ContractSolicitation

Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope

DEPARTMENT OF VETERANS AFFAIRS 36C24826R0011
Response Deadline
Mar 31, 2026
15 days left
Days Remaining
15
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is soliciting proposals for the "BB - Restoration of Building 1 Envelope" project at the James A. Haley VA Hospital in Tampa, Florida. This project, valued between $5 million and $10 million, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves extensive construction work, including general construction, alterations, and hazardous material abatement, to be completed within 550 calendar days after the Notice to Proceed. Proposals will be evaluated based on technical approach, specialized experience, schedule, past performance, and price, with key requirements including a minimum of five years' experience for key personnel and an Experience Modification Rate (EMR) not exceeding 1.0. Interested offerors must submit their proposals by March 31, 2026, at 1:00 PM EST, to David M. Hernandez at David.Hernandez1@va.gov, following the updated instructions provided in the recent amendments and addenda.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z2DA
REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES

Solicitation Documents

22 Files
VA NOTICE OF LIMITATIONS ON SUBCONTRACTING.pdf
PDF222 KB3/10/2026
AI Summary
The VAAR 852.219-75 (JAN 2023) DEVIATION clause outlines limitations on subcontracting for VA contracts, particularly for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Offerors must certify compliance with specific subcontracting limits: 50% for services (excluding construction), 85% for general construction, and 75% for special trade construction. These percentages represent the maximum amount that can be paid to firms not certified as SDVOSBs or VOSBs. The cost of materials is excluded for construction contracts. The certification is subject to federal laws regarding false claims, with potential criminal, civil, or administrative penalties for non-compliance or fraudulent certifications. VA may also impose fines or debarment for bad faith actions. Contractors are required to provide documentation upon request to demonstrate compliance, and failure to do so may result in remedial action. The certification must be completed, signed, and submitted with the offer, or the offer will be deemed ineligible.
673-21-116-James Haley Restor B1_Addendum 03_02.23.26.pdf
PDF10171 KB3/10/2026
AI Summary
Addendum No. 3 for the Restoration of Building 1 Envelope at the James A. Haley VA Hospital addresses updates to project specifications, drawings, and responses to 132 requests for information (RFIs). Key revisions include changes to exterior asbestos abatement, reissuance of glazing specifications and various drawing sheets, particularly concerning guardrail work, ACM removal, and concrete coating locations. The RFI responses clarify project requirements such as contractor responsibilities for terminal cleaning, billing for stored materials, and the permissibility of dual roles for the Project Superintendent as Quality Control Manager (QCM) and Site Safety and Health Officer (SSHO). The addendum also details specific material requirements, clarifies scope limitations, addresses hazardous material handling, and confirms administrative aspects like bid extensions and past performance evaluation criteria. These updates are crucial for bidders to prepare accurate proposals and ensure compliance with project specifications.
36C24826R0011 0005.pdf
PDF237 KB3/10/2026
AI Summary
The Department of Veterans Affairs is soliciting proposals for the "BB - RESTORATION OF BUILDING 1 ENVELOPE" project at the James A. Haley VA Hospital in Tampa, Florida. This amendment extends the proposal due date to March 31, 2026, at 1:00 PM EST and provides an addendum with revisions, RFI responses, and updated drawings/specifications. The project, valued between $5M and $10M, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Proposals will be evaluated on technical/management approach, specialized experience, schedule, past performance, and price. Key requirements include a minimum of five years' experience for key personnel, an Experience Modification Rate (EMR) not exceeding 1.0, and submission of a bid bond. Funds are not presently available, and a payment and performance bond will be required upon award.
SIGNING SHEET 2.pdf
PDF28 KB3/10/2026
AI Summary
The document lists contacts and company information, seemingly for construction and restoration services. Key individuals include Franklyn Departe, Jimmy Boswell (C/Sharpe Co. LLC), Aaron Martin (STRUCTURAL), Tony DeCarlo (USUG), Kyle Gutherz, and Chakri Gondi (Pennoni). Companies mentioned are C/Sharpe Co. LLC, STRUCTURAL, USUG, Pennoni, and PUDDLES RESTORATION. Contact details such as phone numbers and email addresses are provided for these individuals and companies, suggesting a network of professionals or potential bidders for government contracts related to construction, structural work, and restoration. The presence of these details in a government file context implies their relevance to federal RFPs, grants, or state/local RFPs.
36C24826R0011 0001.pdf
PDF100 KB3/10/2026
AI Summary
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.
Base Offer Price Breakdown - 1 page.xlsx
Excel23 KB3/10/2026
AI Summary
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.
7a CD3 Drawings.pdf
PDF31111 KB3/10/2026
AI Summary
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.
5 Construction SOW .docx
Word34 KB9/2/2025
AI Summary
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.
36C24826R0011.docx
Word24 KB9/2/2025
AI Summary
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.
36C24826R0011 0002.pdf
PDF100 KB3/10/2026
AI Summary
This amendment to solicitation 36C24826R0011, for the "BB - RESTORATION OF BUILDING 1 ENVELOPE" project (number 673-21-116) by the Department of Veterans Affairs, Network Contracting Office 8, extends the proposal due date to March 16, 2026, at 10:00 AM EST. Additionally, it provides an updated Wage Determination FL-20260208, dated January 2, 2026. This modification ensures all potential offerors receive critical updates regarding submission deadlines and labor cost requirements for the project.
WD-FL20260208 01-02-26.pdf
PDF1806 KB3/10/2026
AI Summary
This government file, General Decision Number FL20260208, outlines prevailing wage rates and fringe benefits for various construction trades in Hillsborough County, Florida, for building construction projects (excluding single-family homes and apartments up to 4 stories). It specifies rates for occupations such as Asbestos Worker, Elevator Mechanic, Power Equipment Operator, Ironworker, Plumber, Pipefitter, Carpenter, Electrician, and Laborer. The document also includes important notes regarding Executive Order (EO) 13706, which mandates paid sick leave for federal contractors, and EO 13658, which sets minimum wage requirements for certain federal contracts. Furthermore, it details identifiers for union, weighted union average, and survey-based wage rates, along with a comprehensive appeals process for challenging wage determinations. This information is crucial for federal contractors to ensure compliance with labor standards and wage regulations.
SIGNING SHEET 1.pdf
PDF81 KB3/10/2026
AI Summary
The document, RFQ 36C24826R0011 - BB - Restoration of Building 1 Envelope, lists attendees for a site walk scheduled for November 12, 2025, at 10:00 AM EST. This roster appears to be from a pre-bid or pre-proposal conference for a federal Request for Quotation (RFQ) related to a construction or restoration project. The attendees represent various companies and individuals, including contractors, architects, engineers, and consultants, indicating broad interest from potential bidders. The project involves the restoration of the Building 1 envelope, suggesting a focus on the exterior components of the building. This document serves as a record of interested parties for the RFQ process.
673-21-116-James Haley Restor B1_Addendum 01_11.24.2025.pdf
PDF2732 KB3/10/2026
AI Summary
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.
36C24826R0011_1.docx
Word155 KB3/10/2026
AI Summary
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.
WD FL20250208 05232025.pdf
PDF2015 KB3/10/2026
AI Summary
This document, General Decision Number: FL20250208, outlines prevailing wage rates and labor requirements for building construction projects in Hillsborough County, Florida, excluding single-family homes and apartments up to four stories. It details minimum wage rates under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for federal contracts, specifying applicability based on contract dates. The document lists various construction classifications like Asbestos Worker, Elevator Mechanic, Power Equipment Operator, Ironworker, Plumber, Carpenter, Electrician, and Laborer, along with their respective wage and fringe benefit rates. It also includes information on Executive Order 13706 regarding paid sick leave for federal contractors. The file explains different rate identifiers (Union, Union Average, Survey, State Adopted) and provides a comprehensive appeals process for wage determination matters, including contact information for the WHD Branch of Wage Surveys, Branch of Construction Wage Determinations, and the Wage and Hour Administrator.
EMR 1 page.pdf
PDF267 KB3/10/2026
AI Summary
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.
PAST AND PRESENT PERFORMANCE QUESTIONNAIRE.docx
Word36 KB3/10/2026
AI Summary
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.
Experience information Sheet.pdf
PDF216 KB3/10/2026
AI Summary
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.
7 Tampa site map.pdf
PDF1526 KB3/10/2026
AI Summary
The document is a site map for the James A. Haley Veterans' Hospital in Tampa, Florida, dated March 1, 2023. It details the hospital's location at Bruce B. Downs Blvd. and includes surrounding areas such as Wal-Mart, apartments, and various streets and avenues like 132nd Avenue, 27th Street, 28th Street, 30th Street, and Livingston Avenue. The map indicates different scales for various sections (e.g., three inches = one foot, one and one-half inches = one foot, one inch = one foot), and identifies features like ponds, drainage canals/ditches, a Hartline Bus North Transfer Station, and a convenience store. It also notes right-of-way details, asphalt pavement widths, and handicap parking specifications. The drawing is approved by the Project Section Chief, Division Chief, and Facility Director, and is identified as Drawing No. CS-101.
7 100 CD3 Specs.pdf
PDF7429 KB3/10/2026
AI Summary
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.
36C24826R0011 0004.pdf
PDF129 KB3/10/2026
AI Summary
Amendment 0004 to Solicitation 36C24826R0011 for the "BB - RESTORATION OF BUILDING 1 ENVELOPE" project by the Department of Veterans Affairs extends the offer receipt deadline to March 16, 2026, at 10:00 AM EDT. The primary purpose of this amendment is to temporarily suspend the due date for proposals. The agency plans to issue a subsequent amendment to address all received Requests for Information (RFIs) and establish a new due date for proposals. This modification ensures that all potential offerors have adequate time to respond after the agency provides clarifications on the RFIs.
36C24826R0011 0003.pdf
PDF171 KB3/10/2026
AI Summary
The Department of Veterans Affairs (VA) has issued an amendment to Solicitation #36C24826R0011 for the "BB - RESTORATION OF BUILDING 1 ENVELOPE" project. The purpose of this amendment is to inform all offerors that a pre-award protest has been filed with the Government Accountability Office (GAO) by AmeriTech Contracting LLC on February 2, 2026. As required by FAR 33.105, the VA is providing notice that the GAO has set a due date of March 4, 2026, for the agency’s response, with a decision expected by May 13, 2026. While the hour and date for receipt of offers for the solicitation has been extended to March 16, 2026, at 10:00 AM EDT, proposal submission deadlines remain unchanged at this time. The VA will provide updates if any changes occur as a result of the protest.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 2, 2025
amendedAmendment #1· Description UpdatedOct 27, 2025
amendedAmendment #2· Description UpdatedOct 29, 2025
amendedAmendment #3· Description UpdatedNov 4, 2025
amendedAmendment #4· Description UpdatedDec 2, 2025
amendedAmendment #5· Description UpdatedJan 21, 2026
amendedAmendment #6· Description UpdatedFeb 3, 2026
amendedAmendment #7· Description UpdatedFeb 25, 2026
amendedLatest Amendment· Description UpdatedMar 10, 2026
deadlineResponse DeadlineMar 31, 2026
expiryArchive DateDec 12, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
248-NETWORK CONTRACT OFFICE 8 (36C248)

Point of Contact

Contract Specialist
David M Hernandez

Official Sources