Opportunity
SAM #36C25026B0011
Comprehensive Roof Replacement and Restoration at VA Ambulatory Care Center Columbus
Buyer
VA Network Contracting Office 10
Posted
April 03, 2026
Respond By
May 06, 2026
Identifier
36C25026B0011
NAICS
236220, 238160, 238190
The Department of Veterans Affairs is seeking construction services for a comprehensive roof replacement and restoration project at the Chalmers P. Wylie Veterans Ambulatory Care Center (VAACC) in Columbus, Ohio. - Government Buyer: - Department of Veterans Affairs - Network Contracting Office (NCO) 10 - VA Central Ohio Health Care System - Veterans Health Administration - Contracting and payment offices in Independence, OH and Austin, TX - Scope of Work: - Replacement and restoration of approximately 130,000 SF of roofing on Building 1A - Removal of existing roofing systems down to the deck - Installation of new roofing systems including: - Modified bitumen roofing (roofs 5, 5A, 5B) - Fluid-applied membrane restoration (other roofs) - PVC and TPO sheet roofing - Roof insulation (minimum R-value requirements) - Roof drains and drain baskets (including Zurn cast iron drains) - Flashing and counter flashing replacement - FRP walkway systems - Lightning protection system upgrades (copper conductors, air terminals, bonding) - Carbon activated filter media blankets for air intakes - Plumbing, storm drainage, HVAC, and electrical system components - Minor interior and exterior construction (brick, drywall, flooring) - OEMs and Vendors: - Zurn (roof drains) - No other specific OEMs or vendors are named; materials must comply with VA standards and manufacturer recommendations - Products/Services Requested: - Modified bitumen roof systems - Fluid-applied waterproofing systems - PVC and TPO sheet roofing - Roof insulation and tapered insulation - Roof drains (Zurn cast iron) - FRP walkway pads - Lightning protection system components - Carbon activated filter media blankets - Plumbing, HVAC, and electrical systems - Unique/Notable Requirements: - Roofing materials must withstand high winds and extreme weather - Minimum insulation R-values (R-14 for general, R-33 for tapered) - Odor and noise minimization during installation - Coordination with existing rooftop mechanical/electrical equipment - Temporary removal/protection of rooftop units - Lightning protection system upgrades per VA and NFPA standards - Warranty periods up to 30 years for roofing systems - Phased work to accommodate sensitive hospital areas - 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) - Firm Fixed Price contract; estimated value between $2M and $5M (project budget approx. $4.1M) - Place of Performance: - Chalmers P. Wylie Veterans Ambulatory Care Center, 420 North James Road, Columbus, OH 43219 - Contracting and payment offices in Independence, OH and Austin, TX - Period of Performance: - Work to be completed within 365 calendar days from Notice to Proceed - Normal daytime business hours, excluding federal holidays - Warranty periods for roofing systems extend up to 30 years - Highlighted OEM: - Zurn (roof drains) - Estimated Contract Value: - $2,000,000 to $5,000,000 (project budget approx. $4,100,000)
Description
The Contractor shall furnish all necessary labor, tools, and materials, equipment, and supervision as specified in drawings and specifications to complete this project. All work performed shall be fully documented by The Contractor. Construction shall be performed in compliance with the manufacturer s recommendations and applicable Codes and building standards.
This project will replace the roof on Building 1A. Work includes but is not limited to: removal of existing roofing, repair or replacement of underlayment, repair or replacement of fascia and gutters, new trusses for a sloped roof at an existing enclosed connector, new roofing, and new venting. Some minor interior and exterior construction (i.e. brick, drywall, flooring, etc.) will be required in areas affected by the roofing construction.
Work is scheduled to be performed during the normal daytime business hours of the medical center excluding federal holidays.
The North American Industry Classification Code (NAICS) for this procurement is 236220 Electrical Contractors and Other Wiring Installation Contractors with a small business size standard of $45.0 million. The Magnitude of Cost for this project is between $2,000,000.00 and $5,000,000.00. The Government intends to award a Firm Fixed Price Contract within 120 days from bid opening date.
This acquisition is a 100% set-aside for qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB).
This notice is for informational purposes only and is not a request for submission of offers. No other information regarding scope, dates, etc. is available until issuance of the solicitation via Contract Opportunities at. https://sam.gov.
As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the VA will provide no hard copies. The solicitation, consisting of various bid documents, specifications, forms, and drawings will be available for download from the Contract Opportunities website located at https://sam.gov. Further details of all dates and events, including site visit and bid due date, will be available in the solicitation. Contract Opportunities website is the only official location to obtain solicitation information and documents.
A bidders list is not maintained. Offerors are advised that they are responsible for obtaining all bid documents and acknowledging any amendments and should monitor the Contract Opportunities website for any changes to this announcement or pending solicitation. Prospective contractors shall complete electronic annual representations and shall be registered in the System for Award Management (SAM) at https://sam.gov and shall be verified in the SBA s Dynamic Small Business Search (DSBS) located at https://search.certifications.sba.gov prior to submitting an offer. Additional Links:VA Home Page