Z2DA--657-23-104JC, Prepare Site for New Computed Tomography Unit, Room A259

SOL #: 36C25526R0098Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
255-NETWORK CONTRACT OFFICE 15 (36C255)
LEAVENWORTH, KS, 66048, United States

Place of Performance

Poplar Bluff, MO

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Hospitals And Infirmaries (Z2DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Mar 23, 2026
2
Last Updated
May 7, 2026
3
Submission Deadline
May 14, 2026, 7:00 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), specifically Network Contract Office 15, is soliciting proposals for construction services to prepare a site for a new Computed Tomography (CT) unit at the St. Louis VA Medical Center, John Cochran Division, St. Louis, MO. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The estimated magnitude for this Firm Fixed-Price contract is between $1,000,000 and $2,000,000. Proposals are due by May 14, 2026, at 2:00 PM CST.

Scope of Work

This project (657-23-104JC) involves comprehensive construction and alteration work to prepare existing space (Rooms A259 and A259A) for a new CT system. Key deliverables include:

  • Installation of a dedicated HVAC system for CT procedures.
  • Renovation and refreshment of Rooms A259 and A259A.
  • General construction, alterations, mechanical, electrical, plumbing, utility systems, and fire protection systems.
  • Abatement work and necessary demolition of existing structures.
  • All work must comply with project drawings, specifications, VA TIL, and applicable local and national codes.
  • The contractor is responsible for furnishing all supervision, labor, materials, equipment, transportation, and testing.
  • Adherence to working hours, Infection Control Risk Assessments (ICRA), and Interim Life Safety Measures (ILSM) is required.

Contract Details

  • Contract Type: Firm Fixed Price (FFP)
  • Estimated Magnitude: $1,000,000 to $2,000,000
  • Period of Performance: 210 calendar days after Notice to Proceed.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • NAICS Code: 236220 – Commercial and Institutional Building Construction (Size Standard: $45.0 million).
  • Eligibility: Offerors must be certified in SBA Vetcert and registered in SAM.gov. Subcontracting limitation of 85% applies to non-certified SDVOSB/VOSB firms.

Submission & Evaluation

  • Proposal Due Date: May 14, 2026, at 2:00 PM CST (extended by Amendment 0002).
  • Submission Method: Electronic via email to Matthew.Finley@va.gov and Lucia.Cowsert@va.gov.
  • Evaluation: Lowest Price Technically Acceptable (LPTA) source selection process. Technical evaluation factors include Relevant Past Performance, Technical Construction Experience, Technical Qualifications of Key Staffing, and Prime Contractor Safety Plan.
  • Site Visit: A pre-bid site visit was held on April 10, 2026.
  • Questions: Questions were due by April 16, 2026.
  • Requirements: A bid guarantee (20% of bid price, not to exceed $3,000,000) and Performance and Payment Bonds are required. Offerors must acknowledge all amendments.

Contact Information

People

Points of Contact

Lucia A CowsertContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 6
Solicitation
Posted: May 7, 2026
View
Version 5
Solicitation
Posted: Apr 27, 2026
View
Version 4Viewing
Solicitation
Posted: Apr 23, 2026
Version 3
Solicitation
Posted: Apr 10, 2026
View
Version 2
Solicitation
Posted: Mar 30, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 23, 2026
View