Z1DA--Site Prep for D758 & D759 506-CSI-133

SOL #: 36C25026B0022Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States

Place of Performance

MI

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Maintenance Of Hospitals And Infirmaries (Z1DA)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 30, 2025
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Feb 17, 2026, 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), Network Contract Office 10, is soliciting bids for Site Preparation for Nuclear Medicine Rooms D758 & D759 (Project No. 506-CSI-133) at the Ann Arbor VA Medical Center, MI. This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside for a Firm-Fixed-Price construction contract valued between $1,000,000 and $2,000,000. Offers are due by February 17, 2026, at 1:00 PM EST.

Scope of Work

This project involves reconfiguring Nuclear Medicine Clinical spaces (D758 & D759) to accommodate new specified medical imaging equipment, specifically the Siemens Biograph Vision and BIOGRAPH VISION 600 systems. The scope includes modifications to walls, floors, utilities, and support elements, creating supporting patient uptake rooms, and achieving physical security compliance. The contractor must furnish all labor, materials, supervision, and equipment, performing work without disruption to Medical Center operations. Normal working hours are 8:00 a.m. - 4:30 p.m., Monday-Friday, excluding Federal Holidays, with authorization required for other hours. All construction debris must be removed off-site, and work must comply with manufacturer recommendations, applicable codes, and VA Ann Arbor building standards.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Magnitude of Construction: Between $1,000,000 and $2,000,000
  • Period of Performance: 120 calendar days from receipt of Notice to Proceed.
  • NAICS Code: 236220 (Commercial and Institutional Building Construction)
  • Small Business Size Standard: $45 million

Eligibility & Set-Aside

This acquisition is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs). Offerors must be verified SDVOSBs registered in the SBA’s VetCert database (veterans.certify.sba.gov) at the time of proposal submission and award. Prospective contractors must also be registered in SAM.gov.

Submission Requirements & Key Dates

  • Offers Due: February 17, 2026, by 1:00 PM EST. Sealed offers must be submitted to the address in Block 8 of SF 1442.
  • Site Visit: A site visit was held on Thursday, January 22, 2026, at 2:00 pm.
  • Requests for Information (RFIs): RFIs were due by January 29, 2026, and had to be submitted via email to Leland.Ruedel@va.gov.
  • Required Submissions: SF 1442, Bid Schedule, acknowledgment of amendments, SF 24 Bid Bond, Annual Representations and Certifications, Contractor Experience Modification Rate (EMR) Certification, and VAAR 852.219-75 Certificate of Compliance (Limitations on Subcontracting).
  • Bonds: A bid guarantee (not less than 20% of bid price, not to exceed $3,000,000) is required. Performance and Payment Bonds are required for awards over $35,000 and $150,000, respectively.
  • Wage Determination: The latest Wage Determination MI20260100 (effective 01/02/2026) applies, outlining prevailing wage rates for Washtenaw County, MI.

Amendments & Clarifications

  • Amendment 0003 (Feb 9, 2026): Provided answers to an RFI and clarified specific drawing notes (PP101, MH101, MH102).
  • Amendment 0002 (Feb 5, 2026): Addressed vendor RFIs, provided updated drawings (AC101 for injector support/mounting), clarified SSHO duties (dual-hatting allowed), and confirmed an Indoor Air Quality (IAQ) Management Plan is required (no building flush-out). It also noted that Siemens equipment installation is under a separate VA contract and attached the updated Wage Determination MI20260100.
  • Amendment 0001 (Jan 29, 2026): Provided the Pre-Bid Site Visit Agenda and Sign-in Sheet, explicitly stating that the offer due date was not extended.

Contact Information

For questions, contact Leland R Ruedel, Contract Specialist, at leland.ruedel@va.gov. All bidding materials are available only at SAM.gov.

People

Points of Contact

Leland R RuedelContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Solicitation
Posted: Mar 12, 2026
View
Version 5Viewing
Solicitation
Posted: Feb 9, 2026
Version 4
Solicitation
Posted: Feb 5, 2026
View
Version 3
Solicitation
Posted: Jan 29, 2026
View
Version 2
Solicitation
Posted: Jan 15, 2026
View
Version 1
Pre-Solicitation
Posted: Dec 30, 2025
View
Z1DA--Site Prep for D758 & D759 506-CSI-133 | GovScope