Z2DA--Replace iDXA C211 539-26-505
SOL #: 36C25026Q0375Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States
Place of Performance
Cincinnati, OH
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)
Original Source
Timeline
1
Posted
Mar 12, 2026
2
Last Updated
Apr 20, 2026
3
Submission Deadline
Apr 28, 2026, 5:00 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 the replacement of an iDXA scanner and associated minor architectural renovations at the VA Medical Center in Cincinnati, OH (Project 539-26-505). This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers are due by April 28, 2026, at 11:00 PM local time.
Scope of Work
This project involves the replacement of an iDXA scanner in Room C211, including minor architectural renovations, installation of a ceiling-mounted patient lift, and necessary electrical and data upgrades. Key tasks include:
- Site verification and documentation of existing conditions.
- Removal of existing sink fixture, fume hood, and surface-mounted power/data raceway.
- Patching and painting of walls and ceilings.
- Installation of a new wall-mounted stainless steel sink and a ceiling-mounted patient lift.
- Provision of new in-wall electrical power and data connections for the iDXA and lift.
- Hazardous material testing is required if needed; abatement will be addressed separately by the VA.
- Compliance with Infection Control Risk Assessment (ICRA) guidelines.
- Disconnection and capping of electrical power and medical gas connections for the existing fume hood (no roof fan or ductwork removal required).
- Construction period services and a one-year warranty.
Contract Details
- Contract Type: Firm-Fixed-Price
- Estimated Magnitude: Between $25,000 and $100,000
- Period of Performance: 150 calendar days after Notice to Proceed
- NAICS Code: 236220 (Commercial and Institutional Building Construction), Size Standard: $45 Million
- Product Service Code: Z2DA (Repair Or Alteration Of Hospitals And Infirmaries)
Submission & Evaluation
- Offers Due: April 28, 2026, 11:00 PM local time
- Submission Method: Email only to Ronald.Heidemann@va.gov
- Evaluation: Award will be made to the responsible quoter whose quote is most advantageous to the Government, considering only price.
- Mandatory Forms: Bidders must submit Attachment 5 (Subcontracting Certificate) and Attachment 6 (Contractor Safety and Environmental Record Evaluation Form) with their offer.
Key Clarifications & Notes
- Set-Aside: This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be VA-certified in the VetCert database at the time of quote submission and prior to award.
- Personnel Qualifications: The Superintendent may serve as both the Site Safety and Health Officer (SSHO) and Construction Quality Control (CQC) System Manager. A graduate degree is not required for the CQC System Manager, but the SSHO must have 30 hours of OSHA training.
- Room Designation: The correct project location is Room C211. Any reference to C214 in specifications is an error.
- Prevailing Wages: Bidders must account for prevailing wage rates and fringes for Hamilton County, OH, as detailed in Attachment 1.
- VA Policies: Contractors should be aware of VHA policies regarding health care personnel influenza vaccination (Attachment 2) if applicable to their staff.
- SAM Registration: Offerors must be registered in SAM.gov.
People
Points of Contact
Ronald T HeidemannContracting OfficerPRIMARY