Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
ID: 36C24826R0011Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.

    Point(s) of Contact
    David M HernandezContract Specialist
    David.Hernandez1@va.gov
    Files
    Title
    Posted
    Amendment 0001 to Solicitation 36C24826R0011, issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8), for the "BB - RESTORATION OF BUILDING 1 ENVELOPE" project (Project Number: 673-21-116), extends the proposal due date to February 16, 2026, at 2:00 PM EST. This amendment also provides an addendum to the drawings and includes copies of the site visit sign-in sheets. The purpose is to provide updated information and extend the timeframe for offer submissions, ensuring all potential offerors have the necessary details for their proposals. All other terms and conditions of the original solicitation remain unchanged.
    This is a Request for Proposal (RFP) for the renovation of Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida. The project, valued between $5M and $10M, is a 100% set-aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope includes general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key dates include a site visit on 11/12/2025 and RFI submission by 11/21/2025. Proposals are due by 12/03/2025 at 2:00 PM EST and will be evaluated based on technical/management approach, specialized experience, schedule, past performance, and price. Offerors must provide an Experience Modification Rate (EMR) not exceeding 1.0 and adhere to specific submission requirements for technical and price proposals. The document also details various federal acquisition regulations and VA-specific clauses concerning security, privacy, and record management.
    This presolicitation notice announces an upcoming Request for Proposal (RFP) for the 'Restoration of Building 1 Envelope' at the James A. Haley Veterans Affairs Medical Center in Tampa, FL. The project, designated as Project # 673-21-116 and RFP # 36C24826R0011, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work involves the renovation of Building 1's envelope, detailed in attached drawings and specifications. The magnitude of this bid/build contract is estimated between $5,000,000.00 and $10,000,000.00, with a NAICS code of 236220 (Commercial and Institutional Building Construction) and a small business size standard of $45M. The RFP is expected to be posted around October 15, 2025, and interested SDVOSBs must be registered with SAM.gov. The response date for this presolicitation is September 17, 2025, at 2:00 PM Eastern Time.
    This Statement of Work (SOW) outlines the requirements for the restoration of Building 1 Envelope at the James A. Haley VA Hospital in Tampa, Florida. The project, identified as #673-21-116, involves general construction, alterations, abatement, removal of existing structures, and installation of new building components. The contractor must complete the work within 550 days of the notice to proceed, adhering to standard work hours (7:00 AM – 3:30 PM, Monday-Friday) and obtaining prior approval for any work outside these times or that disrupts facility operations. Key responsibilities include maintaining professional conduct, complying with all construction documents and VA specifications, obtaining necessary licenses and permits, ensuring site safety, protecting property, and minimizing disruption to the medical center's operations. The SOW also details stringent requirements for contractor employee identification, conduct, background checks, and mandatory VA Privacy and Information Security Awareness training. Furthermore, it addresses information security, security incident reporting, potential liquidated damages for data breaches involving sensitive personal information, and compliance with NARA records management regulations. The contractor is responsible for providing licensed personnel, all necessary equipment and materials, and demonstrating five years of experience in healthcare facility renovation projects. All work is subject to COR monitoring and quality control.
    Addendum No. 1 for Project #673-21-116, "Restoration of Building 1 Envelope" at James A. Haley VA Hospital, outlines crucial revisions and clarifications to the original Bid Drawings and Specifications. This addendum, dated November 24, 2025, details general corrections and specific modifications across several architectural sheets. Key changes include revising Note 1.06 on Sheets G-101, A-102, and A-103 to clarify that work scope for certain facades and their interior conditions is part of BID ITEM #2 (Deduct Alternate). Sheet A-103 is reissued with additional colored Interior Conditions designations and a new plan detail reference. Sheet A-107 is reissued to include missing room names and numbers. Sheet AD-202 revises the demolition plan for the West Elevation to retain an existing hollow metal door pair and frame. Lastly, Sheets A-203 and A602 revise Note 7.40 to specify a "1" wide exterior expansion joint system. All prime bidders must acknowledge receipt of this addendum on their Bid Form, as it becomes an integral part of the Contract Documents.
    The document outlines the "AE Restoration of Building 1 Envelope" project at the James A. Haley VA Hospital in Tampa, FL, detailing general requirements, project management, and scheduling for a federal government Request for Proposal (RFP). The project includes general construction, alterations, abatement, demolition, and new building components, with a 550-calendar-day completion for the base bid and 495 days if exterior wall work, abatement, and window replacement are excluded. Key aspects include strict safety and security protocols, site visit requirements, a web-based project management software package (Oracle Primavera Submittal Exchange or equivalent), and a Critical Path Method (CPM) schedule. The contractor must develop a comprehensive warranty management plan and adhere to detailed procedures for utility services, alterations, waste disposal, and protection of existing infrastructure. The document emphasizes coordination with the Contracting Officer's Representative (COR) and adherence to VA and federal regulations.
    The document appears to be a technical drawing for a site plan related to apartments and associated facilities near the James A. Haley Veterans Hospital in Florida, with annotations indicating drainage features and access roads. Various scales are provided for accurate representation, specifying dimensions and placements of trees, parking spaces, and utilities. Multiple approvals and checks by relevant facility directors are noted, signaling the document's importance for construction and development purposes.
    The document outlines the "RESTORATION OF BUILDING 1 ENVELOPE" project at the James A. Haley VA Hospital in Tampa, Florida. This federal government RFP details extensive architectural, structural, mechanical, and electrical work for Building 1. Key aspects include masonry repair, window replacement, and adherence to the 2023 Florida Building Code, particularly concerning wind load requirements for hurricane-prone regions (Vult = 153 mph). The project emphasizes the protection of glazed openings and louvers against wind-borne debris. The document includes a comprehensive drawing index covering phasing, floor plans, elevations, and detailed specifications for all disciplines. General notes stress coordination with the COR, maintaining continuous hospital operations, managing noise, ensuring site access, protecting existing equipment, implementing dust and debris control, and providing temporary weather protection. The project requires the contractor to secure all necessary VA permits and to restore the site to its original condition.
    The Base Offer Cost Breakdown form is a standardized document for offerors to itemize project costs for government price analysis. It requires a detailed breakdown of labor and material costs across various construction divisions, from general requirements (Division 1) to utilities (Division 33) and transportation (Division 34). The form also includes sections for subtotals, overhead, profit, and bond percentages. Its main purpose is to prevent lump-sum pricing by ensuring transparency and specificity in cost submissions, facilitating a thorough review by government agencies for federal, state, and local RFPs and grants.
    This government form, titled "Pre-Award Contractor Safety and Environmental Record Form," is designed to collect crucial safety and environmental performance data from contractors. It requires companies to provide their name, address, contact information, and detailed OSHA 300 data for 2022, 2023, and 2024, including man-hours, cases involving days away/restricted activity, and their DART Rate. Additionally, contractors must disclose any serious, willful, or repeat OSHA violations or EPA violations from the last three years, along with explanations and supporting documentation (OSHA 300 and 300a forms). The form also asks who administers the company's Safety and Health Program and mandates the submission of the Company's Insurance Experience Modification Rate (EMR) for the past three years, with a requirement of an EMR of 1 or less. This document is essential for evaluating a contractor's safety and environmental compliance as part of the pre-award process for government contracts, grants, or RFPs.
    The "EXPERIENCE INFORMATION SHEET" is a standardized four-page form designed for contractors to submit detailed information on up to four past projects. This document is likely used within government RFP, federal grant, or state/local RFP processes to evaluate an offeror's relevant experience. The form requires comprehensive data across several categories for each project, including contractor and prime contractor (if applicable) information, contract and project details, and the percentage of work performed by the submitting company. It mandates a thorough description of the project's scope of work, the offeror's specific roles and responsibilities, and how the work is relevant to the current procurement. Additionally, the form requires an account of any difficulties or obstacles encountered, differing site conditions, and their resolutions. It also asks for performance periods, completion status, and details regarding any project terminations. Finally, contractors must provide contract price information, including award and final amounts, and explain any discrepancies, with a continuation page for additional information.
    The Past and Present Performance Questionnaire is a crucial document for contractors bidding on United States Department of Veterans Affairs (VA) contracts, specifically for Solicitation Number 36C24826R0011. Contractors must complete their information and send the form to a reference contact. The reference contact, in turn, completes sections assessing the contractor's performance across 21 criteria, including management, personnel, quality control, problem-solving, adherence to schedules, financial responsibility, and cooperation with government personnel. Performance is rated on a scale of 1 (Unsatisfactory) to 6 (Neutral/No Record), with narrative explanations required for ratings of 1 or 2. The reference also indicates if cure or show cause notices were issued and if they would award another contract to the contractor. The completed form must be emailed to the Contracting Officer, David Hernandez, by December 3, 2025, at 2:00 PM EST. This document is vital for the VA's source selection process, enabling a comprehensive evaluation of a contractor's past performance.
    The document outlines a site walk scheduled for November 12, 2025, at 10:00 AM EST for the RFQ 36C24826R0011 concerning the restoration of Building 1 Envelope. It lists various individuals and companies, along with their contact information, presumably related to this project. Key participants include James Little, Steven Phillips, and multiple construction firms.
    The document contains contact information for various individuals and companies involved in construction services, including email addresses and phone numbers. Key individuals mentioned include Tony DeCarlo, Jimmy Boswell, and Chakri Gondi, representing companies such as F. COM Restoration, Puddles Restoration, and Pennoni. Several other contacts related to construction services are listed with corresponding contact details.
    The document outlines wage determination for construction projects in Hillsborough County, Florida, referencing compliance with the Davis-Bacon Act and related Executive Orders, which mandate specific minimum wage rates for contracted workers. It specifies rates for various construction classifications, including asbestos workers, electricians, plumbers, and laborers, and details procedures for appeals and conformance requests regarding wage determinations. Key minimum wage rates are set at $17.75 for contracts after January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022.
    Similar Opportunities
    Z1DA--FY26: NRM (PROJ 673-26-112) DB Replace Fire Barrier Doors Buildings 32 and 38
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for a Design-Build (DB) project aimed at replacing fire barrier doors in Buildings 32 and 38 at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. The project requires the contractor to furnish all necessary professional services, equipment, labor, and materials to replace existing drop-down fire doors with fire-rated swing double doors, ensuring they are programmed to close automatically when smoke detectors are activated. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $150,000 and $200,000, and a performance period of 270 days. Interested contractors must be registered with SAM.gov and comply with all relevant safety regulations; for further inquiries, contact David Hernandez at David.Hernandez1@va.gov or 813-893-3904.
    Y1DA--FY26: NRM (PROJ: 673-CSI-132) D/B 1.5T MRI (ICC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a Design-Build contract to install a 1.5T MRI Integrated Care Center (ICC) at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. The project, identified as Project Number 673-CSI-132, involves comprehensive design and construction services, including the installation of a new Siemens 1.5T MRI system, structural modifications, and updates to mechanical, electrical, and plumbing systems, all while ensuring compliance with safety and regulatory standards. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $2 million and $5 million, with key deadlines including the submission of Requests for Information (RFIs) by December 29, 2025, and Phase I Quotes due by January 23, 2026. Interested parties can contact Contracting Specialist David Hernandez at DAVID.HERNANDEZ1@VA.GOV for further details.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center, with a project value estimated between $5 million and $10 million. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the contractor to provide all necessary labor, materials, and supervision to replace various types of windows while ensuring compliance with current energy efficiency standards and building codes. This project is critical for maintaining the operational integrity of the medical facility, which serves veterans, and emphasizes safety and regulatory compliance throughout the construction process. Interested parties must submit their proposals by January 22, 2026, and can direct inquiries to Contracting Officer Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit proposals for a significant construction project at the Malcom Randall VA Medical Center in Gainesville, Florida, aimed at replacing deteriorated Air Handling Units (AHUs) 21, 22, 23, and 24. This project, designated as 573-21-705, involves comprehensive site preparation, demolition, and installation of new HVAC systems to enhance operational efficiency and reliability within the medical facility. The estimated value of the contract ranges between $50 million and $100 million, with a performance period of approximately 1,095 calendar days following the notice to proceed. Interested contractors should note that the Request for Proposal (RFP) is expected to be posted on or around January 2, 2026, and all inquiries must be directed to Amber C. Milton via email at Amber.Milton@va.gov.
    36C25726R0010 | Project # 674-21-252 Renovation of Bldg. 62 AC Shop
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans’ Medical Center in Temple, Texas, under Solicitation Number 36C25726R0010. This project, designated as Project 674-21-252, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires the contractor to provide all necessary labor, supervision, materials, and equipment for comprehensive electrical, mechanical, and plumbing reconfigurations. The estimated contract value ranges from $2 million to $5 million, with a mandatory performance period of 360 calendar days, and proposals are due by January 29, 2026, at 10:00 AM CST. Interested parties can contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov for further details.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement – BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project includes structural modifications, installation of lead-lined walls, and various construction services, with a contract value estimated between $500,000 and $1 million. This procurement is particularly significant as it aims to enhance the medical facility's capabilities and ensure compliance with safety and regulatory standards. Interested parties must submit their offers by January 5, 2026, at 2:00 PM EST, and should direct inquiries to Contract Specialist David M Hernandez at David.Hernandez1@va.gov.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of Domiciliary hallways and patient rooms at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 549A4-22-221. The project encompasses approximately 61,500 gross square feet of architectural upgrades, including the installation of new finishes for floors, walls, and associated interior elements, while ensuring minimal disruption to ongoing medical operations. This competitive procurement is set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB), with an estimated project value between $1,000,000 and $5,000,000 and a performance period of 180 days post-Notice to Proceed. Interested contractors must submit their proposals by January 27, 2026, and can direct inquiries to Procurement Technician Cassandra S. King at Cassandra.King@va.gov.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a roof repair project at Building 114 of the Hampton VA Medical Center in Hampton, Virginia. The project involves addressing leaks by repairing the flat roof over the sunroom and office, as well as the second-floor cornice work and standing seam roofing areas, with all necessary labor, materials, and equipment to be provided by the contractor. This procurement is critical for maintaining the integrity of the facility, ensuring a safe environment for veterans receiving care. Interested contractors must submit their bids by January 26, 2026, following a mandatory site visit on January 7, 2026, with the project magnitude estimated between $100,000 and $250,000. For inquiries, contact Contract Specialist Gina C. Moriarty at Gina.Moriarty@va.gov.