ContractPresolicitationService-Disabled Veteran-Owned Small Business Set Aside

Solicitation Z1DA--NRM - 640-23-102 | Microbiology Lab Renovation

DEPARTMENT OF VETERANS AFFAIRS 36C26126R0013
Response Deadline
Mar 9, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Presolicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is soliciting proposals for the Microbiology Lab Renovation project (Project # 640-23-102) at the VA Palo Alto Health Care System in California. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), aims to modernize a 1,700 sq. ft. microbiology lab, including the replacement of existing biosafety cabinets, installation of new exhaust systems, and upgrades to various mechanical and electrical systems, all while adhering to strict safety and compliance standards. The contract is estimated to be valued between $2,000,000 and $5,000,000, with proposals due electronically by March 9, 2026, at 10 AM PST, and a mandatory site visit scheduled for January 22, 2026. Interested contractors should contact Jose Hernandez, the Contracting Officer, at jose.hernandez1@va.gov or by phone at 916-561-7489 for further details.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z1DA
MAINTENANCE OF HOSPITALS AND INFIRMARIES

Solicitation Documents

14 Files
36C26126R0013.docx
Word16 KBNov 20, 2025
AI Summary
The Department of Veterans Affairs (VA) is issuing a presolicitation notice for a firm-fixed-price contract to renovate the Microbiology Lab in VA Palo Alto, building 100. This project, NRM - 640-23-102, involves general construction, interior finishes, alterations, mechanical, electrical, plumbing, fire protection, and utility systems. The solicitation will be a Request for Proposal (RFP) under FAR Part 15, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The NAICS code is 236220, with a size standard of $45 million. The solicitation is expected around December 15, 2025, with a 365-day performance period. The estimated construction magnitude is between $2,000,000 and $5,000,000. All questions must be submitted in writing to jose.hernandez1@va.gov by November 24, 2025.
Wage Determination CA20250018.txt
Text175 KBFeb 19, 2026
AI Summary
General Decision Number CA20250018, effective September 26, 2025, outlines prevailing wage rates for Building, Heavy, and Highway construction projects in numerous California counties. This decision supersedes CA20240018 and includes specific wage and fringe benefit rates for various crafts like Asbestos Removal Worker, Boilermaker, Bricklayer, Carpenter, Electrician, Elevator Mechanic, Operating Engineer, and Ironworker. The document details different wage areas within California for certain classifications and provides definitions for equipment operator groups in power equipment, cranes, piledriving, steel erection, and tunnel/underground work. It also specifies minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts post-January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022) for federal contracts subject to the Davis-Bacon Act. Additional information on contractor requirements is available at http://www.dol.gov/whd/govcontracts.
640-23-102_SPECS v2_BID - 11-04-2025.pdf
PDF4376 KBFeb 19, 2026
AI Summary
The Palo Alto VA Medical Center's Microbiology Lab Renovation project, Project #: 640-23-102, focuses on critical infrastructure upgrades across various divisions, including fire suppression and plumbing systems. The project is detailed in a comprehensive two-volume manual, with Volume 2 specifically outlining bid documents and technical specifications. Key aspects include the design, installation, and testing of wet-pipe sprinkler systems in accordance with NFPA 13, requiring detailed hydraulic calculations and adherence to specific hazard classifications. The plumbing work encompasses common work results, general-duty valves, insulation, and the commissioning of plumbing systems, with extensive abbreviations and acronyms provided for clarity. A significant emphasis is placed on commissioning, ensuring that all systems, particularly fire suppression and plumbing, are thoroughly inspected, tested, and that VA personnel receive adequate training. Detailed submittal requirements for drawings, manufacturer data, calculations, and operational manuals are mandated, highlighting the project's commitment to quality assurance, regulatory compliance, and the seamless integration of new and modified systems.
36C26126R0013 0001.docx
Word118 KBFeb 19, 2026
AI Summary
Amendment 0001 to Solicitation 36C26126R0013 extends the response date for offers to February 20, 2026, at 10:00 AM PST. Issued by the Department of Veterans Affairs, Network Contracting Office 21, this amendment ensures all other terms and conditions of the original solicitation remain unchanged. A future amendment will provide answers to Requests for Information (RFIs). Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.
S02 RFI FORM.docx
Word19 KBFeb 19, 2026
AI Summary
The document is a Request for Information (RFI) form for Solicitation 36C26126R0008, specifically for Project Number 612A4-22-001, which involves replacing elevators throughout Buildings B19, B21, and B201 at VANCHCS. This form is used by contractors to submit questions or request clarification regarding the project. It includes fields for contractor details, RFI number, project name, date requested, acquisition number, and references to drawing and specification sections. The form requires specific and numbered questions and sub-questions. It also outlines a section for the VA Project Manager's response, including a VA tracking number, amendment number, and date. This RFI process is a standard component of government solicitations, ensuring clear communication and addressing potential ambiguities before bids are submitted.
VAAR 852.219-75.docx
Word17 KBFeb 19, 2026
AI Summary
The VA Notice of Limitations on Subcontracting (JAN 2023) outlines compliance requirements for contractors awarded VA contracts, particularly concerning the percentage of work that can be subcontracted to firms not certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For general construction contracts, contractors cannot pay more than 85% of the government-paid amount to non-certified firms, excluding material costs. The document specifies penalties for non-compliance or fraudulent certification, including referral to the VA Suspension and Debarment Committee, fines, and criminal prosecution. Contractors must provide a formal certification with their offer and may be required to furnish documentation to prove compliance. Failure to provide requested documents can lead to remedial action, and offers without the certification will be deemed ineligible for evaluation and award.
640-23-102_SPECS v1_BID - 11-04-2025.pdf
PDF5512 KBFeb 19, 2026
AI Summary
The Palo Alto VA Medical Center is undertaking a Microbiology Lab Renovation project (Project #: 640-23-102) which involves comprehensive design, demolition, and construction work. This federal RFP details the scope, general requirements, and security procedures for contractors. Key aspects include site preparation, demolition of existing structures, furnishing labor and materials, and adherence to VA security management programs. The project involves multiple phases, from relocating equipment to performing new construction in the lab. Strict security measures, including badge requirements, photography restrictions, key control, and sensitive document handling, are outlined. Contractors must also provide a warranty management plan, maintain as-built drawings, and adhere to specific testing and instruction protocols for mechanical and electrical systems, ensuring minimal disruption to the Medical Center's 24/7 operations.
Amendment 36C26126R0013 0002 Answers to RFI 57 and 59.docx
Word22 KBFeb 19, 2026
AI Summary
Amendment 36C26126R0013 0002 addresses two key clarifications for a government project. First, regarding drawing S-100, which references enlarged plans on Sheet S-102 showing multiple W Shape members, it is confirmed that all beams on S102 are existing. This clarifies which structural members are to be furnished and installed versus those existing to remain. Second, concerning drawing S900 and the Statement of Work's section 3.10.b2, a discrepancy in the number of A2 and C1 hoods is noted. The contractor is instructed to follow the construction documents and verify the correct quantities during a pre-construction site walk. This amendment ensures clarity on structural components and requires on-site verification for equipment quantities, which are critical details in federal government RFPs for construction or renovation projects.
Amendment 36C26126R0013 0002.docx
Word135 KBFeb 19, 2026
AI Summary
This amendment to Solicitation 36C26126R0013, concerning the Microbiology Lab Renovation, extends the offer response date to March 9, 2026, at 10:00 AM PST and provides answers to Requests for Information (RFIs). The document addresses various contractor questions regarding logistics, equipment relocation, phasing, site conditions, safety protocols, and submission requirements. Key clarifications include the contractor's responsibility for logistics plans, adherence to specific wage determinations, and the operational status of the microbiology lab in a swing space during construction. The VA will not provide site pictures but will assist with equipment disconnection. The project has a 365-day duration, including utility shutdowns, and anticipates completion in early 2027. Contractors are responsible for their own utilities and facilities on-site, and specific safety and quality control requirements are outlined.
SAFETY - ENVIRONMENTAL RECORD AND EXPERIENCE MODIFICATION RATE.docx
Word16 KBFeb 19, 2026
AI Summary
VHA Directive 7715 (April 6, 2017) outlines the safety and environmental record and experience modification rate (EMR) requirements for contractors to be eligible for consideration and award. Contractors must self-certify on company letterhead that they have no more than three serious, one repeat, or one willful OSHA or EPA violation(s) within the past three years. Additionally, contractors must have an EMR of 1.0 or less. Offerors are required to submit their current EMR information, obtained from their insurance carrier and provided on the carrier's letterhead. If an EMR exceeds 1.0, a written explanation from the insurance carrier is necessary, detailing the reasons and an anticipated date for reduction to 1.0 or below. The directive also includes a section for contractors to report violations from OSHA and EPA for the past three years and their current EMR, with an emphasis on supporting the EMR with a signed letter from the insurance carrier. Failure to meet these criteria, such as having four serious, one repeat, or one willful OSHA violation, will disqualify the contractor.
DIVISIONAL COST BREAK-OUT.docx
Word15 KBFeb 19, 2026
AI Summary
The document outlines a Divisional Cost Break-Out for the 640-23-102 Microbiology Lab Renovation project. It details various cost divisions required for the complete project, including General Requirements, Existing Conditions, Concrete, Metals, Wood and Plastic, Thermal/Moisture Protection, Equipment, Furnishings, Fire Suppression, Plumbing, HVAC, Electrical, and Communications. The document also provides lines for additional unspecified divisions and includes sections for Bonds & Insurance, Overhead, and Profit, culminating in a Total Project Bid Amount. This structure suggests the document is a template or an instruction for submitting a comprehensive cost proposal within a government Request for Proposal (RFP) or a similar bidding process for a federal or state/local government renovation project.
640-23-102_VA2312_Bid Set Drawing_11-04-2025.pdf
PDF19277 KBFeb 19, 2026
AI Summary
The project involves renovating a 1,700 sq. ft. microbiology lab (Room E4-304) within Building 100 at the Palo Alto VA Medical Center. The renovation includes replacing four existing biosafety cabinets with Labconco brand hoods, installing direct exhaust ductwork, and redesigning lab casework. The work encompasses architectural, structural, electrical, plumbing, telecommunications, fire protection, fire alarm, low voltage, and lab planning disciplines. The design will adhere to VA and NIH guidelines for Biosafety Level 3 labs, with swing space provided to minimize disruption during construction. Additionally, a portion of Building #4 will be used for temporary storage. The project emphasizes compliance with numerous codes and standards, including VA Directives, NFPA codes (Life Safety, Fire, Sprinkler Systems, Electrical, Fire Alarm, Health Care Facilities), International Building Code, International Plumbing Code, OSHA, ASHRAE, ADAAG, ABAAS, and EPACT. Key project phases include schematic design, design development, construction documents, and bid documents. The general contractor is responsible for various tasks, including RFI submissions, material and labor provision, pre-construction conferences, cutting and patching, utility relocation, seismic support, fire-stopping, and adherence to sound rating requirements. The project team includes Davy Architecture, Mour Group Engineering, PS2 Inc., Salas O'Brien, O'Connor Construction Management, MCFA Global, Flanders Architectural Consulting, and Labconco.
640-23-102_B100_Microbiology SOW R1 11-04-2025.pdf
PDF586 KBFeb 19, 2026
AI Summary
The Department of Veterans Affairs (VA) Palo Alto Health Care System is undertaking the Microbiology Lab Renovation Project (No. 640-23-102) to modernize its facility at 3801 Miranda Avenue, Palo Alto, CA. The project, scheduled for 365 calendar days, involves phased construction to minimize disruption. Key renovations include reconfiguring the lab space, replacing existing fume hoods with new BioSafety cabinets, and updating architectural, mechanical, electrical, plumbing, and fire protection systems. The contractor must adhere to strict safety, infection control, and code compliance measures. The project also designates a swing space within Building 100 to maintain lab operations during construction, with specific work in these areas to occur after hours or on weekends. The renovation aims to meet current VA design guidelines and National Institute of Health Standards for Bio Safety Level 2 labs.
36C26126R0013 Microbiology Lab Renovation.docx
Word293 KBFeb 19, 2026
AI Summary
The Department of Veterans Affairs (VA) is soliciting proposals for Project # 640-23-102, the Microbiology Lab Renovation at the VA Palo Alto Health Care System. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside procurement requires payment and performance bonds, with a project magnitude estimated between $2,000,000 and $5,000,000. Proposals are due electronically by February 9, 2026, at 10 AM PST. A site visit is scheduled for January 22, 2026, at 10:00 AM PST. Technical questions must be submitted via email by January 27, 2026. The contract is a Firm-Fixed-Price type, and award will be based on a best-value trade-off, evaluating specialized experience, technical approach, key personnel, past performance, and price. Offerors must be verified in the VA's VetCert database at the time of submission and award.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 20, 2025
amendedAmendment #1· Description UpdatedJan 9, 2026
amendedAmendment #2· Description UpdatedFeb 4, 2026
amendedAmendment #3· Description UpdatedFeb 19, 2026
amendedLatest Amendment· Description UpdatedFeb 19, 2026
deadlineResponse DeadlineMar 9, 2026
expiryArchive DateApr 30, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
261-NETWORK CONTRACT OFFICE 21 (36C261)

Point of Contact

Contracting Officer
Jose Hernandez

Place of Performance

Palo Alto, California, UNITED STATES
VA Palo Alto 3801 Miranda Avenue,

Official Sources