Z2DA--618-26-600, Pharmacy Flooring Repair
ID: 36C26326B0003Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Flooring Contractors (238330)

PSC

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

    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.

    Point(s) of Contact
    Benjamin J WoehrleContract Specialist
    Benjamin.Woehrle@va.gov
    Files
    Title
    Posted
    This document is an amendment (modification number 0001) to a solicitation for a Pharmacy Flooring Repair project (Project Number: 618-26-600) at the Minneapolis VAMC, issued by the Department of Veterans Affairs, Network Contracting Office 23. The effective date of this amendment is November 14, 2025. The purpose of this modification is to update the accounting and appropriation data to "618-3660162-6017-850400-3223 010020143" and the requisition number to "618-26-2-6017-0010". All other terms and conditions of the original solicitation (36C26326B0003, dated November 6, 2025) remain unchanged. Offerors must acknowledge receipt of this amendment by the specified hour and date to avoid rejection of their offer.
    This document is an amendment to Solicitation Number 36C26326B0003 for the Pharmacy Flooring Repair project (Project Number: 618-26-600) at the Minneapolis VAMC, issued by the Department of Veterans Affairs, Network Contracting Office 23. The effective date of this amendment is November 25, 2025, and it is the second amendment to the original solicitation dated November 6, 2025. The purpose of this modification is to provide answers to contractor questions, a site visit agenda, a site visit sign-in sheet, a pharmacy service design guide, and specifications for thermal sealant and resilient flooring. The amendment includes several attachments detailing these items, such as answers to questions, the site visit login sheet, the design guide, and flooring/sealant specifications. Offerors must acknowledge receipt of this amendment.
    The Department of Veterans Affairs (VA) is soliciting bids for the "Pharmacy Flooring Repair" project (Solicitation Number 36C26326B0003), a construction, alteration, or repair contract. This project, set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, involves removing and replacing flooring in Building 70, basement, of the Minneapolis VA Health Care System. The NAICS code is 238330 with a $19 million size standard, and the construction cost is estimated between $25,000 and $100,000. Bids are due by December 8, 2025, at 2:00 PM CT, and a site visit is scheduled for November 17, 2025. Technical questions must be submitted by November 24, 2025. Required bid documents include SF 1442, a price schedule, and a bid guarantee of 20% of the bid price (not exceeding $2,000,000). Contractors must be registered in SAM and comply with various federal regulations, including those concerning telecommunications equipment and supply chain security.
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center. This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, requiring bidders to be certified in VetCert. The project, estimated between $25,000 and $100,000, involves furnishing all supervision, labor, materials, equipment, transportation, and testing for construction work as per specifications. An Invitation for Bid (IFB) is expected around November 14, 2025, with a 130-calendar-day performance period from the Notice to Proceed. All solicitation documents will be available on SAM.gov, and interested parties must monitor the website for updates. Questions must be submitted via email to Contract Specialist Benjamin Woehrle.
    This government file outlines the requirements for resilient sheet flooring and joint sealants, likely for a federal or state construction/renovation project. It details specifications for materials, installation procedures, quality assurance, and warranty information for both resilient sheet flooring with heat-welded seams and integral cove base, and various interior and exterior joint sealants. Key aspects include specific ASTM and other industry standards for product performance (e.g., critical radiant flux, smoke density), installer qualifications (e.g., INSTALL Certification for flooring), submittal requirements (e.g., samples, manufacturer data, warranties), and strict environmental and substrate conditions for installation. The document emphasizes ensuring permanent repairs for existing flooring defects and the proper application of sealants for watertight, airtight, or vapor-tight seals, including adhesion and compatibility testing. Aesthetic matching for flooring is not required due to product discontinuation, but functionality and adherence to VA standards are paramount.
    Project 618-26-600, “Pharmacy Flooring Repair” at the Minneapolis VA Medical Center, involves removing and replacing flooring in the Building 70 basement. This project requires a Service-Disabled Veteran Owned Small Business to provide all labor, materials, tools, equipment, and planning services. Key requirements include adhering to VA design guides, regulations, and manufacturer specifications, ensuring the new flooring allows for effective disinfection, and coordinating with VA staff to avoid disrupting pharmacy operations. The contractor must perform moisture testing, provide an OSHA-certified competent person on-site, and ensure all employees have OSHA 10 certification. The anticipated cost is between $25,000 and $100,000, with an estimated completion of 95 calendar days from the Notice to Proceed. The contractor is responsible for comprehensive planning, design, demolition, installation, waste removal, and submitting detailed construction documents for VA approval.
    This document addresses contractor questions regarding a flooring replacement project at a VA pharmacy. Key information includes: contractors must verify flooring dimensions during a site visit, with a new visit subject to Contracting Officer approval. The VA requires rubber sheet flooring with a 4-inch integral base, allowing cosmetic flexibility if proposed materials meet durability and infection control standards. Moisture testing is required in all repair areas, or more frequently if specified by the manufacturer, to identify and prevent bubbling recurrence. The pharmacy will remain operational during construction, with normal working hours from 7:00 AM to 4:30 PM, Monday through Friday, and no after-hours work is permitted. Currently, no utility shutdowns are required, but any necessary shutdowns will be coordinated in advance.
    The provided document, titled "Solicitation Questions and Answers," is a template for collecting and responding to inquiries related to a government solicitation, likely an RFP, federal grant, or state/local RFP. It is structured to list 20 potential questions alongside fields for their corresponding Statement of Work (SOW) reference and answers. The document's purpose is to facilitate clear communication between the issuing government entity and prospective bidders or grantees by providing a standardized format for addressing clarifications and disseminating official responses. This ensures all parties have access to the same information, promoting fairness and transparency in the procurement or grant application process.
    This document outlines the architectural, interior design, and technical specifications for various inpatient pharmacy areas, including the Filling/Assembly Area, Filling/Assembly Carousel, Processing Area, Tube Station, and Restock Area. Key specifications cover ceiling type (Acoustical Ceiling Tile), ceiling height (9'-0"), wall finishes (Gypsum Wallboard and Paint), flooring (Rubber Flooring), and integral base. It details door requirements (3'-6" x 7'-0" steel doors with electronic entry) and notes for structural coordination regarding carousels and slab depressions for high-density storage. The document also specifies lighting (referencing the VA Lighting Design Manual), power (normal and emergency), and comprehensive communication infrastructure including data, telephone, electronic access, motion intrusion detection, security surveillance, and clocks. HVAC requirements refer to the VA HVAC Design Manual for room temperatures, humidity, air changes, and pressurization. This guide ensures consistent design and functionality across these critical pharmacy spaces.
    This government file details prevailing wage rates and labor standards for federal contracts, particularly focusing on employee benefits like paid sick leave. It mandates that contractors provide employees with one hour of paid sick leave for every 30 hours worked, up to 56 hours annually. This leave can be used for personal illness, family care, preventative care, or circumstances related to domestic violence, sexual assault, or stalking. The document outlines specific classifications and wage rates for various labor categories, distinguishing between union and survey rates. It also provides guidelines for adding unlisted classifications and emphasizes compliance with federal labor laws, underscoring the government's commitment to fair labor practices and worker protection in federally funded projects.
    VAAR 852.219-75 outlines subcontracting limitations for VA contracts, ensuring compliance with 38 U.S.C. 8127(l)(2). Offerors must certify adherence to specific percentages for services (50%), general construction (85%), and special trade construction (75%) that can be paid to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The certification is subject to federal laws, with false statements incurring severe penalties, including criminal prosecution and fines. Contractors must provide documentation to verify compliance upon request. Failure to submit the required certification renders an offer ineligible for award. This clause ensures that VA contracts prioritize certified veteran-owned businesses while maintaining accountability and preventing fraud.
    This government file outlines general requirements, safety protocols, and operational procedures for construction contractors, particularly focusing on a flooring alteration project within a VA Medical Center. Key areas include site preparation, demolition, material furnishing, and strict adherence to VA security, safety, and infection control programs. Contractors must provide OSHA-certified training for employees, submit training records, and comply with detailed security plans, including badging, access restrictions, and sensitive information control. The document also covers fire safety, material storage, utility usage, and comprehensive warranty management, with specific response times for different repair priorities. Emphasizing safety, the file details requirements for Accident Prevention Plans and Activity Hazard Analyses, ensuring all work aligns with federal and VA standards to maintain a safe and functional medical environment.
    The Minneapolis VAMC is soliciting bids for project 618-26-600, "Pharmacy Flooring Repair," a Service-Disabled Veteran Owned Small Business set-aside for flooring contractors (NAICS 238330). This project, estimated between $25,000 and $100,000, involves removing and replacing inpatient pharmacy flooring in Building 70, Room 2P-135, according to VA design guides. A mandatory site visit is scheduled for November 17, 2025, at 10:00 AM CST. Questions are due by November 24, 2025, at 10:00 AM CST, and proposals by December 8, 2025, at 2:00 PM CST. The contract will be awarded based solely on price, with a period of performance of 42 calendar days. Bid, payment, and performance bonds are required.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1DA--Renovate Building 73 Interior, 618-195 (VA-26-00007446) Minneapolis HCS, MN - VISN 23
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a firm-fixed-price contract to renovate the interior of Building 73 at the Minneapolis VA Medical Center, identified as project 618-195. The project aims to provide comprehensive design-build services that include replacing worn finishes, repairing HVAC components, and constructing interior partitions to enhance operational efficiency. This renovation is crucial for accommodating new operational needs within the facility. The solicitation is anticipated to be issued in December 2025, with a performance period of approximately 370 calendar days and an estimated construction magnitude between $500,000 and $1,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and all inquiries should be directed to Contract Specialist Zachary Penhollow at zachary.penhollow@va.gov or Joelle Mascarenas at joelle.mascarenas@va.gov.
    Z1DA--RENOVATE BLDG 143 4J SHOWER FLOORS
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the renovation of shower floors in Building 143, specifically within the 4J section, at the Salem VA Medical Center. The project, identified as number 658-26-102, aims to enhance safety and prevent water escape in 20 patient bathrooms by performing general construction, plumbing, mechanical, and electrical work, with a total project value estimated between $100,000 and $250,000. This renovation is critical for maintaining operational safety and efficiency within the medical facility, which will remain open during the construction period. Interested contractors must submit their bids by December 23, 2025, with electronic submissions due by December 22, 2025, and can direct inquiries to Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking bids for the renovation of the pharmacy at the Louis A. Johnson Veterans Affairs Medical Center in Clarksburg, West Virginia, to ensure compliance with USP 800 standards. The project, designated as 540-18-102, requires the contractor to provide all necessary labor, materials, equipment, permits, transportation, and supervision for the construction services, with a performance period of 496 calendar days. This procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $2,000,000 and $5,000,000, and interested bidders must be registered in the SAM database and the SBA Small Business Search Database. The deadline for bid submissions is January 7, 2026, at 3 PM Eastern Time, and all inquiries should be directed to Contracting Officer Rebecca Besten at Rebecca.Besten@va.gov or by phone at 304-623-3461 ext 3895.
    Y1AA--656-20-130 Repair Building 50 Basement Kitchen 656-26-2-3204-0002
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 23, is issuing a presolicitation notice for the project titled "Repair Building 50 Basement Kitchen" at the Saint Cloud VA Health Care System in Minnesota. This project, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves comprehensive remodeling of the existing Dish room and Tray Service Line, addressing critical failures in Architectural, Mechanical, Electrical, Plumbing (MEP), and Heating Ventilating and Air Conditioning (HVAC) systems. The scope includes replacing deteriorating finishes and implementing construction in two phases, impacting approximately 6,000 square feet of space, while ensuring minimal disruption to ongoing operations. The Invitation for Bid (IFB) is expected to be released around November 14, 2025, with a construction budget estimated between $2,000,000 and $5,000,000. Interested bidders must be registered and certified in the Veteran Small Business Certification database and can direct inquiries to Contract Specialist Daniel Dobler at daniel.dobler@va.gov or by phone at 651-293-3015.
    J056--ACC Pharmacy Preparation and Demolition Project # 459-26-003
    Buyer not available
    The Department of Veterans Affairs, specifically the Pacific Islands Health Care System, is seeking qualified contractors for the "ACC Pharmacy Preparation and Demolition Project 459-26-003." This project entails the demolition of existing structures, replacement of flooring, and the relocation and installation of utilities in the prescription preparation area to accommodate new equipment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated value between $250,000 and $500,000. Interested contractors must be registered in the System for Award Management (SAM) and verified as SDVOSB to be eligible for award. The solicitation is expected to be released around mid-late December 2025, and inquiries can be directed to Contract Specialist Christopher Aguon at christopher.aguon@va.gov.
    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.
    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.
    436-26-102 | Room 210 Epoxy Cover Wall and Floor
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 19, is seeking qualified contractors for interior renovation services at the Fort Harrison Campus of the Montana VA Health Care System, focusing on Room 210. The project involves the application of epoxy covers for walls and floors, ceiling repairs, and the replacement of damaged wall tiles, with an estimated construction value between $25,000 and $100,000. This renovation is crucial for maintaining a safe and functional healthcare environment, adhering to strict infection control and safety standards throughout the process. Interested contractors must submit their proposals by December 9, 2025, at 3:30 PM MST, and should direct inquiries to Blake Rowland at blake.rowland@va.gov.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, designated as Solicitation Number 36C25225B0024, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements, and is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The estimated contract value ranges between $5 million and $10 million, with a performance period of 450 calendar days following the Notice to Proceed. Interested contractors must submit their bids by December 11, 2025, at 1:00 PM CDT, and are encouraged to direct inquiries to Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    Y1DA--528A6-25-614 Replace Sidewalks Station Wide
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Sidewalks Station Wide" project at the Bath VA Medical Center in Bath, NY, under Project Number 528A6-25-614. This procurement involves the demolition of existing sidewalks and the installation of approximately 22,000 square feet of new concrete sidewalks, including ADA-compliant tactile warning surfaces, along with the installation of new metal handrails and restoration of disturbed lawn areas. The project is critical for ensuring safe access for veterans and visitors, with a total estimated cost between $250,000 and $500,000, and a completion timeline not exceeding 120 days from the Notice to Proceed. Interested contractors must submit their bids by December 10, 2025, at 12:30 PM EST, and are encouraged to contact Contract Specialist Devan Bertch at Devan.Bertch@va.gov for further inquiries.