Z1DA--Renovate Space to Meet Hazardous Storage Room Requirements - 583-24-527
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 bids for the renovation of space to meet Hazardous Storage Room requirements (Project 583-24-527) at the Richard L. Roudebush VA Medical Center (RLR VAMC) in Indianapolis, IN. This project involves constructing a code-compliant, secure, negative-pressure Hazardous Drug Storage Room within an actively occupied, 24/7 healthcare facility. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Bids are due by May 6, 2026, at 10:00 EDT.
Scope of Work
The project requires the renovation of an existing storage closet (A-8085) to create a Hazardous Drug Storage Room that meets VA pharmacy safety, infection control, ventilation, and security standards, including USP 800, VA HVAC Design Guide, and VA Master Specifications. The contractor will be responsible for delivering a complete, fully operational, and tested system. Key tasks include:
- Demolition and construction, including metal framing with security reinforcement, Level 5 wall finishes, epoxy, and seamless heat-welded resilient flooring.
- Installation and modification of mechanical (HVAC, exhaust fans, BMS connection), electrical, fire protection, and physical security systems (electronic access control, door monitoring).
- Compliance with infection control (ICRA/PCRA/ILSM) and construction safety requirements, including a Safety Plan/AHA.
- Site verification, testing, commissioning, and closeout documentation (as-builts, O&M manuals, warranties).
- Specific roof work and associated specifications are also included.
Contract Details
- Type: Firm-Fixed-Price
- Estimated Magnitude: Between $250,000 and $500,000
- Period of Performance: 300 calendar days from receipt of Notice to Proceed.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45.0 Million size standard.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be VA-certified SDVOBs listed in the SBA database at the time of bid submission and prior to award.
Submission & Compliance
- Bid Due Date: May 6, 2026, at 10:00 EDT.
- Bid Opening: Virtual, May 6, 2026, at 11:00 EDT.
- Submission Method: Bids must be emailed to Stacie.Hill@va.gov.
- Mandatory Forms: Offerors must submit a fully and properly completed VAAR 852.219-75 (Limitations on Subcontracting) certification, ensuring not more than 85% of the government-paid amount (excluding materials) goes to non-SDVOSB/VOSB firms.
- Wage Rates: Compliance with prevailing wage rates as per Attachment III - WD is required.
- Site Visit: A pre-bid site visit was held on March 5, 2026.
- Contractor Requirements: Background/security checks, VA badges, and strict adherence to patient care and operational constraints in the occupied facility are mandatory.
Key Attachments
The solicitation includes detailed architectural and engineering drawings (Attachment I), VHA Master Specifications (Attachment II, with Amendment 0005 updates), prevailing wage rates (Attachment III), subcontracting limitations (Attachment IV), and an RFI form (Attachment V). Responses to RFIs and additional roof-related drawings/warranty information have also been provided via amendments.