Z1DA--Replace Flooring in Critical Areas 583-26-504
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), Network Contract Office 10, is soliciting proposals for flooring replacement in critical areas at the Richard L. Roudebush VA Medical Center in Indianapolis, IN. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Quotes are due May 8, 2026, at 10:00 AM EDT.
Purpose & Scope of Work
This project aims to restore reliable flooring in Operating Room 2 and provide seamless safety padding for patient care in room C-5018. The scope includes:
- Removal of existing epoxy flooring in OR 2 and preparation for a urethane flooring system.
- Installation of approximately 680 sq. ft. of monolithic, multi-component epoxy flooring (3/16" to 1/4" thick) with a 6" integral cove base in OR 2.
- Preparation of existing epoxy flooring in room C-5018 and installation of approximately 116 sq. ft. of new seamless safety padding flooring system.
- Compliance with VA Design and Master Specification criteria, energy conservation, infection control measures (temporary barriers, negative air machines in OR), and all applicable building codes, safety regulations, and environmental management systems.
Contract Details
- Contract Type: Firm-Fixed-Price
- Estimated Magnitude: Between $25,000 and $100,000
- Period of Performance: 90 calendar days from receipt of Notice to Proceed
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45 million
- Product Service Code: Z1DA (Maintenance Of Hospitals And Infirmaries)
Set-Aside & Eligibility
This acquisition is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be VA-certified SDVOSBs listed in the SBA's Small Business search at the time of quote submission and prior to award. Compliance with SBA requirements, including the nonmanufacturer rule and limitations on subcontracting (as detailed in VAAR 852.219-75), is mandatory. Offerors must be registered in SAM.gov. Performance and Payment Bonds are required for awards over $35,000. The Davis-Bacon Act wage determination applies.
Submission Requirements & Deadlines
- Quotes Due: May 8, 2026, at 10:00 AM EDT.
- Submission Method: Email only to Stacie.Hill@va.gov.
- Required Documents: Completed and signed SF 1442 Offer page, acknowledgment of all amendments, and a completed VAAR clause 852.219-75 (Attachment III).
- Site Visit: An organized site visit was scheduled for April 3, 2026, at 11:00 AM EDT.
- Requests for Information (RFIs): RFIs were due by April 10, 2026, at 10:00 AM EDT, submitted via email using the RFI Form (Attachment IV). Responses to RFIs will be posted as a separate amendment.
Key Attachments
Bidders should review ATTACHMENT II - Specifications.pdf for detailed technical requirements, ATTACHMENT I - WD.pdf for prevailing wage rates, and ATTACHMENT III - Instructions for VAAR 852.219-75.docx for subcontracting compliance.