Z2DA--Replace Window Seals B330 552-23-512
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 Contracting Office 10 (NCO 10), has issued an amended solicitation (Amendment 0003) for Project 552-23-512: Replace Window Seals B330 at the Dayton VA Medical Center, Dayton, OH. This project requires a contractor to furnish all labor, materials, and equipment to wet seal operable windows in Buildings B330 and B310. Offers are due by April 23, 2026, at 11:00 AM EDT.
Scope of Work
The contractor will replace and seal deteriorated window gaskets and frames to prevent water intrusion. Key tasks include:
- Wet sealing approximately 1,199 operable windows in Buildings B330 and B310 using low VOC sealant with a minimum 20-year manufacturer's warranty.
- Removing and disposing of existing internal blinds.
- Protecting windows during construction and cleaning all glass panes.
- Surveying existing window units for damage and reporting to the Contracting Officer Representative (COR).
- Developing and implementing a detailed sequence plan, coordinated with the COR, to minimize disruption in occupied spaces, including patient care rooms.
- Adhering to VA Design Guides, OSHA safety standards (including 10-hour construction worker course for all personnel and 30-hour for supervisors), and implementing infection control, dust prevention, and noise/vibration control measures.
- Submitting an Activity Hazard Analysis and Accident Prevention Plan.
- Testing a representative sample of six windows for water tightness per AAMA Standard 501.2-03; the contractor is responsible for re-testing costs if a window fails.
- Contractor may need to design and install permanent anchor systems for swing stages, which will remain a VA asset.
Contract Details
- Contract Type: Firm-Fixed-Price
- Estimated Magnitude: Between $500,000 and $1,000,000
- Period of Performance: 180 calendar days from Notice to Proceed.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 238150 (Glass and Glazing Contractors) with a $19 million size standard.
- Eligibility: Only VA-certified SDVOSBs registered in the SBA Small Business Search and SAM.gov are eligible. The SDVOSB or sub-contractor must perform a minimum of 25% of the construction work.
- Bonds: A bid guarantee (20% of bid price, not to exceed $3,000,000) is required. Performance and Payment Bonds are also required for awards over $35,000 and $150,000, respectively.
- Personnel Requirements: All contractor personnel require background investigations, must complete VA Privacy Training, and receive annual influenza shots if working on campus. Superintendent and Site Safety and Health Officer (SSHO) must be directly employed by the Prime Contractor and on-site. Wage Determination OH20260093 is applicable.
Submission & Evaluation
- Offers Due: April 23, 2026, at 11:00 AM EDT.
- Submission Method: Bids and bid guarantees must be submitted in person at the NCO 10 office, 3140 Governor’s Place Blvd., Suite 210, Kettering, OH 45409. Emailed bids or bid guarantees will not be accepted.
- Bid Opening: April 23, 2026, at 11:00 AM local time, in person at the NCO 10 office. A TEAMS Line is available for virtual attendance (Phone: 872-701-0185, Access Code: 172927713#).
- Attachments: Bidders must review all attachments, including detailed drawings, specifications, wage determination, and the VAAR 852.219-75 Certificate of Compliance for Subcontracting Limitations.
Additional Notes
A pre-bid site visit was held on March 25, 2026. Responses to Request for Information (RFI) questions have been provided in Amendment 0003.