ContractSolicitation

Y1DA--534-26-3-5788-0016 / 534-25-102 Renovate Canteen Kitchen PH2 / (VA-26-00031573)

DEPARTMENT OF VETERANS AFFAIRS 36C24726R0073
Response Deadline
Jun 10, 2026
33 days left
Days Remaining
33
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs, through Network Contracting Office 7, is seeking a firm-fixed-price construction contractor to renovate the canteen kitchen at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The work covers Phase II demolition and replacement of existing kitchen infrastructure, including asbestos-containing materials, along with new grill hoods, fire suppression, air handlers, exhaust fans, ductwork, and related electrical, mechanical, and life-safety improvements. The project is a 100% SDVOSB set-aside with a 180-calendar-day period of performance after notice to proceed, and the work must be performed in an active healthcare setting under strict ICRA and safety controls; the estimated construction cost is between $500,000 and $1,000,000. A mandatory site visit is scheduled for May 15, 2026, RFIs are due May 20, 2026, and proposals are due by June 10, 2026, at 10:00 AM EDT by email.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Y1DA
CONSTRUCTION OF HOSPITALS AND INFIRMARIES

Solicitation Documents

9 Files
36C24726R0073.docx
Word18 KBApr 24, 2026
AI Summary
The Department of Veterans Affairs issued a presolicitation notice for construction services to renovate the Canteen Kitchen Phase II at the Ralph H. Johnson VA Medical Center in Charleston, SC. This project, identified as 534-25-102, has an estimated construction magnitude between $500,000 and $1,000,000 and a target completion period of 365 days. The solicitation, 36C24726R0073, is a 100% Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220. Work involves demolishing the existing grill hood, Ansul system, ductwork with asbestos-containing mastic, and exhaust fan, followed by installing new equipment including a front-line hood, Ansul system, dedicated air handler, exhaust fan, and associated ductwork. Prospective contractors must be certified and listed in the SBA certification database and registered in SAM. The RFP will be posted on or about May 8, 2026, on sam.gov, with an anticipated award date on or before September 30, 2025. This notice emphasizes that formal proposals should not be submitted until the RFP is posted.
36C24726R0073 0001.docx
Word17 KBMay 8, 2026
AI Summary
Amendment 0001 to solicitation 36C24726R0073, "Renovate Canteen Kitchen Phase II" for the Department of Veterans Affairs, W.J.B. Dorn VA Medical Center, corrects a previous error regarding the posting date for RFI responses and site visit sign-in sheets. The new posting date is May 28, 2026, changing from June 17, 2026. Additionally, this amendment provides the estimated cost of construction, which is between $500,000 and $1,000,000.
Attachment 6- Specifications.pdf
PDF1987 KBMay 8, 2026
AI Summary
The document outlines the "AE Canteen Kitchen Renovation – Phase 2" project at the Ralph H. Johnson VAMC in Charleston, South Carolina (Project No: 534-25-102). It details the project manual and specifications for a kitchen renovation, including general construction, alterations, and specific bid deducts. Key personnel involved are Todd Garret Beck (Architect), George W. Austin Jr (Plumbing/Mechanical Engineer), and Donald A. Jones (Electrical Engineer). The document lists required specifications across various divisions, emphasizing general requirements, demolition, thermal and moisture protection, finishes, fire suppression, plumbing, HVAC, and electrical work. It mandates a Critical Path Method (CPM) schedule for project management, outlining requirements for progress reporting, cost data, and activity sequencing. The contractor is responsible for site preparation, demolition, furnishing labor and materials, ensuring safety and security, maintaining utilities, and proper disposal of materials, including PCB transformers. The document also specifies procedures for surveys, as-built drawings, temporary utility use, and comprehensive testing and instruction for installed equipment.
Attachment 5- Drawings.pdf
PDF17215 KBMay 8, 2026
AI Summary
The Department of Veterans Affairs in Charleston, SC, is undertaking Phase 2 of the AE Canteen Kitchen Renovation project at the Ralph H. Johnson VA Medical Center. This project involves comprehensive mechanical, electrical, and life safety upgrades. Key aspects include extensive demolition and new construction adhering to strict Infection Control Risk Assessment (ICRA) protocols, categorized as Class IV due to the nature of the work in a healthcare environment. The project plans detail existing and proposed floor plans, reflected ceiling plans, and roof plans, along with specific mechanical demolition, installation, piping, instrumentation, and control diagrams. Electrical plans include symbol legends, general notes, a riser diagram, and power distribution for the floor and roof. Hazardous materials, such as asbestos-containing HVAC mastic and thermal system insulation, have been identified and require abatement prior to demolition. The renovation emphasizes maintaining negative air pressure in construction areas, providing temporary partitions, and adhering to fire safety standards, including the installation and relocation of fire extinguishers and the implementation of temporary heat detectors connected to the existing fire alarm system. Quality Consulting Engineers, PLLC, is the engineering firm responsible for the final submission dated December 16, 2025.
Attachment 4 - INVOICING.docx
Word21 KBMay 8, 2026
AI Summary
This government file outlines the mandatory electronic invoice submission process for contractors working with the Department of Veterans Affairs (VA). All payments will adhere to FAR 52.232-33 and invoices must comply with FAR 52.232-5 and 852.232-70. The VA has partnered with Tungsten Network e-Invoicing for electronic submissions, requiring all vendors to register with Tungsten Network via email or phone. Contractors must submit electronic invoices through the Tungsten Network website after COR/CO approval. The VA's Financial Services Center (VAFSC) utilizes Tungsten Network to transition from paper to electronic invoicing. The VA10091 form has been eliminated as of July 1, 2020, with new vendors required to update information in the Customer Engagement Portal (CEP) and register with ID.Me. Contact information for Tungsten Network and VAFSC is provided for assistance with e-invoice setup.
Attachment 3- DBA WD - SC20260023.docx
Word18 KBMay 8, 2026
AI Summary
This government file, General Decision Number SC20260023, effective January 2, 2026, outlines prevailing wage rates and fringe benefits for building construction projects in Charleston County, South Carolina. It specifically excludes single-family homes and apartments up to four stories. The document lists various craft classifications, including Ironworkers, Pipefitters, Bricklayers, Carpenters, Electricians, and Laborers, along with their respective wage and fringe benefit rates. The file also details the application of Executive Order (EO) 13706, which mandates paid sick leave for federal contractors, and Executive Order 13658, setting minimum wage rates for certain contracts. It provides guidance on identifying union, union average, survey, and state-adopted wage rates and outlines the appeals process for wage determinations. The purpose is to establish labor standards for federal contracts in the specified region and construction type.
Attachment 2 - Itemized Cost Breakdown.xlsx
Excel20 KBMay 8, 2026
AI Summary
The document, Solicitation No. 36C24725R0015 Attachment – Cost/Price Break, is a detailed cost/price breakdown worksheet for a government solicitation. It outlines various divisions of work, including General Requirements, Existing Conditions, Thermal and Moisture Protection, Finishes, Fire Suppression, Plumbing, HVAC, Electrical, and Electronic Safety and Security. For each division, the form provides categories for Material, Labor, Equipment, and Other costs, culminating in a total for each division. The document also includes sections for
Attachment 1- 852.219-75 VA Notice of Limitations on SubcontractingCertificate of Compliance.pdf
PDF87 KBMay 8, 2026
AI Summary
The VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) outlines subcontracting limits for VA contracts. For general construction, contractors cannot pay more than 85% of the government-paid amount to firms that are not certified SDVOSBs or VOSBs. The cost of materials is excluded. For services, this limit is 50%, and for special trade construction contractors, it is 75%. This certification, required for offerors, is subject to federal law regarding false claims. Non-compliance can lead to penalties, including fines, debarment, and prosecution. Contractors must provide documentation to VA upon request to demonstrate compliance, and failure to do so may result in remedial action.
36C24726R0073_1.docx
Word415 KBMay 8, 2026
AI Summary
The Department of Veterans Affairs (VA) Network Contracting Office 7 has issued Solicitation Number 36C24726R0073, a Request for Proposals (RFP) for the "Renovate Canteen Kitchen Phase II" project (534-25-102) at the Ralph H. Johnson VAMC in Charleston, SC. This project is a 100% Set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and requires contractors to provide all supervision, labor, equipment, and materials for the demolition of existing kitchen infrastructure (including asbestos-containing materials) and the installation of new front-line grill hoods, fire suppression systems, dedicated air handlers, exhaust fans, and associated ductwork. The Period of Performance is 180 calendar days after the Notice to Proceed. Key requirements include registration in SAM.gov and VetCert, a mandatory site visit on May 15, 2026, and submission of Requests for Information (RFIs) by May 20, 2026. Proposals are due by June 10, 2026, at 10:00 AM EDT, via email. The award will be a Firm Fixed Price contract based on the Lowest Price Technically Acceptable (LPTA) evaluation, considering price and technical factors like qualifications of key personnel, key subcontractors, and project execution plans. Offerors must provide a bid guarantee, complete specific contract forms, and adhere to various federal acquisition regulations (FAR) and VA acquisition regulations (VAAR) regarding wage rates, Buy American provisions, and security prohibitions.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 24, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineJun 10, 2026
expiryArchive DateJul 10, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)

Point of Contact

Contract Specialist
Pamela R Moffitt

Official Sources