304-623-3461 ext. 3895).