Z2DA--695-22-117 CN New Audiology Clinic 5BN
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.
PRESOLICITATION NOTICE
Project: Renovate Building 111 Audiology Clinic 5BN
Project Number: 695-22-117
Location: Clement J. Zablocki VA Medical Center Milwaukee, WI
The Clement J. Zablocki VA Medical Center has a requirement to Renovate 111 Audiology 5BN, Project 695-22-117 on the campus of the Milwaukee VA Medical Center. The Audiology Clinic has outgrown its current location in Building 111 on 8th floor B Wing South. This project will construct a new Audiology Clinic on 5th Floor B Wing North, approximately 6,100 square feet, in the space formerly occupied by the Dialysis Clinic. The Dialysis Clinic moved to a new location leaving all fixed equipment, cabinets and plumbing systems in place. This project is responsible to remove all these remaining items plus the architectural walls, ceilings and MEP systems back to the building s structural elements and systems connections points to main supply lines. Note that this demolition will require working in occupied adjacent clinics on 5th floor and below on 4th floor, mostly after hours. The scope of the project includes all new MEP work including the installation of an RTU. This work will also require working and setting up extensive infection control in the adjacent spaces, roof top and sixth floor mechanical room. Architectural improvements include multiple clinical rooms, lab/work room, five sound booths, patient lobby, staff kitchen, and conference room. Improvement to the building envelope includes installing new windows in former windows openings, and all existing windows located withing the project area.
The project magnitude price range is between $5,000,000 and $10,000,000. The North American Industry Classification Code (NAICS) for this procurement is 236220 with a size standard $45 Million applies.
The project is scheduled to have a period of performance of four hundred and fifty days (450) Calendar days after the Notice to Proceed (NTP) issued by the Contracting Officer.
The solicitation (including any/all specifications and drawings) will be posted to SAM.gov (https://www.sam.gov) on or about Friday, September 26, 2025. The bid opening is approximately scheduled for Monday, October 27, 2025.
Details of the exact date and time of the pre-bid conference will be included in the solicitation package. The bidder is responsible to monitor and download any amendments from SAM.GOV which may be issued to this solicitation.
Pursuant to Public Law 109-461, this solicitation will be issued as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. In accordance with VAAR 819.7003(b), at the time of submission of bids, and prior to award of any contracts, the offeror must represent to the contracting officer that it is a:
SDVOSB eligible vendor IAW VAAR Subpart 819.70;
Small business concern under the NAICS code assigned to this acquisition; and
Certified SDVOSB/VOSB listed in the SBA certification database at https://veterans.certify.sba.gov/ (see 13 CFR 128).