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 SCI Residential Rehab Apartment, Building H (VA-26-00005761) at the Rocky Mountain Regional VA Medical Center in Aurora, CO. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due by February 9, 2026, at 10:00 AM MT.
Project Overview & Scope
This project involves the remodeling of existing space within Inpatient Building South (Building H) to create a residential rehabilitation apartment for spinal cord injury or disorder patients. The scope includes extensive demolition of existing walls, floors, ceilings, plumbing, electrical, and low voltage systems, followed by the construction of new elements and installation of new 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 ensuring work causing noise or disruption is performed after normal working hours. Specific installations include 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 adhere strictly to VA standards, OSHA, AIA Construction Guidelines, Joint Commission Environment of Care Standards, and applicable building codes.
Contract Details
This is a Firm-Fixed-Price contract with an estimated magnitude between $500,000 and $1,000,000. The period of performance is 360 calendar days from the Notice to Proceed (NTP). The Product Service Code is Z2DA (Repair Or Alteration Of Hospitals And Infirmaries), and the NAICS Code is 236220 (Commercial and Institutional Building Construction) with a small business size standard of $45 million.
Eligibility & Submission Requirements
This acquisition is set aside exclusively for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). 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. Mandatory submissions include a bid guarantee of 20% (not to exceed $3,000,000), Payment and Performance Bonds, and a signed VAAR clause 852.219-75 (Limitation on Subcontracting). Offerors must also provide their OSHA and Experience Modification Rate (EMR) ratings, with EMR required to be equal to or less than 1.0. Registration in the System for Award Management (SAM) is mandatory. A Self-Performed and Subcontracted Worksheet and a Past Performance Questionnaire are also required.
Key Dates & Contact
- Pre-bid Site Visit: January 15, 2026, at 1:00 PM MT (not mandatory, attendance list available).
- Questions Due: January 22, 2026, by 10:00 AM MT.
- Proposals Due: February 9, 2026, by 10:00 AM MT. Proposals must be submitted via email to Elia-Laritza.Ruiz-Manzo@va.gov. Email submissions are limited to 15 MB.
Evaluation Criteria
Award will be based on a tradeoff source selection process, with Past Performance being the most important factor, followed by Compliance Requirements and Price. The government intends to award without discussions but reserves the right to hold them.
Recent Updates & Clarifications
This solicitation has been amended to include answers to RFI Questions 41-55, providing detailed clarifications on various aspects such as Quality Control staffing, concrete coring hours, wall stud size, negative air exhaust routing, material staging, the specific retractable motorized kitchen table requirement, and roles for Superintendent/QC Manager/SSHO. Earlier RFI responses (Questions 1-40) also clarified nurse call/fire alarm systems, drawing interpretations, and system relocations. The amendment also confirmed the pre-bid site visit documentation.