Z1DA--Tuckpointing 506-26-202
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 seeking bids for Tuckpointing Project 506-26-202 at the Ann Arbor VA Medical Center in Ann Arbor, MI. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for extensive masonry repair and window flashing replacement. Offers are due by March 4, 2026, at 1:00 PM EST.
Scope of Work
This Firm Fixed-Price contract requires furnishing all labor, tools, materials, equipment, and supervision for tuckpointing (repointing), cleaning, and re-sealing masonry joints for Buildings 1W and 28. The scope also includes the removal of exterior metal wall panels and the replacement of existing window flashing on Building 1E, 5th Floor. All work must be performed without disrupting Medical Center operations, primarily during normal working hours (Monday-Friday, 7:00 a.m. - 3:30 p.m., excluding Federal Holidays). The project has an estimated completion period of 175 days.
Contract Details
- Contract Type: Firm Fixed Price
- Estimated Magnitude: Between $500,000 and $1,000,000
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45 Million size standard.
- Place of Performance: Ann Arbor VA Medical Center, 2215 Fuller Rd., Ann Arbor, MI 48105.
- Wage Determination: Compliance with MI20250100 dated December 12, 2025, is required.
- Additional Requirements: Adherence to safety and environmental standards, potential background investigations for contractor employees, and VA Privacy Training for all workers. Applicable clauses include FAR 52.229-3 (taxes), VETS-4212 reporting, Davis-Bacon Act, and Buy American Act.
Eligibility & Submission
This acquisition is a 100% set-aside for qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors must be verified SDVOSBs registered in the SBA’s VetCert database at the time of proposal submission and registered in SAM.gov. Required bid submission documents include a completed SF 1442, Bid Schedule, Bid Bond (SF 24), Representations and Certifications, Contractor Experience Modification Rate (EMR) Certification, and the VAAR 852.219-75 Certificate of Compliance for Limitations on Subcontracting. Bidders are strongly urged to inspect the site to ascertain work conditions and costs.
Key Dates
- Pre-Bid Site Visit: February 10, 2026, at 1:00 PM (already occurred, but noted for context).
- Requests for Information (RFIs) Due: February 19, 2026, 4:30 PM local time.
- Offers Due: March 4, 2026, 1:00 PM EST.
Contact
All questions must be submitted in writing to Leland R Ruedel, Contract Specialist, at leland.ruedel@va.gov.