Z2DA--Actionable-554-23-101 Construct New SCI Residential Rehab Apartment, Building H (VA-26-00005761)
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), Network Contract Office 19, is soliciting proposals for the construction of a new Spinal Cord Injury (SCI) Residential Rehabilitation Apartment, Building H (VA-26-00005761) at the Rocky Mountain Regional VA Medical Center in Aurora, CO. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. Proposals are due February 9, 2026, by 10:00 AM MT.
Project Overview
This Firm-Fixed-Price contract involves remodeling existing space within Building H to create a specialized residential rehabilitation apartment for spinal cord injury or disorder patients. The project magnitude is estimated between $500,000 and $1,000,000, with a performance period of 360 calendar days from the Notice to Proceed (NTP).
Scope of Work
The project requires comprehensive demolition of existing walls, floors, ceilings, plumbing, electrical, and low voltage systems, followed by the construction of new elements and installation of modern plumbing, electrical, and low voltage data/communication systems. Key deliverables include providing and installing kitchen cabinetry and appliances, implementing Infection Control Risk Assessment IV (ICRA IV) protections, and integrating specific features such as level tile transitions, a retractable motorized kitchen table, bifold closet doors, quad electrical outlets, accessible wave sensors, an additional nurse call pull cord, and independent switches for circadian light fixtures. All work must comply with OSHA, EM 385-1-1, EPA, VA standards, AIA Construction Guidelines, and Joint Commission Environment of Care Standards. Work causing significant disruption (noise, vibration) should be performed after normal working hours.
Contract Details
- Contract Type: Firm-Fixed-Price
- Estimated Value: $500,000 - $1,000,000
- Period of Performance: 360 calendar days from NTP
- NAICS Code: 236220 (Commercial and Institutional Building Construction, $45M size standard)
- Product Service Code: Z2DA (Repair Or Alteration Of Hospitals And Infirmaries)
Eligibility & Submission
This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be verified and visible in the SBA certification database at the time of offer submission and contract award. Joint ventures are permitted if they meet specific SBA requirements. Proposals are due February 9, 2026, by 10:00 AM MT and must be emailed to Elia-Laritza.Ruiz-Manzo@va.gov. Email submissions are limited to 15 MB. Required submissions include a Bid Guarantee (20%, max $3M), Payment/Performance Bonds, a signed VAAR clause 852.219-75 Limitation on Subcontracting, and a Self-Performed and Subcontracted Worksheet. Offerors must be registered in SAM and have an Experience Modification Rate (EMR) equal to or less than 1.0. Evaluation will prioritize Past Performance, followed by Compliance Requirements and Price, using a tradeoff source selection process.
Key Clarifications & Requirements
Recent amendments and RFI responses have provided significant clarifications. These include details on Quality Control staffing, preferred work hours for disruptive activities, wall stud sizes, negative air exhaust routing, material staging areas, and confirmation of the retractable, ceiling-mounted, motorized kitchen table requirement. Comprehensive safety requirements are outlined in the "01 35 26 safety 2026-02-04" document. Bidders should review all Q&A documents for technical and procedural specifics.