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. This project aims to address drainage issues, replace an exterior door and frame, and remodel casework, finishes, and furnishings in three areas of the clinic, all while ensuring minimal disruption to ongoing clinic operations. The contract is estimated to be valued between $100,000 and $250,000, with a completion timeline of 45 calendar days from the Notice to Proceed. Interested Veteran-Owned Small Businesses (VOSB) or Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals via email by January 9, 2026, at 10:00 A.M. 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
    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 requirements for the Gillette VA Clinic Small Update Project (Project # 666-26-121), including construction notes, references to existing conditions, and details on materials and methods to be used. Key directives include compliance with all applicable regulations, storm water management responsibilities, and the necessity for contractors to coordinate activities closely to minimize disruption to the clinic's operations during construction. The document also includes layout plans for the facility, new installations, and the required infrastructure improvements.
    This document outlines the construction specifications and details for the Veterans Outpatient Clinic in Gillette, Wyoming, as of 2009. It covers various structural elements, including roofing, sheathing, insulation, and electrical systems, detailing materials, dimensions, and requirements for installation and anchorage. Additionally, it includes schedules for shear walls, footings, electrical panels, and lighting, ensuring compliance with construction standards and regulations.
    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
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. Contractors are required to provide all labor, materials, equipment, and supervision necessary to remove and replace an old trench cap, as outlined in the Statement of Work, while adhering to safety regulations and environmental disposal guidelines. This project is crucial for maintaining the infrastructure of the facility, ensuring a safe and functional environment for veterans. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. Interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Y1DZ--36C257-26-AP-0167 | NEW CON FY26 | 674-21-252 - Renovate Bldg. 62 AC Shop (VA-26-00003429)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of Building 62 AC Shop at the Olin E. Teague Veterans Medical Center in Temple, Texas. The project aims to ensure the AC shop space is safe and functional, requiring the contractor to provide all necessary labor, materials, equipment, and testing to reconfigure electrical, mechanical, and plumbing systems, with some work scheduled after hours due to the facility's 24/7 operation. This construction project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 236220, has a funding magnitude between $2,000,000 and $5,000,000, with a Request for Proposal (RFP) anticipated to be posted around November 28, 2025, and a response deadline of December 5, 2025. Interested parties can contact Contract Specialist Jose Portalatin at jose.portalatinrivera@va.gov or (915) 564-6100 ext. 6583 for further information.
    Z2DA--519-23-908 EHRM Tier 2 Data Center Construction - Big Springs
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Tier 2 Data Center Construction project at the West Texas VA Health Care System in Big Spring, Texas. This procurement, set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary tools, equipment, materials, labor, and supervision to complete the renovation within 225 calendar days, with an estimated project cost between $5,000,000 and $10,000,000. The project is critical for modernizing the facility's data management capabilities, ensuring compliance with federal regulations, and maintaining operational efficiency. Interested bidders must submit their proposals electronically by December 11, 2025, at 12:00 PM EST, and are encouraged to attend a mandatory site visit scheduled for November 18, 2025, to gain a comprehensive understanding of the project requirements. For further inquiries, contact Devin M. Russell at devin.russell@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.
    Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17 (VA-26-00003326)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Z2DA--674A4-22-254 - CON CTX Consolidate Engineering Bldg. 17," which involves the reconfiguration and renovation of the old laundry facility at the Waco VA Medical Center in Texas. The project aims to convert the facility into offices and shops for engineering tradesmen, administrative, and professional staff, requiring comprehensive work on electrical, mechanical, plumbing, IT, and other systems. This procurement is significant as it supports the operational needs of the Central Texas Veterans Health Care System, with a contract value estimated between $5 million and $10 million. The solicitation is set to be released on or about November 28, 2025, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses. Interested parties can contact Contract Specialist Stephanie Ingersoll at stephanie.ingersoll@va.gov or (210) 883-5654 for further information.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Buyer not available
    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.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    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.
    Z1DA-- Renovate OR for Hybrid Installation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating room (OR) facilities at the VA Northern California Healthcare System in Mather, California. This project involves a comprehensive renovation and expansion of approximately 12,500 square feet, including the upgrade of four existing ORs and the addition of a fifth Hybrid OR, with construction to be phased and temporary OR trailers utilized during the process. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10 million and $20 million, and proposals are due by January 15, 2026. Interested contractors must attend a mandatory site visit on December 11, 2025, and can direct inquiries to Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511.