Z2DA--666-26-121_(C) Gillette Small Upgrade Project (VA-26-00006671)
ID: 36C25926R0016Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

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

    The Department of Veterans Affairs is soliciting proposals for the Gillette Small Upgrade Project at the Gillette VA Clinic in Wyoming, focusing on renovations to improve clinic operations. The project includes correcting drainage issues, replacing an exterior door and frame, and remodeling casework, finishes, and furnishings in three specific areas of the clinic, all while adhering to strict VA construction standards and safety protocols. This opportunity is particularly significant as it is set aside for verified Veteran-Owned Small Businesses (VOSB) or Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $100,000 and $250,000. Interested offerors must submit their proposals via email by January 6, 2026, at 10:00 AM MT, and can direct inquiries to Contract Specialist Elia-Laritza L Ruiz-Manzo at Elia-Laritza.Ruiz-Manzo@va.gov.

    Point(s) of Contact
    Elia-Laritza L Ruiz-Manzo (CS)Contract Specialist
    Elia-Laritza.Ruiz-Manzo@va.gov
    Files
    Title
    Posted
    This amendment to solicitation 36C25926R0016, issued by the Department of Veterans Affairs, NCO 19, extends the deadline for offers to January 6, 2026, at 10:00 AM MST. The site visit has been rescheduled to December 19, 2025, at 11:00 AM MT, at 604 Express Drive, Gillette, Wyoming 82718. Questions related to the project are now due by December 23, 2025, at 10:00 AM MT. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, acknowledging on each copy of the offer, or via separate communication.
    The Department of Veterans Affairs (VA) has issued a presolicitation notice for the Gillette Small Upgrade Project (36C25926R0016) in Gillette, Wyoming. This project, valued between $100,000 and $250,000, involves upgrading the Gillette Small Clinic at 604 Express Drive. It is 100% set-aside for Veteran-Owned Small Businesses (VOSBs), including Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Prospective contractors must be verified and visible in the Small Business Administration (SBA) certification database and listed in the VA's Vendor Information Pages (VIP) database at the time of offer submission and contract award. The NAICS code for this procurement is 236220 with a small business size standard of $45 million. The response date is February 19, 2026, at 10:00 AM MOUNTAIN TIME. Contact Elia Laritza Ruiz Manzo at Elia-Laritza.Ruiz-Manzo@va.gov or 303-712-5727 for more information.
    The Department of Veterans Affairs (VA) Network Contracting Office is soliciting proposals for the Gillette Small Upgrade Project at the Gillette VA Clinic in Wyoming. This Request for Proposal (RFP) is a total set-aside for verified Veteran-Owned Small Businesses (VOSB) or Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project, estimated between $100,000 and $250,000, involves correcting drainage issues, replacing an exterior door and frame, and remodeling casework, finishes, and furnishings in three areas of the clinic. Key requirements include adherence to VA construction standards, a 45-calendar-day completion period post-Notice to Proceed, and strict safety and infection control measures due to ongoing clinic operations. Offerors must be registered in SAM, SBA-verified as a VOSB/SDVOSB at the time of offer submission, and submit proposals via email by January 9, 2026, at 10:00 A.M. MT. Evaluation will be based on past performance and price.
    The GILLETTE, WYOMING VA CLINIC SMALL UPDATE PROJECT (Project # 666-26-121) outlines a comprehensive renovation at 604 Express Dr., Gillette, WY. The project focuses on exterior and interior updates, including the demolition and installation of new downspouts, drainage systems, concrete, and a west exterior door. Interior work involves demolishing existing casework, countertops, and flooring in the Nurse Station and Reception areas, and removing vinyl wall coverings in HIPAA Room 103. New installations will include casework, countertops, furnishings, and flooring, along with electrical and data outlet reconfigurations. The project emphasizes adherence to VA standards, federal, state, and local regulations, and requires the contractor to manage stormwater quality, protect adjacent properties, control dust, and comply with Infection Control Risk Assessment (ICRA) requirements. The building will remain occupied, necessitating close coordination with the VA to maintain clinic operations.
    This Department of Veterans Affairs (VA) Master Specifications document outlines comprehensive requirements for the Gillette Small Update project #666-26-121 at the Gillette VA Clinic. The project involves general construction, alterations, repairs, and installations, adhering to strict safety, security, and sustainability standards. Key aspects include detailed construction schedules, quality control, waste management, and various sustainability certification requirements (LEED V4/V4.1, Green Globes). The document specifies procedures for demolition, asbestos and lead-based paint abatement, and new installations across multiple divisions, including concrete, masonry, metals, thermal/moisture protection, openings, finishes, specialties, equipment, furnishings, special construction, conveying equipment, fire suppression, plumbing, HVAC, electrical, communications, and electronic safety/security systems. It emphasizes the need for a robust security plan, strict badging requirements, controlled access, and diligent document control. The project also details operational guidelines for contractors, including site access, storage, utility management to minimize disruption to clinic operations, and comprehensive warranty management plans. The overall purpose is to ensure a safe, secure, and compliant construction project that meets VA standards while the clinic remains operational.
    The document outlines the specifications and guidelines for the Gillette VA Clinic Small Update Project (Project # 666-26-121), detailing compliance with various regulations, construction procedures, and specific interior and exterior alterations to the facility, including drainage, door replacement, and material specifications. Key responsibilities for the contractor include protecting existing properties during construction, submitting a Storm Water Pollution Prevention Plan, and coordinating with various trades to ensure minimal disruption to clinic operations. Additionally, the document includes technical details for areas such as irrigation systems, casework, and electrical installations required for the renovation.
    The document details the construction specifications for the Marna M. Kuehne Foundation Veterans Outpatient Clinic in Gillette, Wyoming, including materials and methods for roofing, walls, and electrical systems. It provides extensive schedules for shear walls, hold-down anchors, footings, and electrical panel load documentation, as well as details about all electrical and lighting components throughout the facility. Additionally, it emphasizes compliance with applicable building codes and reserves rights for the design by CTA, Inc.
    The VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (NOV 2022) outlines subcontracting limits for VA contracts. It mandates that offerors certify compliance with specific percentages of work to be performed by non-VIP-listed SDVOSBs or VOSBs. For services, this limit is 50%; for general construction, it's 85%; and for special trade construction, it's 75%. Materials costs are excluded in construction contracts. The clause warns against false certifications, citing potential criminal, civil, or administrative penalties. Offerors must submit a signed certification, as failure to do so will deem their offer ineligible. The VA reserves the right to request documentation to verify compliance throughout the contract period.
    The Past Performance Questionnaire is a critical document used in government solicitations (RFPs, grants) to evaluate a contractor's past performance. It is divided into two main sections: Contractor Information and Client Information. The contractor provides details such as firm name, CAGE code, DUNS number, contract type (Firm Fixed Price, Cost Reimbursement), award and completion dates, original and final contract prices, and a description of the project's relevance and complexity. The client then completes their section, rating the contractor's performance across various categories: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, Safety/Security, and General aspects. Ratings are on a scale of Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, or Not Available, with mandatory narrative explanations for marginal or unsatisfactory ratings. Clients also indicate if they would rehire the firm and provide overall strengths, weaknesses, deficiencies, and comments to aid in evaluating performance risk.
    This government file is a blank cost estimation form, dated November 26, 2025, designed for a new project with no design yet completed, indicating a preliminary estimate. The form is structured to detail costs across 26 divisions of construction and project management, ranging from 'Special Sections' (Division 0) to 'Transportation' (Division 34). Each division includes sections for labor and materials, with sub-sections for quantity, unit, cost per unit, and total cost. The form also allocates space for adjustments related to 'Local Market Conditions' and 'Small Business Utilization,' and includes fields for overhead, profit, and bonds, culminating in a 'PROJECT TOTAL.' The document serves as a comprehensive template for outlining potential expenses in government-related construction or infrastructure projects, likely used for RFPs or grant applications to provide a detailed financial breakdown.
    The Gillette Small Update project #666-26-121 addresses bidder questions regarding renovations in HIPPA 103, Reception 104, and Nurse Station 105. Key clarifications include replacing built-in workstations with freestanding Steelcase (or approved equal) furniture, eliminating upper cabinets, and specifying mobile locking pedestals. The project emphasizes the use of laminate common tops and clarifies the need for power and data at these locations. Countertop materials will include Corian Lava Rock for solid surfaces and Wilsonart Golden Lightning and Fonthill Pear laminates, with a 1 ½” apparent thickness for solid surfaces. No backsplashes are expected, as no sinks are in the affected areas.
    The document outlines the requirements for calculating self-performed and subcontracted work for General Construction (NAICS code 236220) and specialty trade NAICS codes within federal government RFPs. Offerors must commit at least 15% (25% for specialty trades) of personnel costs to their employees or other eligible service-disabled veteran-owned small business concerns (SDVOSBs). The file provides a structured format for breaking down material and personnel costs by specification division, with separate lines for profit, home office overhead, and bond costs. It also details a four-step calculation method to determine the percentage of self-performed work, emphasizing the exclusion of non-SDVOSB subcontractor personnel costs from the self-performed total. The document specifies that personnel costs include all labor, mechanics, tradesmen, and directly charged office personnel. A certification section requires the authorized representative's signature, typed name, and date, affirming the accuracy of the submitted representations.
    The Facilities Management Service Safety Plan (SOP 138-02) for Sheridan VAHCS establishes procedures to maintain a hazard-free physical environment and reduce human injury risk. All FMS employees must adhere to this SOP, which covers safety training requirements for staff and contractors, including general and specific training, annual refreshers, and specialized training for areas like the Acute Psych Unit (APU). Supervisors are responsible for tracking staff training and ensuring adherence to safety procedures, including proper use of personal protective equipment (PPE). The SOP details protocols for handling asbestos, trenching, excavation, and tool control, especially on the APU, where strict measures are in place to prevent patient self-harm. It also outlines procedures for reporting injuries/accidents and dangerous substance spills, emphasizing immediate notification to supervisors and the Safety Office. The Facilities Management Service Safety Sub-Committee discusses safety issues monthly. The document references various OSHA regulations and internal policies, with a recertification date of April 2028.
    The Sheridan VA Health Care System's SOP 138-53 outlines procedures for its Lockout/Tagout (LOTO) Program, ensuring the safe management of hazardous energy during equipment servicing and maintenance. The program aims to prevent unexpected start-up or energy release that could cause employee injuries, adhering to OSHA standards. It details the application of LOTO to various energy sources (kinetic, electrical, chemical, thermal, hydraulic, pneumatic, gravitational) and specifies requirements for lockout devices, tags, and general LOTO procedures, including shutdown, isolation, and re-energization. The SOP also addresses special requirements for multiple energy sources, shift changes, contractors, and forcible lock removal. Training for authorized and affected employees, along with annual inspections and recordkeeping, are critical components. The Chief of Facilities Management Service, supervisors, and authorized employees share responsibilities for implementing and maintaining the program. Exceptions to LOTO are outlined for specific minor servicing activities and cord-and-plug connected equipment. The document emphasizes that a lockout procedure, combined with a tag, is the primary method, with tagout alone permitted only under specific, approved circumstances.
    Similar Opportunities
    36C25726R0010 | Project # 674-21-252 Renovation of Bldg. 62 AC Shop
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans’ Medical Center in Temple, Texas, under Solicitation Number 36C25726R0010. This project, designated as Project 674-21-252, is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and requires the contractor to provide all necessary labor, supervision, materials, and equipment for comprehensive electrical, mechanical, and plumbing reconfigurations. The estimated contract value ranges from $2 million to $5 million, with a mandatory performance period of 360 calendar days, and proposals are due by January 29, 2026, at 10:00 AM CST. Interested parties can contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov for further details.
    36C25726R0032_2 674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the Consolidate Engineering Building 17 project at the Doris Miller VA Medical Center in Waco, TX. This project involves the reconfiguration and renovation of an existing laundry facility into offices and shops for engineering staff, including significant upgrades to electrical, mechanical, plumbing, and IT systems. The contract is set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated construction magnitude between $5 million and $10 million. Proposals are due by January 27, 2026, following a mandatory site visit on December 30, 2025, and interested parties can contact Senior Contract Specialist Rhonda Richardson at rhonda.richardson5@va.gov for further details.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    Y1DZ | 586-22-102 | Renovate PC Blue for PACT - Women's Health Clinic | SOLICITATION
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of approximately 6,850 square feet of the Primary Care Blue Clinic at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi, to establish a new PACT Women’s Health Clinic. This project, designated as 586-22-102, is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to be VetCert SDVOSB certified and registered in the System for Award Management (SAM). The renovation aims to modernize the clinic, improve access, and enhance the quality of care while ensuring minimal disruption to ongoing medical operations. Proposals are due by January 13, 2026, at 10:00 AM CT, with a site visit scheduled for December 16, 2025, and inquiries accepted until December 19, 2025. Interested parties can contact Contract Specialist Lisa Peace at Lisa.Peace@va.gov for further information.
    NEW | 549-22-800 Replace Windows Building 2J
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center, with a project value estimated between $5 million and $10 million. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the contractor to provide all necessary labor, materials, and supervision to replace various types of windows while ensuring compliance with current energy efficiency standards and building codes. This project is critical for maintaining the operational integrity of the medical facility, which serves veterans, and emphasizes safety and regulatory compliance throughout the construction process. Interested parties must submit their proposals by January 22, 2026, and can direct inquiries to Contracting Officer Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of Domiciliary hallways and patient rooms at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 549A4-22-221. The project encompasses approximately 61,500 gross square feet of architectural upgrades, including the installation of new finishes for floors, walls, and associated interior elements, while ensuring minimal disruption to ongoing medical operations. This competitive procurement is set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB), with an estimated project value between $1,000,000 and $5,000,000 and a performance period of 180 days post-Notice to Proceed. Interested contractors must submit their proposals by January 27, 2026, and can direct inquiries to Procurement Technician Cassandra S. King at Cassandra.King@va.gov.
    36C25726R0011 | CTX 674-16-016 - Remodel Amphitheater
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contract Office 17, is soliciting bids for the remodel of the Amphitheater at the Olin E. Teague Veterans Medical Center in Temple, Texas, under solicitation number 36C25726R0011. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems, with an estimated construction magnitude between $2,000,000 and $5,000,000. Proposals are due by January 12, 2026, at 10:00 AM CST, and interested contractors must acknowledge receipt of amendments to avoid rejection of their proposals. For further inquiries, contact Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    521-23-121 | Renovate SPS Phase 2
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "Renovate SPS Phase 2" project at the Birmingham VA Medical Center in Alabama. This project involves the renovation of the Sterile Processing Service (SPS) space and the replacement of three existing cart lifts, with an estimated construction cost between $5 million and $10 million. The procurement is exclusively set aside for Veteran-Owned Small Businesses (VOSBs), emphasizing the importance of compliance with safety and security protocols throughout the renovation process. Interested contractors must submit their proposals by the specified deadlines, including a mandatory site visit on January 7, 2026, and Requests for Information (RFIs) due by January 14, 2025. For further inquiries, contact Gregory Snyder at gregory.snyder@va.gov or Joyce Powers at joyce.powers1@va.gov.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    561A4-22-104 Upgrade HVAC & Bathroom B-12
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the Upgrade HVAC & Bathroom project at the VA New Jersey Health Care System, Lyons Campus, under Solicitation Number 36C24226R0026. The project involves the demolition of outdated HVAC units, installation of new multi-position air handlers with heat pumps, and the construction of an ADA-compliant bathroom, with a contract value estimated between $250,000 and $500,000, to be completed within 180 calendar days of the Notice to Proceed. Proposals will be evaluated based on technical capability, past performance, schedule, and price, with a mandatory site visit scheduled for December 30, 2025, and offers due by January 29, 2026. Interested contractors should contact Dayna Dickson-Miller at Dayna.Dickson-Miller@va.gov or 518-903-0065 for further details.