ContractSolicitationService-Disabled Veteran-Owned Small Business Set Aside

Project 521-25-101 3rd, 6th, & 8th Floor, East to West Elevator -Renovate Halls & Walls

DEPARTMENT OF VETERANS AFFAIRS 36C24726R0022
Response Deadline
Mar 17, 2026
1 days left
Days Remaining
1
Until deadline
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is soliciting proposals for the renovation of halls and walls on the 3rd, 6th, and 8th floors of the Birmingham VA Medical Center, specifically for the Project 521-25-101, which includes the installation of new ceiling tiles, paint, wall protection, and commercial-grade rubber flooring. This project is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated construction value between $250,000 and $500,000, and a performance period of 274 calendar days. The work is critical for maintaining the facility's operational integrity and ensuring a safe environment for veterans. Proposals are due by March 17, 2026, at 1:00 PM ET, and interested contractors should contact Cayley Blommers at Cayley.Blommers@va.gov or Joseph Osborn at Joseph.Osborn@va.gov for further details.

Classification Codes

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

Solicitation Documents

22 Files
Attachment 8- Drawings.pdf
PDF240 KB3/10/2026
AI Summary
The document,
Pre-Solicitation 36C24726R0022.pdf
PDF181 KB11/25/2025
AI Summary
This Presolicitation Notice, number 36C24726R0022, is for a construction project at the Birmingham, AL VA Medical Center. The project, titled "521-25-101 | 3rd, 6th, & 8th Floor, East to West Elevator - Renovate Halls & Walls," is a 100% Set Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The scope of work includes renovating halls and walls on the 3rd, 6th, and 8th floors, involving demolition, new paint, wall protection, cove base, flooring, and commercial-grade rubber tile installation. The estimated cost is between $250,000 and $500,000, with a target completion of 274 calendar days. Contractors must be certified SDVOSBs in the SBA database and registered in SAM. The solicitation will be posted around December 10, 2025, on sam.gov.
36C24726R0022 0005.pdf
PDF82 KB3/10/2026
AI Summary
This document is an amendment to solicitation 36C24726R0022, issued by the Department of Veterans Affairs, VISN 7 Network Contracting Activity. The primary purpose of this amendment is to extend the proposal due date to March 17, 2026, at 1:00 PM ET. Additionally, the amendment includes the posting of RFI responses and other requested documents, specifically Attachment 0005: RFI Responses 2. The amendment clarifies that all other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by one of the specified methods to ensure their offers are not rejected.
Attachment 0005- RFI Responses 2 - 521-25-101.docx
Word17 KB3/10/2026
AI Summary
This document addresses two requests for information (RFIs) regarding a government project, likely an RFP. The first RFI seeks clarification on flooring removal, specifically asking if new Nora Norament 926 Pado tiles can be installed over existing flooring. The response explicitly states that existing flooring must be removed to avoid issues with door openings and elevator levels. The second RFI concerns work hours, noting the 8.5-hour night schedule and the Nora flooring's 12-hour curing time. It requests weekend hours and advises on the curing issue. The response provides weekend hours (0600-1800 or longer) and suggests using Dry Fix 750 adhesive to mitigate the cure time, while also requiring protection against rolling loads.
36C24726R0022 0004.pdf
PDF84 KB3/10/2026
AI Summary
This amendment to solicitation 36C24726R0022, issued by the Department of Veterans Affairs VISN 7 Network Contracting Activity, extends the proposal due date to March 10, 2026, at 1:00 PM ET. The purpose of this modification is to provide responses to Requests for Information (RFI) and to post several requested documents. These documents include "Attachment 0004: RFI Responses," "Attachment 0004A: BVAMC Finish Legend 04 20 2023," "Attachment 0004B: PDF Appendix A- BVAMC ASBESTOS OM PLAN 2018," "Attachment 0004C: Triennial Asbestos Inspection Rpt Updated 2023," and "Attachment 0004D: 521-25-101 Drawings."
Attachment 0004 - 521-25-101 RFI Responses.docx
Word25 KB3/10/2026
AI Summary
This document compiles Requests for Information (RFIs) for VA Project Number 521-25-101, detailing clarifications on architectural drawings, contractor responsibilities, material specifications, and project logistics. Key points include the contractor's responsibility for removing and reinstalling electrical devices and new wall protection, the need for new ceiling tiles, Nora Rubber Flooring, and Sherwin Williams paint (SW7010 White Duck Satin Finish) in 'green corridors.' The project will be conducted in phases, exclusively during nights and weekends, with a full-time on-site quality control manager and safety and health officer required. Commissioning is not required. Temporary infection control barriers are mandated, and STARC Panels are permissible for containment. Hazardous materials are a possibility, and a survey report is included. The contractor is responsible for all required flooring tests and for coordinating dumpster staging with the city and VA. Hollow metal doors and frames are excluded from the scope.
Attachment 0004A - BVAMC Finish Legend 04 20 2023.pdf
PDF3354 KB3/10/2026
AI Summary
The Birmingham VA Medical Center Finishes document, updated April 2023, outlines detailed specifications for various interior finishes and materials. It covers flooring and base molding, including walk-off mats, carpet tiles (CPT-1, CPT-2, CPT-3), rubber tiles (RT1-RT4), and luxury vinyl tiles (LVT-1-LVT-5). The document also specifies sheet vinyl (WSV-1, WSV-2, WSV-3), porcelain tile (PT-1), quarry tile (QT-1), and rubber base molding (RB-1, RB-2). Paint specifications for corridors, patient rooms, and gypsum board ceilings are provided by Sherwin Williams. Wall protection details include products from Momentum/Eykon and InPro, along with ceramic wall tile (CWT-1). Ceiling tiles from Armstrong (AT1, AT2), interior wood doors by Eggers Industries, door hardware, and millwork (plastic laminate and solid surface) complete the comprehensive finish legend. This document serves as a standard for materials used in the medical center.
Attachment 0004B -PDF Appendix A- BVAMC ASBESTOS OM PLAN 2018.pdf
PDF115 KB3/10/2026
AI Summary
The Department of Veterans Affairs Medical Center in Birmingham, Alabama, has established an Asbestos Operations and Maintenance (O&M) Plan to control asbestos fiber exposure among building occupants, employees, and contractors. This plan, mandated by VHA Directive 7714, details procedures for managing existing asbestos-containing materials (ACM) and presumed ACM (PACM) in good condition, while also outlining when abatement is necessary. It includes definitions of various asbestos materials, lists the specific buildings and their square footage, and identifies types of ACM found during a 2017 reinspection. The plan emphasizes compliance with EPA and OSHA regulations, outlines training requirements for personnel, details notification procedures for asbestos-related activities, and mandates periodic surveillance of ACM. It also establishes strict job site controls, safe work practices for accredited contractors, and prohibited activities to prevent asbestos disturbance, emphasizing immediate reporting of any damage to the Industrial Hygienist.
Attachment 0004C -Triennial Asbestos Inspection Rpt Updated 2023.pdf
PDF843 KB3/10/2026
AI Summary
This report details the Triennial Asbestos Inspection conducted for the Birmingham Veterans Administration Health Care System (BVAHCS) in August 2020. Mandated by the Federal Asbestos Hazard Emergency Act (AHERA), the survey aimed to identify, assess, and manage asbestos-containing building materials (ACBM) across the Main Hospital, Research Wing, and Z Wing. Conducted by certified inspectors Melbourne D. Pierce III and Charles Daley Speer, the inspection reviewed previous surveys, performed site evaluations, and collected samples. While most samples tested negative for asbestos, one sample from the Dental, 1607 area showed 55% Chrysotile, and gasket material on an incinerator door in BC 108, as well as perforated Transite wall panels in room 1607, Building 1Z, were found to contain asbestos and were in poor condition. The report concludes with recommendations for immediate abatement in two specific areas and the implementation of an Operations and Maintenance (O&M) Plan for materials remaining in place, emphasizing the importance of further testing if concealed materials are discovered during future renovations.
Attachment 0004D - 521-25-101 Drawings.pdf
PDF2374 KB3/10/2026
AI Summary
This government file details a comprehensive life safety assessment for the third floor of the Main Building at Birmingham V.A.M.C., located at 700 South 19th Street, Birmingham, AL 35233. The assessment, dated 06/15/2022, includes detailed floor plans with various suite designations and their corresponding sizes and types, such as Tenant Spaces, Specific Care, Behavioral Health, Digest/Endo, Pathology, Surgical, Medical Media, Eye Clinic, On-Call Program, Education, and Nursing Service Administration areas. It also outlines common and vertical spaces, including corridors, stairs, and elevators. Key information includes egress capacity calculations based on occupant load factors for different uses (Assembly, Business, Health Care, Sleeping, Ambulatory), with a total calculated occupant load of 641 persons for the third floor and a total calculated stair capacity of 2240 persons, which exceeds minimum NFPA 101, 2021 requirements. The document also provides a symbol list for interpreting the drawings, covering fire/smoke barriers, exit signs, fire alarm panels, and other life safety features.
Attachment 4 - Itemized Cost Breakdown.xlsx
Excel19 KB3/10/2026
AI Summary
This document, Solicitation No. 36C24726R0022 Attachment 4, is a detailed Cost/Price Breakdown Worksheet designed for government solicitations. It outlines a comprehensive structure for bidders to itemize costs across various construction divisions, including General Requirements, Existing Conditions, Concrete, Metals, Wood and Plastic, Thermal and Moisture Protection, Openings (Doors and Windows), Finishes, Specialties, Equipment, Furnishings, Special Construction, Fire Suppression, Plumbing, Heating, Ventilating, and Air Conditioning (HVAC), and Electrical and Communications. For each division, the form provides categories for Material, Labor, Equipment, and Other costs, culminating in a total for each division. The document also includes sections for
Attachment 5 - Wage Determination_Rev 1.2.26.txt
Text12 KB3/10/2026
AI Summary
This government file, "General Decision Number: AL20260087," outlines prevailing wage rates and fringe benefits for building construction projects in Jefferson County, Alabama. It specifies rates for various crafts like asbestos workers, boilermakers, power equipment operators, ironworkers, pipefitters, bricklayers, carpenters, electricians, and laborers. The document also includes information on Executive Order (EO) 13706, which mandates paid sick leave for federal contractors, and Executive Order 13658, establishing a minimum wage for federal contractors. Additionally, it details the process for adding unlisted classifications and explains the different identifiers for union, union average, survey, and state-adopted wage rates. The file concludes with the wage determination appeals process, providing contact information for initial decisions and subsequent reviews by the Wage and Hour Administrator and the Administrative Review Board.
Attachment 6 - INVOICING.pdf
PDF48 KB3/10/2026
AI Summary
RFP 36C24726R0022 outlines the invoicing procedures for payments by the Government to contractors, emphasizing electronic submission to the Veterans Affairs Financial Services Center (VAFSC). Contractors must adhere to FAR 52.232-33, FAR 52.232-5, and 852.232-70 for payment and invoice submissions. The VA mandates the use of Tungsten Network e-Invoicing, a free service for all VA vendors, requiring registration via email or phone. Invoices are to be submitted electronically through the Tungsten Network portal after approval by the COR and/or CO. The VA10091 form has been eliminated, and new vendors must update their information in the Customer Engagement Portal (CEP) at https://www.cep.fsc.va.gov/ after registering with ID.Me. Support contacts for Tungsten Network and FSC e-Invoice are provided.
Attachment 7- Specification Halls and Walls Rev1.docx
Word610 KB3/10/2026
AI Summary
This document outlines the general requirements for Project No. 521-25-101, the renovation of halls and walls on the 3rd, 6th, and 8th floors of the Birmingham VA Medical Center. It details contractor responsibilities including site preparation, demolition, material furnishing, and compliance with federal and local codes. Key requirements cover personnel qualifications (OSHA certifications), security procedures, fire safety, hazardous materials management (asbestos, lead paint), infection prevention measures (ICRA, HEPA filtration), waste disposal, protection of existing structures, and utility management. The document also specifies protocols for alterations, equipment relocation, work hours, parking, TB testing, contractor badges, quality control, and warranty management. The overarching purpose is to ensure a safe, compliant, and efficient renovation project within an occupied medical facility.
36C24726R0022 0001.pdf
PDF82 KB3/10/2026
AI Summary
This document is an amendment to Solicitation Number 36C24726R0022 issued by the Department of Veterans Affairs, VISN 7 Network Contracting Activity. The primary purpose of this amendment is to extend the due date for Requests for Information (RFIs) to 1:00 PM ET on February 13, 2026. The site visit for the project remains scheduled for 10:00 AM CST on February 11, 2026, and the due date for proposals remains February 25, 2026. All other terms and conditions of the original solicitation remain unchanged. The amendment is signed by Joseph Osborn, the Contracting Officer.
Attachment 0002 - Site Visit Attendees 2.11.26.pdf
PDF2050 KB3/10/2026
AI Summary
The document is a site visit sign-in roster for project 521-25-101, held on February 11, 2026, from 10:00 AM to 11:00 AM CST, at the 19th Street Entrance. It records attendees from various companies, including Abrams Group LLC, PCS Contracting, H&V Construction, Task Force Contractors, TFC, VCAMS, PMG, Structural Builders, EUD7, Selective Demo Services, Master Each Extratos, PARAMENT, BR Systems, JE Tile and Flooring, and Dig By Gance. Most attendees signed in at 10:00 AM, with one at 10:11 AM and another at 10:30 PM, indicating a site visit likely related to a federal government RFP for a construction or renovation project.
36C24726R0022 0002.pdf
PDF82 KB3/10/2026
AI Summary
Amendment 0002 to Solicitation 36C24726R0022 from the Department of Veterans Affairs provides an update to offerors regarding a federal government RFP. The purpose of this amendment is to distribute the site visit attendance sheet and confirm the proposal due date. Attachment 0002, detailing site visit attendees, is included. The deadline for proposal submissions remains February 25, 2026, at 1:00 PM ET, unless modified by a future amendment. This document ensures offerors are informed of key logistical details for the solicitation.
36C24726R0022_521-25-101.docx
Word578 KB3/10/2026
AI Summary
This government solicitation, 36C24726R0022, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for construction work at the Birmingham VA Medical Center. The project, titled "3rd, 6th, & 8th Floor, East to West Elevator - Renovate Halls & Walls," involves demolition and installation of new ceiling tiles, paint, wall protection, cove base, and commercial-grade rubber flooring. The estimated magnitude of construction is between $250,000 and $500,000, with a performance period of 274 calendar days. Offers are due by February 25, 2026, at 1:00 PM EST, and must be submitted electronically. A site visit is scheduled for February 11, 2026, at 10:00 AM Central. Key requirements include SAM.gov and SBA registration, VETS 4212 compliance, a bid guarantee, and completion of VAAR 852.219-75 regarding limitations on subcontracting. Proposals will be evaluated based on past performance (significantly more important) and price, with detailed instructions for submission, including experience modification rate (EMR) and safety records. All work must comply with OSHA standards and specific security and health procedures for access to VA facilities.
Attachment 1 - Experience Modification Rate Form.pdf
PDF216 KB3/10/2026
AI Summary
This government Request for Proposal (RFP) attachment, "Experience Modification Rate Form," requires offerors to submit crucial safety and insurance data for evaluation. Companies must provide OSHA 300 Forms detailing man-hours, cases involving days away from work or restricted activity, and the resulting DART Rate for 2022, 2023, and 2024. Additionally, information on serious, willful, or repeat OSHA violations from the past three years is mandatory, with specific violation types potentially leading to disqualification. Offerors must also disclose their Insurance Experience Modification Rate (EMR) for the last three years. The government will use this information, alongside data from OSHA and EPA databases, to ensure contractors meet the solicitation's safety and experience modification rate requirements.
36C24726R0022 0003.pdf
PDF82 KB3/10/2026
AI Summary
Amendment 0003 to Solicitation 36C24726R0022 from the Department of Veterans Affairs extends the proposal due date to March 4, 2026, at 1:00 PM ET. This extension is in anticipation of forthcoming RFI answers. The amendment, issued by the VISN 7 Network Contracting Activity in Augusta, GA, also references an attached document: "Attachment 0002 - Site Visit Attendees 2.11.26." All other terms and conditions of the original solicitation remain unchanged. This modification is critical for offerors to adjust their submission timelines accordingly.
Attachment 2 -VAAR 852.219-75 Jan 2023 Deviation.pdf
PDF233 KB3/10/2026
AI Summary
This document, "VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction," outlines critical subcontracting requirements for government contractors, particularly for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). It details specific limitations on the percentage of work that can be subcontracted to non-certified firms, varying based on the contract type: 50% for services, 85% for general construction, and 75% for special trade construction. The document emphasizes that materials costs are generally excluded from these calculations. Contractors must certify their compliance, understanding that false certifications can lead to severe penalties, including criminal prosecution and debarment. The VA reserves the right to audit compliance through documentation requests, and failure to cooperate can result in remedial action. This certification is a mandatory part of the offer, and non-compliant bids will be deemed ineligible for award, ensuring accountability and adherence to veteran-focused contracting regulations.
Attachment 3 - Past Performance Questionnaire -PPQ.pdf
PDF215 KB3/10/2026
AI Summary
The Past Performance Questionnaire (PPQ) for RFP 36C24726R0022 is an essential attachment for offerors bidding on the 3rd, 6th, and 8th Floor East to West Elevator renovation project. This document requires offerors to provide a cover sheet with their proposal and forward the questionnaire to previous clients. Clients must directly return the completed PPQ to Cayley.blommers@va.gov. Section I, completed by the offeror, requests details such as the offeror's name, the reference organization's name and address, contract number, project description, contract amount, performance period, and the contractor's role. Section II, for evaluators, asks for numerical ratings (1-5, N/A) on 13 performance aspects, including compliance, on-site management, timeliness, adherence to schedule, safety, subcontractor coordination, and responsiveness to issues, concluding with a recommendation question. Evaluator contact information is also required. Section III provides space for additional comments, especially to explain low ratings. This PPQ is critical for assessing a contractor's past performance to ensure project success.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 25, 2025
amendedAmendment #1· Description UpdatedFeb 2, 2026
amendedAmendment #2· Description UpdatedFeb 11, 2026
amendedAmendment #3· Description UpdatedFeb 24, 2026
amendedAmendment #4· Description UpdatedMar 3, 2026
amendedLatest Amendment· Description UpdatedMar 10, 2026
deadlineResponse DeadlineMar 17, 2026
expiryArchive DateApr 1, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)

Point of Contact

Name
Cayley Blommers

Place of Performance

Birmingham, Alabama, UNITED STATES

Official Sources