Z2LB--674-20-109 Improve Roads and Entrances Temple Campus

SOL #: 36C25726R0053Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
257-NETWORK CONTRACT OFFICE 17 (36C257)
San Antonio, TX, 78240, United States

Place of Performance

Temple, TX

NAICS

Highway (237310)

PSC

Repair Or Alteration Of Highways/Roads/Streets/Bridges/Railways (Z2LB)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Dec 16, 2025
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Mar 18, 2026, 3:00 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), Network Contracting Office 17, is soliciting proposals for Project 674-20-109: Improve Roads and Entrances at the Olin E. Teague Veterans Medical Center in Temple, TX. This Firm-Fixed-Price construction contract, valued between $10,000,000 and $20,000,000, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The project involves extensive road, parking lot, and entrance improvements. Proposals are due by March 18, 2026, at 10:00 AM CST.

Scope of Work

The project entails the repair, replacement, and installation of new pavement infrastructure to enhance site circulation and accommodate increased traffic at the Temple Campus. Key deliverables include:

  • Road Construction & Site Improvements: Milling, overlaying, restriping existing asphalt, complete removal and replacement of pavement and curbs, grading, drainage, storm sewer relocation, and installation of passive vehicle barriers.
  • Demolition & Abatement: Removal of existing structures and debris, including detailed procedures for Traditional Asbestos Abatement and Lead-Based Paint Removal and Disposal, as identified in the Design Narrative (e.g., asbestos in curb expansion caulk, lead in yellow line asphalt).
  • Electrical Systems: Installations, low-voltage conductors, underground electrical construction, and exterior lighting.
  • Electronic Safety & Security: Physical access control systems (PACS) and video surveillance (SSTV) systems, including integration into the existing campus Security Control Center.
  • Quality & Safety: Implementation of comprehensive Quality Control (CQC) systems, Accident Prevention Plans (APP), Activity Hazard Analyses (AHAs), and Construction Waste Management plans.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Period of Performance: 540 Calendar days after Notice to Proceed.
  • Estimated Magnitude: Between $10,000,000 and $20,000,000.
  • NAICS Code: 237310 (Paving, Road Construction) with a $45M size standard.
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).

Submission & Evaluation

Proposals must be submitted via email to nicholas.smith21@va.gov and Rhonda.richardson5@va.gov by the due date. Submissions require four separate, searchable PDF volumes: Technical Acceptability (5 pages max), Past Performance (40 pages max), Price/Cost, and Solicitation/Offer/Award Documents. Evaluation factors include Technical Acceptability (EMR), Past Performance (more important than price), and Price, with award based on best value. A Bid Guarantee is required, and the awardee must obtain Performance and Payment Bonds.

Key Clarifications & Requirements

  • SDVOSB Verification: Offerors must be verified by the VA Center for Verification and Evaluation (CVE) and visible on VetBiz prior to proposal submission.
  • Site Operations: Medical center, emergency services, and patient areas must remain operational. Contractor is responsible for traffic control per Texas MUTCD, maintaining emergency vehicle access, and coordinating haul routes.
  • Hazardous Materials: Costs for identified asbestos and lead abatement must be included in proposals; no additional compensation will be provided.
  • Personnel: The Superintendent must be a direct employee of the Prime Contractor, onsite at all times, and cannot concurrently serve as SSHO or QCM without specific approval. CQC personnel must also be directly employed by the Prime.
  • Asphalt Paving: Generally requires two lifts as per drawings, with single lifts acceptable only in isolated, non-phased areas of 3 inches or less.
  • Past Performance: CPAR printouts are not required; a Past Performance Questionnaire (PPQ) template is provided and accepted for non-CPAR projects.

Deadlines & Contacts

People

Points of Contact

Rhonda M RichardsonContract SpeciaistPRIMARY

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

Versions

Version 9Viewing
Solicitation
Posted: Mar 12, 2026
Version 8
Solicitation
Posted: Mar 11, 2026
View
Version 7
Solicitation
Posted: Mar 10, 2026
View
Version 6
Solicitation
Posted: Mar 6, 2026
View
Version 5
Solicitation
Posted: Feb 26, 2026
View
Version 4
Solicitation
Posted: Feb 10, 2026
View
Version 3
Solicitation
Posted: Feb 4, 2026
View
Version 2
Solicitation
Posted: Feb 3, 2026
View
Version 1
Pre-Solicitation
Posted: Dec 16, 2025
View