Z1DA-- Renovate OR for Hybrid Installation
ID: 36C26126R0009Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the renovation of operating room (OR) facilities at the VA Northern California Healthcare System in Mather, California. This project involves a comprehensive renovation and expansion of approximately 12,500 square feet, including the upgrade of four existing ORs and the addition of a fifth Hybrid OR, with construction to be phased and temporary OR trailers utilized during the process. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10 million and $20 million, and proposals are due by January 15, 2026. Interested contractors must attend a mandatory site visit on December 11, 2025, and can direct inquiries to Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511.

    Point(s) of Contact
    Charee HarrisContract Specialist
    (775) 788-5511
    charee.harris@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting offers for a comprehensive renovation and expansion project at the VA Northern California Healthcare System in Mather, CA. This Request for Proposal (RFP) (36C26126R0009) outlines the renovation of 12,500 square feet of existing operating room (OR) space in Building 700, including upgrading four ORs and adding a fifth Hybrid OR. The project requires phased construction, utilizing temporary OR trailers supplied by the VA, and includes the renovation of adjacent support areas. Key brand-name or equal items include Fortress stainless steel wall systems, SLD Technology Modular Ceiling Systems, Johnson Controls programming, Secutron fire alarm systems, HID PIV card readers, and a relocated Swiss Log pneumatic tube system. This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10,000,000.00 and $20,000,000.00. Proposals are due by January 15, 2026, and a mandatory pre-proposal site visit is scheduled for December 11, 2025. Offers must include both price and technical proposals, adhere to strict formatting and content requirements, and confirm compliance with responsibility and small business certifications.
    The Department of Veterans Affairs Network 21 Contracting Office will issue RFP 36C26126R0009 for the Renovate Operating Room (OR) for OR Hybrid project at the VA Northern California Healthcare System in Mather, California. This procurement is a Service-Disabled Veteran Owned Small Business Set-Aside, with NAICS Code 236220 and a $45.5M size standard. The solicitation, conducted under FAR Part 15, is anticipated to be posted on November 25, 2025, and close on January 9, 2026, at 10:00 AM Pacific Time. A site visit will be scheduled, and all inquiries must be submitted via email to Charee Harris at charee.harris@va.gov. Amendments and postponements will be posted on the website, and offerors are responsible for monitoring for updates.
    The Department of Veterans Affairs is issuing a Sources Sought Notice (Solicitation Number 36C26126R0009) to identify qualified businesses for the renovation of an Operating Room Area for Hybrid Installation at the VA Northern California Healthcare System. This notice, primarily for information and planning, seeks responses from Service-Disabled Veteran-owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), small, disadvantaged, women-owned, HUBZone, and 8(a) small businesses. The NAICS code is 236220 (Commercial and Industrial Building Construction) with a $45 million size standard. Responses will help determine the acquisition method and potential set-asides. Interested firms must submit their socio-economic category and verification evidence by November 3, 2025, 10:00 AM Pacific Time to charee.harris@va.gov. A Statement of Work and response form are attached for additional details.
    This government file details the
    The Department of Veterans Affairs (VA) is undertaking a project to install "Temporary Surgical Trailers" at the Mather Campus of the VA Northern California Health Care System. This project involves the construction of a temporary building addition, including an enclosed ramp and corridor connecting the existing hospital (Building 700) to the temporary surgical trailers. The scope also encompasses a raised platform for clean supplies, and slab-on-grade construction for a soiled holding room, vestibule, and electrical building. The project involves comprehensive architectural, civil, landscape, structural, mechanical, plumbing, and electrical work. Strict infection control measures (ICRA Class & Permit Level IV) are mandated during and after construction, including HVAC isolation, critical barriers, negative air pressure, and meticulous cleaning. The new construction will adhere to various building codes, including the 2019 California Building Code and associated mechanical, plumbing, and electrical codes. The project site will involve demolition of existing structures and landscaping, with careful coordination required to minimize disruption to hospital operations. The overall purpose is to provide temporary surgical facilities while maintaining a safe and operational environment.
    This document, VAAR 852.219-75, outlines the VA Notice of Limitations on Subcontracting, a certificate of compliance for services and construction, for government contractors. It mandates that offerors certify their compliance with subcontracting limits, which vary by contract type: 50% for services, 85% for general construction, and 75% for special trade construction. These percentages cap the amount that can be paid to firms not listed as VIP-listed SDVOSBs or VOSBs. The certification acknowledges that false statements may lead to severe penalties, including criminal prosecution and fines. Contractors must provide documentation to verify compliance, and failure to do so can result in remedial action. The offeror must complete, sign, and return the certification for their bid to be considered eligible for award.
    The provided document is a Request for Information (RFI) form, specifically for Project No. 612A4-25-004, titled "Renovate OR for Hybrid Installation." This RFI is associated with Solicitation No. 36C26126R0009. The form is designed for contractors to submit information regarding a problem or request related to the renovation of an operating room for a hybrid installation, with responses to be sent to charee.harris@va.gov. It includes fields for contractor details, project and RFI numbers, project name, date requested, and references to drawing and specification sections. The form also provides a section for the Project Manager's response, including tracking and amendment numbers, and the VA Project Engineer/Manager's details and date. This RFI serves as a formal communication tool within the federal government procurement process to gather specific details for an upcoming renovation project.
    This government file outlines safety and environmental requirements for contractors bidding on project 36C26126R0009, as mandated by VHA Directive 7715. To be eligible, contractors must certify on company letterhead that they have no more than three serious, one repeat, or one willful OSHA or EPA violation(s) in the past three years. Additionally, they must have an Experience Modification Rate (EMR) of 1.0 or less. Offerors are required to submit their current EMR, verified by their insurance carrier on letterhead. If an EMR exceeds 1.0, a written explanation from the insurance carrier, also on letterhead, detailing the reasons and anticipated reduction date, is required. The file includes a table for tracking violations and a section for EMR submission, emphasizing the need for supporting documentation.
    The document 36C26126R0009, titled “ATTACHMENT: PERSONNEL RESUMES EVALUATION,” outlines the key personnel experience and qualification requirements for a Renovation OR for Hybrid Installation project (612A4-25-004). It mandates detailed resumes for five key roles: Elevator Design Project Manager, Elevator Project Superintendent, Elevator Project Engineer, Elevator Safety Officer, and Elevator QC Manager. Each resume must include the individual's name, proposed assignment, firm details, employment history, educational background, professional registrations, completed training courses (e.g., COE construction quality management, safety), and familiarity with safety compliance and sustainability. Additionally, applicants must provide a list of up to five projects completed by the key personnel within the last six years. For each project, the contract number, title, amount, start/completion dates, the individual's role (PM, Sup, QC, Safety), and a detailed description of the building construction work are required. The document emphasizes that proposals must clearly differentiate between Project Manager and Project Superintendent experience, prohibiting combined experience descriptions.
    The document outlines several essential forms for government solicitations, including Attachment D for Construction Experience Project Data Sheet, Exhibit B for NAVFAC/USACE Past Performance Questionnaire, Exhibit C for Offeror Team Composition and Management, and Exhibit D for Safety Data Sheet. These forms gather critical information from offerors regarding their project experience, past performance, team structure, and safety records. The Construction Experience Project Data Sheet requires details on up to five relevant construction projects, while the Past Performance Questionnaire allows clients to rate contractor performance across various criteria like quality, schedule, cost, and safety. The Team Composition form focuses on the roles and responsibilities of primary team members. Finally, the Safety Data Sheet collects safety performance metrics such as EMR, DART, and TRC rates, alongside a narrative on safety approaches. The document also includes a Request for Information (RFI) form for submitting inquiries. These exhibits collectively serve to evaluate an offeror's capabilities, past performance, and compliance with safety standards for government contracts.
    The Past Performance Questionnaire (PPQ) for RFP 36C26126R0009, 'OR Hybrid Renovation' at the VA Northern California Healthcare System, Mather, California, is a critical tool for evaluating offerors' past performance. This questionnaire, designed for completion by July 10, 2025, at 10:00 am Pacific Time, requires detailed information on contractor performance, including contract specifics and a comprehensive rating across various elements. The PPQ uses a six-tier rating scale (Exceptional, Good, Satisfactory, Marginal, Unsatisfactory, Neutral/Not Applicable or Unknown) to assess quality, schedule adherence, customer satisfaction, management, cost/financial management, and safety/security. Respondents must provide comments for each section and indicate if they would rehire the contractor. The collected data will enable the Government to thoroughly evaluate how well contractors performed on previous contracts, informing the selection process for the OR Hybrid Renovation project.
    The document, "ATTACHMENT G - PRICING SCHEDULE 36C26126R0009 Renovate OR for Hybrid Installation," is a pricing schedule detailing the estimated material and labor costs for various construction phases of a renovation project. Key categories include General Requirements, Foundations, Site Improvements, Overhead, Profit, and Bonds and Insurance. The schedule outlines itemized costs for personnel such as Project Managers, Superintendents, and Quality Control Managers, as well as for laborers and mobilization. While many construction phases like Superstructure, Exterior Enclosures, Roofing, and Interior Construction are listed, they currently show zero costs, indicating they may not be part of the initial scope or their costs are yet to be determined. The total estimated cost for the project is $14.00, with $8.00 allocated for materials and $6.00 for labor, excluding the specific costs for Heating, Ventilation & Air Conditioning, which is listed separately with a subtotal but no detailed breakdown. This schedule serves as a foundational pricing framework for the renovation of an Operating Room for Hybrid Installation.
    This "sources sought" notice from the VA Northern California Healthcare System seeks qualified businesses for the "Renovate OR Area for Hybrid Installation" project (36C26126R0009). The VA aims to identify businesses, including Service-Disabled Veteran-owned, Veteran-Owned, small, disadvantaged, Women-owned, HUBZone, and 8(a) small businesses, capable of performing commercial and industrial building construction (NAICS 236220, size standard $45 million). Responses will help determine the acquisition method, potential set-asides, and correct approach (e.g., purchase and installation vs. construction). Interested firms must submit socio-economic category information and, for SDVOSB/VOSB, evidence of VetBiz verification, via email to charee.harris@va.gov by November 3, 2025, at 10:00 AM Pacific Time. A work statement and response form are attached, and insufficient interest may preclude set-asides.
    This "Sources Sought Information Form" (36C26125R0009) is issued by the VA Northern California Healthcare System to gather information from potential contractors for upcoming upgrades. The form requests firm details such as name, address, and contact information for a point of contact. It also asks for the business type, including certifications like SBA 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business, Small Business, or Other than Small Business. Additionally, the form inquires about the firm's bonding capacity, including the surety name, maximum bonding capacity per project, and aggregate maximum bonding capacity for multiple contracts. This information helps the VA assess the market and identify qualified businesses for future solicitations, ensuring compliance with federal contracting requirements.
    The Department of Veterans Affairs is undertaking Project 612A4-25-004 to renovate and expand the surgical operation room (OR) area in Building 700 at the VA Northern California Health Care System. This 12,500 square foot project involves comprehensive upgrades to architectural, structural, mechanical, plumbing, electrical, and low-voltage systems to meet current VHA Design Guides. Key objectives include upgrading four existing ORs, adding a fifth Hybrid OR, optimizing workflow, and addressing deficiencies in critical systems. The project mandates the setup, certification, and commissioning of three temporary OR trailers, provided by the VA, to maintain surgical capacity during phased construction. The contractor is responsible for coordinating the installation and support infrastructure for these trailers, including utility connections and patient pathways. Renovation also extends to adjacent support and auxiliary areas. Daniel Jhun serves as the Contracting Officer, and Patrick Wee is the Contracting Officer's Representative.
    The Department of Veterans Affairs' Northern California Health Care System is undertaking Project No. 612A4-25-004 to renovate the Operating Room (OR) area for a hybrid installation at the Mather VA Facility. This project, with a submission date of September 30, 2025, involves extensive architectural, structural, mechanical, plumbing, electrical, and low-voltage renovations across approximately 12,500 square feet of the second floor of Building 700. The goal is to update the surgery department to current VHA Design Guides and incorporate a Hybrid OR suite. The scope also includes the installation of temporary OR trailers during construction. The document outlines comprehensive specifications across numerous divisions, from general requirements and existing conditions to concrete, masonry, metals, wood, thermal and moisture protection, openings, finishes, specialties, equipment, furnishings, special construction, fire suppression, plumbing, HVAC, electrical, communications, and electronic safety and security. Key general requirements emphasize safety, security, fire prevention, infection control, waste management, utility coordination, and adherence to various federal and local regulations.
    The document outlines a federal government Request for Proposal (RFP) or grant, detailing various requirements and specifications. It includes sections on administrative details, technical specifications, and compliance standards. Key areas cover project scope, performance metrics, reporting procedures, and legal considerations. The file also contains detailed breakdowns of tasks, deliverables, and timelines. Emphasis is placed on adherence to government regulations, quality assurance, and efficient resource allocation. The document appears to be a comprehensive guide for potential contractors or grantees, setting forth the expectations and framework for project execution and oversight.
    Similar Opportunities
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    Z1DA--Relocate Infusion Clinic and Hemo Offices - 539-21-207
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for the relocation of the Infusion Clinic and Hemo Offices at the Cincinnati VA Medical Center. The project involves renovating approximately 2,056 gross square feet of space, including general construction, mechanical, electrical, plumbing, and technology trades, as well as asbestos and lead-based paint abatement. This construction effort is critical for enhancing healthcare services provided to veterans, with an estimated project value between $1,000,000 and $5,000,000. Interested service-disabled veteran-owned small businesses (SDVOSB) should contact Contracting Officer Patrice Scott at patrice.richardson-scott@va.gov or call 513-559-3718 for further details, with the Invitation for Bids expected to be posted around November 20, 2025.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project at the West Texas VA Health Care System in Big Spring, Texas. This procurement, set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days, with an estimated project cost between $5,000,000 and $10,000,000. The project is critical for modernizing the facility's data management capabilities, ensuring compliance with federal regulations, and maintaining operational efficiency. Interested bidders must submit their proposals electronically by December 11, 2025, at 12:00 PM EST, and are encouraged to attend a mandatory site visit scheduled for November 18, 2025, to gain a comprehensive understanding of the project requirements. For further inquiries, contact Devin M. Russell at devin.russell@va.gov.
    Z1DA--Renovate B26 for Mental Health - 538-23-102 Chillicothe VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the renovation of Building 26 for Mental Health at the Chillicothe VA Medical Center, under Project 538-23-102. This project, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves a partial renovation of approximately 19,000 square feet of the existing Sustained Behavioral Treatment Unit (SBTU), including necessary architectural, mechanical, electrical, and plumbing upgrades, as well as the construction of a new basement floor for an Air Handling Unit (AHU). The estimated project duration is 320 calendar days, with a funding range between $2,000,000 and $5,000,000, and a solicitation is anticipated to be issued around November 12, 2025. Interested parties should contact Contract Specialist Jeremy Nee at jeremy.nee@va.gov for further information and ensure they are registered on the appropriate government websites to participate in the procurement process.
    36C26126R0007 Replace B530 Gymnasium Floor Solicitation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the gymnasium floor in Building 530 at the VA Palo Alto Health Care System. This project requires comprehensive construction services, including the removal of existing damaged flooring, addressing potential mold issues, repairing a water bottle refill station, and installing a new maple wood gymnasium flooring system. The new flooring will provide a safe and durable surface suitable for athletic and community use, emphasizing the importance of maintaining high standards in facility management for veteran services. Interested contractors must submit their proposals by December 22, 2025, following a mandatory site visit on November 26, 2025, with an estimated project cost between $500,000 and $1,000,000. For inquiries, contact Contract Specialist Christopher Aguon at christopher.aguon@va.gov or (808) 433-0600.
    Z2DA--Renovate MICU/SICU 539-20-104
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of the Medical Intensive Care Unit (MICU) and Surgical Intensive Care Unit (SICU) at the Cincinnati VA Medical Center, under project number 539-20-104. The project entails comprehensive renovations covering approximately 11,000 square feet, including demolition, new layouts, fixtures, finishes, and the installation of a HEPA pandemic filtration system, with an estimated construction value between $5,550,000 and $7,250,000. This procurement is particularly significant as it aims to modernize critical care facilities, ensuring compliance with safety and infection control standards while maintaining operational efficiency. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by 1:00 PM EST on January 8, 2026, following a mandatory site visit scheduled for November 3, 2025. For further inquiries, contact Ronald T. Heidemann at Ronald.Heidemann@va.gov.
    Y1DA--518-22-700 EHRM Infrastructure Upgrades Construction Bedford VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposals (RFP) for the EHRM Infrastructure Upgrades Construction project 518-22-700 at the Bedford VA Medical Center (VAMC) in Bedford, MA. This design-bid-build project aims to address deficiencies and upgrade communications cabling in Telecommunications Rooms (TRs) and the Main Computer Room (MCR) across multiple campus buildings and site infrastructure, including the demolition of existing structures and the construction of a new MCR building. The project is critical for enhancing the telecommunications infrastructure, which includes new Fiber Optic and CAT 6a cabling, Work Area Outlets (WAOs), and various systems such as HVAC, CCTV, and Fire Protection. This total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract is estimated to be valued between $20,000,000 and $50,000, with a performance period of approximately 730 calendar days, and is expected to be issued in mid-December 2025. Interested parties can direct inquiries to Contract Specialist Dawn N Schydzik at dawn.schydzik@va.gov or by phone at 216-447-8300.
    Y1DZ--36C257-26-AP-0167 | NEW CON FY26 | 674-21-252 - Renovate Bldg. 62 AC Shop (VA-26-00003429)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans Medical Center in Temple, Texas. The project aims to ensure the AC shop space is safe and functional, requiring the contractor to provide all necessary labor, materials, equipment, and testing to reconfigure electrical, mechanical, and plumbing systems, with some work scheduled after hours due to the facility's 24/7 operation. This construction project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, has a funding magnitude between $2,000,000 and $5,000,000, with a Request for Proposal (RFP) anticipated to be posted around November 28, 2025, and a response deadline of December 5, 2025. Interested parties can contact Contract Specialist Jose Portalatin at jose.portalatinrivera@va.gov or (915) 564-6100 ext. 6583 for further information.
    Y1EZ--764-24-101 Renovate Manual Area at Mid-South (Elam Farms)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of the manual area at the Mid-South Consolidated Mail-Out Pharmacy (CMOP) facility in Murfreesboro, Tennessee. This project, designated as 764-24-101, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under NAICS code 236220, with an estimated contract value between $500,000 and $1 million and a performance period of 120 days. The renovation is critical for maintaining operational efficiency within the facility, which will remain active during construction, necessitating strict adherence to safety protocols and minimal disruption to ongoing operations. Proposals are due by November 28, 2025, with all inquiries to be submitted by November 12, 2025, to Contract Specialist Robert Gochenour at robert.gochenour@va.gov or by phone at 913-758-9940.