Add Bids
Search By Category/Country/Location by state
Bid Entry Form
Bid Title:
City:
Location by state:
Select Country/Location by state
Alabama
Alaska
American Samoa
Arizona
Arkansas
Baker Island
California
Colorado
Connecticut
Delaware
District of Columbia
Florida
Georgia
Guam
Hawaii
Howland Island
Idaho
Illinois
Indiana
Iowa
Jarvis Island
Johnston Atoll
Kansas
Kentucky
Kingman Reef
Louisiana
Maine
Maryland
Massachusetts
Michigan
Midway Atoll
Minnesota
Mississippi
Missouri
Montana
Navassa Island
Nebraska
Nevada
New Hampshire
New Jersey
New Mexico
New York
North Carolina
North Dakota
Northern Mariana Islands
Ohio
Oklahoma
Oregon
Palmyra Atoll
Pennsylvania
Puerto Rico
Rhode Island
South Carolina
South Dakota
Tennessee
Texas
United States Minor Outlying Islands
United States Virgin Islands
Utah
Venezuela
Vermont
Vietnam
Virginia
Wake Island
Washington
West Virginia
Wisconsin
Wyoming
Yemen
Category:
Select Category
Accounting/Audit/Administration
Business Consulting
Construction
Educational Services
Engineering
Food Catering Services
Healthcare/Medical Supplies
Janitorial
Landscaping
Legal
Logistics
Professional Services
Real Estate
Transportation Services
Tree Removing Service
Agency Contact Information:
Phone Number:
Bid/Proposal Due Date:
Bid Close Date:
Bid Walkthrough Date:
Estimate:
Term:
Classifications:
Description:
Z2DA--554-26-101 Reslope Shower Floors in Bldg H&K Patient Rooms (VA-26-00013277) Solicitation Number: 36C25926R0038 Department/Ind. Agency: VETERANS AFFAIRS, DEPARTMENT OF Sub-Tier: VETERANS AFFAIRS, DEPARTMENT OF Office: NETWORK CONTRACT OFFICE 19 (36C259) Location: Aurora, 80045 Notice Type: Synopsis/Solicitation Amendment Posted Date: 2/20/2026 Response Date: 3/20/2026 9:00 AM Archive Date: 6/18/2026 Links Updated: 2/21/2026 10:16 PM Set Aside: Service-Disabled Veteran-Owned Small Business Set Aside Classification Code: Z - Maintenance, repair, and alteration of real property PSC Code: Z2DA (REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES) NAICS: 236220 - Commercial and Institutional Building Construction Last Change: 2/21/2026 10:16 PM 1.0 OBJECTIVE The Department of Veterans Affairs has a requirement to correct drainage and surfaces in shower rooms of Buildings H & K at the Rocky Mountain Regional VA Medical Center; located at 1700 N. Wheeling St, Aurora, CO 80045. STATEMENT OF WORK Base Bid/ Deductive Alternates: The Contractor shall furnish all supervision, labor, material, and equipment to accomplish the work below. The demolition of existing and the installation of new patient shower flooring tiles or resinous flooring shall be in accordance with VA policies, Industry Best Practices, and applicable codes and standards. Patient bathrooms in Buildings H & K are experiencing poor drainage in the shower area. The required slope is 1:48 slope for shower floors. A slope of 1:48 equals 1/4 drop per 1 run toward the drain. A slope of 1:48 equals 1.20 degrees. This project corrects shower floor slopes to 1.20 degrees. The list of affected showers is attached and/or noted on the project drawings. Sixty (60) rooms are included. See SOW Attachment A. As specified in the contract, the contractor shall remove existing tile or resinous flooring (resinous flooring is found in the rooms in H2), remove previously laid mortar base, and chip and grind concrete as needed to mitigate ponding and facilitate drainage to the floor drain within the specifications mentioned above. Remove and replace existing trench drain assembly at new required lower height. See SOW Attachment B. The contractor shall temporarily remove patient toilets/water closets as part of the demolition process. The contractor shall reinstall water closets with new wax-ring upon final application of sealant to tile-grout after sloping work is complete. The contractor shall install new mortar base (prove correct slope to the COR), new tile edging, new waterproofing membrane, and new tile (prove correct slope to the COR). See the finish schedule in the specifications and provide submittals accordingly. The contractor shall grout the new tile-flooring installations. See the finish schedule in the specifications and provide submittals accordingly. Replace all sixty (60) trench drain assemblies with new. Match existing quality and style. 3.0 GENERAL The Dept. of Veterans Affairs (VA) requires strict adherence to the Code of Federal Regulations 29, Part 1926. This includes the requirement that the contractor have a Competent Person on the job at all times (must have a 30-hour OSHA card), and that all contractor employees have received a minimum of ten (10) hours of OSHA construction safety training. Documentation of these requirements shall be submitted and approved prior to performing the work. The Contractor must submit a company Site Specific Safety Plan (SSSP) that must be reviewed by VA Safety prior to work beginning. This plan shall detail fire, construction, and health-related safety measures, in addition to listing training records for all employees for the previous year. A company standard or boilerplate safety plan will not be acceptable plan should contain a detailed hazard analysis for each element of construction to be performed such as an Activity Hazard Analysis (AHA) or Job Hazard Analysis (JHA). This entire project shall conform to 100% of all VA standards and specifications, OSHA, AIA Construction Guidelines, Joint Commission Environment of Care Standards, and applicable building codes. The Contractor shall be responsible for the health and safety of their own employees. The VA will inform the Contractor of any hazards such as designated permit confined spaces, electrical hazards, etc. which may affect Contractor employees. The Contractor must take precautions appropriate for the safety of their employees as well as provide equipment necessary for these actions. The Contractor employees will notify the VA Representative before entering a designated permit required confined space, so precautions can be taken in advance of the work. The Contractor is responsible for protection of existing finishes, and VA property (furnishing, fixtures, & equipment, FF&E), located in the areas construction, preventative maintenance, and repair work is being performed, as well as along paths of travel to and from these areas. Both exterior
Submit Bid