Z1DA--630A4-26-102 GI RENOVATION PHASE III
ID: 36C24226R0018Type: Solicitation
Overview

Buyer

DEPARTMENT OF VETERANS AFFAIRSVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, 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 GI Renovation Phase III project at the Brooklyn Veterans Affairs Medical Center, which involves comprehensive design-build services for extensive renovations on the 4th and 5th floors. The project requires the selected contractor to provide all labor, materials, and supervision necessary to complete the renovation, including the installation of medical equipment, HVAC systems, and interior finishes, adhering to VA design guidelines and specifications. This renovation is crucial for enhancing the facility's operational capabilities and ensuring compliance with safety and accessibility standards. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by March 31, 2026, and can direct inquiries to Contracting Officer Vladimir S. Stoyanov at vladimir.stoyanov@va.gov. The anticipated project cost ranges from $4.7 million to $5.5 million, with a performance period of 365 calendar days from the Notice to Proceed.

    Point(s) of Contact
    Vladimir S StoyanovContracting Officer
    vladimir.stoyanov@va.gov
    Files
    Title
    Posted
    This government solicitation, 36C24226R0018, is a two-phase Design-Build acquisition for GI RENOVATIONS PHASE III at the VA Brooklyn Medical Center. It requires turnkey services for design and construction, with a NAICS code of 236220 and a size standard of $39.5 million. The project magnitude is between $1,000,000 and $2,000,000 and is a Total Service-Disabled-Veteran-Owned-Small-Business (SDVOSB) set-aside. Key dates include a site visit on March 13, 2026, RFI questions due by March 20, 2026, and proposals due by March 31, 2026. The performance period is 365 calendar days from the Notice to Proceed. Liquidated damages for inexcusable delays are set at $719.53 per calendar day. Offerors must be registered in SAM, SBA, and Dun & Bradstreet, and adhere to various FAR and VAAR clauses, including Buy American requirements and security prohibitions.
    The Department of Veterans Affairs is issuing a presolicitation notice for the GI Renovation Phase III project at the VA New York Harbor Healthcare System, Brooklyn Campus. This project, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires turnkey services for design and construction, including all labor, materials, tools, supervision, and equipment. The performance period is 365 calendar days. The scope includes finalizing construction in Area B (4th Floor) with minor remaining work and extensive interior construction in Area A (4th Floor), currently in a rough-in condition. Additionally, the project involves replacing the AC-5 unit in the 5th-floor Mechanical Room and installing new high-pressure steam lines. The selected contractor must retain Premier Engineering Group, Inc. for the Design-Build Package and adhere to strict safety regulations, VA standards, and utilize the VISN 2 Autodesk Build Construction management platform for all project correspondence and collaboration. Contractors must also complete VA Privacy and Information Security Awareness training.
    This guide outlines the process for granting external contractors access to ProductivityNOW eLearning for Autodesk Build Construction management training. Contractors must request access in writing to the COR within 14 days of contract award, providing staff names and emails. The COR is responsible for granting access, setting a 12-day expiration date, assigning Autodesk training courses, and notifying the contractor. Contractors' staff will then accept the invitation, complete the training, and submit completion certificates or competency memos to the COR. Key notes emphasize written access requests, the COR's role in setting expiration dates, and the distinction between ProductivityNOW and Autodesk Build access. Detailed step-by-step instructions are provided for both granting external access and assigning training within the ProductivityNOW platform.
    The VA NY Harbor Healthcare System in Brooklyn, NY, is soliciting proposals for a Design-Build (DB) contract for the G.I. Renovation – Phase III project (VA Project No. 630A4-26-102). This RFP seeks comprehensive design-build services for the renovation of the GI Endo suite on the 4th floor, involving extensive interior construction in Area A (partitions, ceilings, lighting, MEP systems, new exhaust fan, electrical fit-out, sprinklers, plumbing) and completion of minor works in Area B (furniture, medical booms, punch-list items, exhaust fan, airflow balancing, lighting upgrades, power/data outlets, plumbing). Additionally, work in the 5th-floor Mechanical Room includes replacing the AC-5 unit, installing new high-pressure steam lines with PRV stations, and ensuring year-round cooling for AHU-1 and AC-5. The project has an anticipated cost range of $4.7M to $5.5M and a target completion of 365 days after the Notice to Proceed. Proposals will be evaluated based on cost, construction management, past performance, schedule, and small disadvantaged business participation, in descending order of importance. The DB team is responsible for all design and construction, adhering to VA Master Specifications and local codes, with detailed design review submissions and a robust QA/QC plan required. The RFP outlines a tentative schedule for proposals, a pre-proposal conference, and defines roles and responsibilities for the VA team and the DB team.
    The G.I. Renovations Phase III project at the VA Brooklyn Campus, Project #630A4-26-102, is a Design Build RFP issued by the U.S. Department of Veterans Affairs. This project, dated August 5, 2025, involves extensive renovations across various disciplines, including general construction, architectural, interiors, mechanical, electrical, plumbing, and fire protection. Key aspects include a detailed drawing list (G-001) outlining plans for finish work, HVAC demolition and new installations, electrical power and lighting, new domestic water, waste, vent, and medical gas piping, and sprinkler system modifications for Level 4 and 5. The project also specifies typical mounting heights and accessibility standards (GI-002) to ensure ADA compliance and includes a comprehensive life safety plan and code analysis (GI-101) detailing occupancy loads, egress requirements, and smoke compartment areas. The scope of work matrix (GI-102) identifies specific tasks for various rooms, covering walls, flooring, ceilings, windows, doors, millwork, plumbing, and electrical systems. The project adheres to VA directives, NFPA codes, OSHA standards, and ABAAS guidelines.
    The document outlines participation goals for minorities and females in federal and federally assisted construction contracts, emphasizing that these goals are not quotas but rather targets for good faith affirmative action efforts to ensure equal employment opportunity. For contracts exceeding $10,000, a nationwide goal of 6.9% is set for female participation. Minority participation goals vary by economic area and specific trade, as detailed in extensive lists categorized by state, SMSA, and non-SMSA counties. Compliance is assessed based on a contractor's good faith efforts to meet these goals, their implementation of the Equal Opportunity Clause, and specific affirmative action obligations. The document explicitly prohibits transferring minority or female employees solely to meet goals and stresses that employment and training hours for these groups must be uniform across the contract length and trades.
    The Department of Veterans Affairs (VA) requires annual privacy training for all personnel, including contractors and volunteers, focusing on protecting sensitive information. This document specifically addresses individuals without direct access to VA computer systems or sensitive information, outlining their role in safeguarding data they might incidentally encounter. Personnel with direct access to VA sensitive information or computer systems like VaTAS or CPRS must complete more extensive Privacy and HIPAA Focused Training (TMS 10203) and VA Privacy and Information Security Awareness and Rules of Behavior (TMS 10176). The training defines VA Sensitive Information and Protected Health Information, provides examples of incidental disclosures, and details safeguards to follow, such as securing found information and not discussing protected health information. It also outlines six privacy laws governing the VA, rules concerning the use and disclosure of information, and the civil and criminal penalties for privacy violations. All personnel are responsible for protecting veteran information and must report potential violations to their Privacy Officer or Information Systems Security Officer.
    The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) has established a comprehensive
    This amendment to solicitation number 36C24226R0018, issued by the Department of Veterans Affairs, Network Contracting Office 2, corrects a site-visit time and provides an updated SF330 document. The original site-visit time of 1:00 AM has been changed to 10:00 AM. All other terms and conditions of the solicitation remain unchanged. The amendment, dated March 6, 2026, is administered by the Department of Veterans Affairs, Network Contracting Office 2 in Brooklyn, NY. Offerors must acknowledge receipt of this amendment to ensure their offers are considered valid.
    Standard Form 330 (SF330) is used by Federal agencies to obtain Architect-Engineer (A-E) firms' professional qualifications for contract selection, as mandated by 40 U.S.C. chapter 11 and FAR Part 36. This form facilitates the public announcement of A-E service requirements and the selection of highly qualified firms based on competence. The document is divided into two parts: Part I details contract-specific qualifications, including team composition, personnel resumes, and relevant project examples. Part II covers general qualifications for a firm or branch office, such as ownership, employee disciplines, and average professional services revenues. Agencies may supplement these instructions. The form ensures a fair and reasonable contract negotiation process, beginning with the most qualified firm.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Loading similar opportunities...