ContractSolicitationService-Disabled Veteran-Owned Small Business Set Aside

Repair FTD Building Envelope 539-25-509

DEPARTMENT OF VETERANS AFFAIRS 36C25026Q0047
Response Deadline
Jan 7, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Fort Thomas Domiciliary in Cincinnati, Ohio. This federal contract involves comprehensive infrastructure upgrades, including the repair of the parapet roof, installation of a lightning protection system, and restoration of the front patio accent wall, with a focus on minimizing disruption to facility operations during the construction process. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a performance period of 122 calendar days from the Notice to Proceed, with bids due by January 28, 2026, at 16:30 EST. Interested contractors should contact Samuel Galbreath at samuel.galbreath@va.gov for further details.

Classification Codes

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

Solicitation Documents

12 Files
Attachment I - DBA.pdf
PDF11028 KB1/21/2026
AI Summary
This government file, General Decision Number OH20250001, provides prevailing wage rates for heavy and highway construction projects across Ohio, effective September 26, 2025. It supersedes OH20240001. The document outlines 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). It details wage rates and fringes for various construction trades, including Bricklayers, Cement Masons, Carpenters, Electricians, Power Equipment Operators, Ironworkers, Laborers, and Painters, broken down by specific counties and townships. The file also includes classifications for different types of work within these trades, such as specialized rates for sandblasting,
Attachment VI - Specs.pdf
PDF339 KB1/21/2026
AI Summary
The Department of Veterans Affairs (VA) Cincinnati VA Medical Center is undertaking a project to repair the building envelope of Building 64 at its Fort Thomas Domiciliary. This project involves general construction, including roofing removal and rehabilitation, and masonry repairs. The contractor must adhere to strict safety, security, and operational requirements, including site preparation, compliance with VA security programs, and controlled access. Key aspects include a detailed security plan, restricted photography, key control, and careful document management. The contractor is responsible for utility management, preventing service interruptions, and coordinating work to minimize disruption to the Medical Center. Comprehensive photographic documentation of construction progress and conditions is mandated. Submittal procedures for shop drawings, product data, and samples are outlined, with a 15-business-day review period for the VA. A warranty management plan, performance bonds, and a pre-warranty conference are required to ensure accountability for defects, with specific response times for different priority levels of warranty service. The use of temporary utilities and equipment, including elevators, is subject to approval and strict conditions, with the contractor responsible for any damage or excessive wear.
36C25026Q0047 0001.pdf
PDF424 KB1/21/2026
AI Summary
This amendment to solicitation 36C25026Q0047, issued by the Department of Veterans Affairs, extends the deadline for offer submissions. The original due date of January 7th, 2026, has been moved to January 28th, 2026, at 16:30 EST. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their bids are considered.
36C25026Q0047_1.pdf
PDF1400 KB1/21/2026
AI Summary
The Department of Veterans Affairs is soliciting quotes for the "Repair FTD Building Envelope" project at the Cincinnati VAMC. This project, identified by Solicitation Number 36C25026Q0047, involves structural and waterproofing renovations to the Fort Thomas Domiciliary penthouses (approximately 700 linear feet) and the front patio accent wall (approximately 870 square feet). The work includes demolition, structural reinforcement, waterproofing, lightning protection system installation, and aesthetic restoration. The performance period is 122 calendar days from the Notice to Proceed. This is a Firm-Fixed-Price contract under NAICS code 236220 with a size standard of $45 million. Eligibility requires certification as a Service-Disabled Veteran-Owned Small Business (SDVOSB/VOSB) and submission of a certificate of compliance for limitations on subcontracting. Quotes are due by January 7, 2026, at 1630 EST via email to samuel.galbreath@va.gov. A site visit is scheduled for December 10, 2025, at 8 AM. Alternative payment protections apply, and no bid guarantee is required.
Attachment IV - Limitation on Subcontracting Cert.pdf
PDF654 KB1/21/2026
AI Summary
VAAR 852.219-75 outlines the Department of Veterans Affairs (VA) policy on limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). This clause, applicable to federal government solicitations, requires offerors to certify compliance with specific subcontracting limits based on the contract type. For services, contractors cannot pay more than 50% of the government-paid amount to non-certified SDVOSB/VOSB firms. General construction contracts limit this to 85%, while special trade construction contractors are capped at 75%. The cost of materials is excluded for construction contracts. The regulation emphasizes that false certifications can lead to severe criminal, civil, or administrative penalties. The VA reserves the right to request documentation to verify compliance and may impose sanctions, including referral to the Suspension and Debarment Committee, fines, or prosecution, for non-compliance or bad faith actions. Offerors must complete and submit a formal certification for their bid to be considered eligible for award.
Attachment VII - FtThomas.pdf
PDF629 KB1/21/2026
AI Summary
The document, likely part of a government Request for Proposal (RFP) or a similar procurement document, pertains to repair work and lightning protection for penthouses at "FT. THOMAS." The file includes a partial view of a penthouse, indicating that the scope of work involves both the structural integrity and safety mechanisms of these rooftop structures. This suggests a project focused on infrastructure maintenance and safety upgrades for federal, state, or local government facilities.
Attachment III - RFI.pdf
PDF260 KB1/21/2026
AI Summary
The Department of Veterans Affairs, Network Contracting Office (NCO) 10, has issued a Request for Information (RFI) under project number 36C25026Q0047, titled "Repair FTD Building Envelope." The project, located at the Cincinnati VAMC, 3200 Vine St, Cincinnati OH 45220, pertains to the repair of the building envelope for project 539-25-509. The RFI is being handled by Contract Specialist Samuel Galbreath, and any responses or inquiries will be addressed via amendment(s). The document solicits information related to this construction and repair effort.
Attachment II -Shotcrete Addendum.docx
Word33 KB1/21/2026
AI Summary
This government file outlines the comprehensive requirements for shotcrete application in construction projects, encompassing materials, proportioning, and execution for both dry-mix and wet-mix processes. Key aspects include contractor qualifications, mandating five years of specialized experience, and adherence to ACI 506R standards for craftsmen and quality control. The document details rigorous preconstruction and construction testing, including sample panels and core strength tests, along with specific material standards for cement, aggregate, and admixtures. It also specifies equipment for both shotcrete processes, alignment controls, and exhaust systems. Emphasizing proper shooting techniques, surface preparation, rebound management, and environmental considerations like temperature and weather, the file also covers curing, hot and cold weather application, protection of adjacent areas, and procedures for addressing defective work, ensuring high-quality and compliant shotcrete installations.
36C25026Q0047 0002.pdf
PDF1195 KB1/21/2026
AI Summary
This amendment to solicitation 36C25026Q0047, dated December 31, 2025, from the Department of Veterans Affairs, Network Contracting Office 10, addresses Offeror RFIs for the “Repair FTD Building Envelope RFIs” project. Key modifications include clarifying the scope for parapet wall and roofing repairs, specifying 2800 sq. ft. for two large penthouses, and detailing brick removal (approximately 870 sq. ft.) and shotcrete application for patio walls. The amendment removes the requirement for a licensed engineer's report for repairs, structural assessments by roofing specialists, identification of energy inefficiencies, and general contracting surveys from the scope. It clarifies that two small elevator shaft penthouses are excluded from the repair scope, and lightning protection repairs are limited to two penthouses. The use of shotcrete for veneer masonry replacement is confirmed, with provisions for temporary safety railings during pedestrian access. The due date for offers remains January 28, 2026, at 16:30 EST. Attachments include an RFI video and a Shotcrete Addendum.
Attachment V - vha directive 1192.01.pdf
PDF273 KB1/21/2026
AI Summary
VHA Directive 1192.01 establishes a mandatory seasonal influenza vaccination program for all Veterans Health Administration (VHA) health care personnel (HCP). This policy aims to prevent influenza transmission within VHA facilities, protecting vulnerable patient populations. All HCP must receive an annual vaccination or obtain an exemption for medical or religious reasons. Those with exemptions are required to wear a face mask during influenza season. Non-compliance may lead to disciplinary action, including removal from federal service. The directive outlines responsibilities for various VHA offices and personnel, from the Under Secretary for Health to individual HCP, ensuring program implementation, oversight, and reporting. This reinforces VHA's commitment to public health and patient safety.
Attachment II - EMR.pdf
PDF479 KB1/21/2026
AI Summary
The Pre-Award Contractor Safety and Environmental Record Evaluation Form is a crucial document for Solicitation # 36C25026Q0047, designed to assess a contractor's safety and environmental compliance. It requires detailed information from the past three years, including OSHA 300 Forms data on man-hours, cases involving days away from work or restricted activity, and DART rates. Contractors must also disclose any serious, willful, or repeat OSHA violations and provide explanations. The form requests the company's NAICS Code, details on who administers their Safety and Health Program, and their Insurance Experience Modification Rate (EMR). This evaluation ensures that potential contractors meet stringent safety and environmental standards before being awarded a government contract, aligning with federal procurement requirements.
36C25026Q0047.pdf
PDF441 KB10/29/2025
AI Summary
This Presolicitation Notice details Project 539-25-509, "Repair FTD Building Envelope," for the Department of Veterans Affairs. The project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves infrastructure upgrades at the Cincinnati VA Medical Center. Key work includes repairing the degrading parapet roof with waterproofing and structural repairs (700 LF focus), integrating a lightning protection system, and restoring the front patio accent wall (870 sq. ft.). The estimated construction magnitude is between $25,000 and $100,000, with a performance period of 122 days. The solicitation, under NAICS 236220, is expected to be issued around November 26, 2025. Contact Samuel Galbreath at samuel.galbreath@va.gov for inquiries. This notice is not a request for proposal; all necessary information is contained within.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedOct 29, 2025
amendedAmendment #1Dec 31, 2025
amendedLatest AmendmentJan 21, 2026
deadlineResponse DeadlineJan 7, 2026
expiryArchive DateJan 22, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)

Point of Contact

Name
Samuel Galbreath

Place of Performance

Cincinnati, Ohio, UNITED STATES

Official Sources