Z2DA--554-26-101 Reslope Shower Floors in Bldg H&K Patient Rooms (VA-26-00013277)
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), through its NETWORK CONTRACT OFFICE 19, is soliciting proposals for Project 554-26-101: Reslope Shower Floors in Building H&K Patient Rooms at the Rocky Mountain Regional VA Medical Center in Aurora, CO. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity requires contractors to correct drainage and surfaces in approximately 60 patient shower rooms. Proposals are due March 27, 2026, by 10 AM MT.
Scope of Work
The project involves comprehensive renovation of shower floors to ensure a 1:48 (1/4" drop per 1' run) slope towards the drain. Key tasks include:
- Demolition of existing flooring (tile or resinous) and mortar base.
- Chipping and grinding concrete as needed.
- Removal and replacement of trench drain assemblies (Base Bid includes this, Option 1/CLIN 2 is separate pricing for all 60).
- Temporary removal and reinstallation of patient toilets.
- Installation of new mortar base, tile edging, waterproofing membrane, and new tile (specifically "Enchant HDP" porcelain tile, with resinous epoxy for H2 rooms).
- Grouting of new tile. All work must adhere to VA policies, industry best practices, and applicable codes. Strict safety protocols are mandated, including compliance with OSHA (29 CFR 1926), requiring an OSHA 30 "Competent Person" on-site and OSHA 10 training for all personnel. An Infection Control Risk Assessment (ICRA) Level IV is anticipated, and extreme caution with specific protocols is required for work in occupied Mental Health areas (Floor H2).
Contract Details
This is a Firm-Fixed-Price contract with an estimated value between $1,000,000 and $2,000,000. The Period of Performance is 365 calendar days from the Notice to Proceed (NTP), with active construction expected to take approximately 200 days. The NAICS code is 236220 (Commercial and Institutional Building Construction) with a small business size standard of $45 million. A bid guarantee of 20% (not to exceed $3,000,000) and Payment/Performance Bonds are required. Offerors must also comply with VAAR 852.219-75 Limitation on Subcontracting (85% for General Construction), E-Verify, and Paid Sick Leave requirements.
Submission & Evaluation
This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be registered in SAM and verified by the SBA certification database as an SDVOSB at the time of offer submission and contract award. Proposals are due by March 27, 2026, 10 AM MT, and must be submitted via email to Elia-Laritza.Ruiz-Manzo@va.gov. Questions related to the pre-bid meeting are due by March 10, 2026, 10 AM MT. Evaluation will follow a tradeoff source selection process, with Past Performance being the most important factor, followed by Compliance Requirements and Price.