Z2DA--FY26: NRM (PROJ: 548-CSI-139) BB Construction Renovate IR Cath Lab

SOL #: 36C24826Q0453Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
248-NETWORK CONTRACT OFFICE 8 (36C248)
TAMPA, FL, 33637, United States

Place of Performance

West Palm Beach, FL

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 16, 2026
2
Last Updated
Apr 30, 2026
3
Submission Deadline
May 6, 2026, 2:00 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) is soliciting proposals for a Bid-Build (BB) construction project to renovate the Interventional Radiology (IR) Cath Lab at the Thomas H. Corey VA Medical Center in West Palm Beach, FL. This project, identified as Project 548-CSI-139, involves demolition and construction to modernize approximately 2,110 square feet into a Hybrid Operating Room (OR) space. This opportunity is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals are due by May 6, 2026, at 10:00 AM EST.

Scope of Work

The contractor will furnish all labor, materials, equipment, tools, supervision, and transportation for the demolition and construction of the new IR Cath-Lab and associated spaces on the second floor. The renovation must meet the requirements of a Hybrid OR space, adhering to the Surgical and Endovascular Services Design Guide, VA design manuals, and specifications. Key aspects include:

  • Architectural: Creation of a new Semi-Restricted room, enlarged Control Room, Equipment Alcove, Scrub Sink Alcove, and Transition Area, with lead shielding requirements.
  • Structural: Modifications for C-arm and ceiling-hung equipment, including structural steel framing.
  • HVAC: Replacement of AHU-60 due to increased air change rates and epidemic mode requirements, and installation of a new direct-digital control (DDC) system for HVAC, integrating with existing Tridium Niagara DDC.
  • Electrical: Installation of new isolated power panels and transformers.
  • Medical Gas: Extension of medical gas piping, domestic water, and sanitary drainage systems.
  • Safety & Compliance: Adherence to Infection Control Risk Assessment (ICRA), Interim Life Safety Measures (ILSM), VHA Directive 7715, and VA Division 01 Safety requirements.
  • Commissioning: A comprehensive commissioning process for mechanical and electrical systems, requiring the contractor to provide a CITP Commissioning Agent (CxP).

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Magnitude of Construction: Estimated between $2,000,000 and $5,000,000
  • Period of Performance: 310 calendar days or less from the date of award
  • NAICS Code: 236220 - Commercial and Institutional Building Construction
  • Product Service Code: Z2DA - Repair Or Alteration Of Hospitals And Infirmaries
  • Place of Performance: Thomas H. Corey VA Medical Center, West Palm Beach, FL

Set-Aside & Eligibility

This is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Offerors must be registered in SAM and certified by SBA VetCert. Contractors must perform at least 15% of the contract cost with their own employees. For general construction, the contractor must not pay more than 85% of the contract amount to firms that are not certified SDVOSBs or VOSBs.

Submission & Evaluation

  • Proposals Due: May 6, 2026, at 10:00 AM EST.
  • Submission Format: Technical and Price proposals must be submitted as two separate documents.
  • Evaluation Factors: Technical factors (Specialized Experience, Contractor Qualifications, Past Performance) are more important than price.
  • Mandatory Attachments: Bidders must submit a completed Pre-Award Contractor Evaluation Form (EMR Form), a Base Offer Price Breakdown by CSI divisions, a Price/Cost Schedule, and a Past Performance Questionnaire (PPQ).
  • Bonds: A bid bond (20% of bid price or $3,000,000, whichever is less) is required. Performance and payment bonds are required within 10 calendar days of award.
  • Wage Rates: Davis Bacon Wage Determinations (FL20260220 dated 01/02/2026) apply.

Key Dates

  • Site Visit: April 15, 2026, at 1:30 PM EST.
  • Requests for Information (RFIs) Due: April 21, 2026, at 10:00 AM EST.
  • Proposal Due Date: May 6, 2026, at 10:00 AM EST.

Additional Notes

An amendment (36C24826Q0453 0001) replaced specifications for the HVAC Direct-Digital Control System (Section 23 09 23) and added "S02 Attachment 26_BAS Facility Standards." Bidders must use the updated specifications and review the new BAS standards. An Asbestos Report confirmed no asbestos-containing materials but noted potential for lead lining in Angio Lab walls.

People

Points of Contact

Melissa A EverettContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View

Versions

Version 5
Solicitation
Posted: Apr 30, 2026
View
Version 4
Solicitation
Posted: Apr 28, 2026
View
Version 3Viewing
Solicitation
Posted: Apr 13, 2026
Version 2
Solicitation
Posted: Apr 7, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 16, 2026
View
Z2DA--FY26: NRM (PROJ: 548-CSI-139) BB Construction Renovate IR Cath Lab | GovScope