Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2025 SAM #8782
SOLICITATION NOTICE

Y -- TIERED EVALUATION FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL

Notice Date
12/10/2025 12:27:29 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24826R0039
 
Response Due
1/2/2026 10:00:00 AM
 
Archive Date
03/02/2026
 
Point of Contact
Amber C Milton, Phone: 7272512899
 
E-Mail Address
Amber.Milton@va.gov
(Amber.Milton@va.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
THIS IS A PRESOLICITATION NOTICE OF A FOR TIERED SET-ASIDE EVALUATION Bid-Build (B/B) 36C24826R0039, Project Number 573-21-705, Replace Deteriorated AHU 21,22,23, and 24 at the Malcom Randall VAMC, Gainesville FL 32608. This is a pre-solicitation notice synopsizing an upcoming tiered set-aside solicitation satisfying the requirements of FAR 5.201. A request for proposal will be posted on or about January 2, 2026. All business sizes and classifications that meet the requirements of the solicitation are invited to participate. The NAICS code for this procurement is 236220 Commercial and Institution Building Construction with a size standard of $45M. The VAAR 836.204 magnitude of this project is between $50,000,000.00 and $100,000,000.00. This is a pre-solicitation notice only. No contract shall be awarded from this pre-solicitation notice. The Department of Veterans Affairs, Network Contracting Office 08 (NCO 08) is posting the synopsis for the follow-on Firm Fixed Price (FFP), RFP #36C24826R0039, Project Number 573-21-705, Replace Deteriorated AHU 21,22,23, and 24 at the Malcom Randall VAMC, Gainesville FL 32608. The estimated period of performance for this project is for a total of one thousand ninety-five (1095) calendar days for all phases of the project after receipt of the notice to proceed. The scope of the project Contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work as required by the drawings and specifications included in this acquisition package. ADMINISTRATIVE The solicitation and will be issued as a Request for Proposal (RFP) conducted in accordance with FAR part 15 and will be evaluated in accordance with the procedures listed in the solicitation. This procurement will be set aside based on an order of priority as established in 38 U.S.C. 8127. The solicitation will be advertised as a tiered set-aside evaluation with the following tiers: (1) SDVOSB concerns, (2) VOSB concerns, (3) small business concerns with HUBZone small business concerns and 8(a) participants having priority; and (4) large business concerns. A bid bond is required in accordance with FAR 52.228-1, and the bid guarantee amount shall be at least 20 percent of the bid price but shall not exceed $3 million. Performance and payment bonds in the amount of 100% of the contact award amount will be required in accordance with FAR 52.228-15. This procurement will be solicited in accordance with FAR Part 15.101-1, Best Value Continuum Tradeoff Source Selection Process. A firm fixed price award will be made to the responsible offeror whose offer conforms to the solicitation, results in the best value to the Government, all factors considered. The purpose of the price evaluation is to provide an assessment of the reasonableness of the proposed price in relation to the solicitation requirements. Reasonableness of an offeror's proposal is evaluated through price analysis techniques as described in FAR Subpart 15.404-1. The Contracting Officer will establish the Veterans Preference Solely for purposes of price evaluation and implementation in accordance with VAAR 819.70 The VA Veterans First Contracting Program. This notice is not a request for competitive offers. All questions must be submitted in writing to the issuing office via email to: AMBER.MILTON@VA.GOV. Telephone calls will not be accepted. The anticipated posting date of the solicitation on SAM.gov | Home will be on or about January 2, 2026. RFP and further details will be published with after closing of the synopsis.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3fb4487e5e58416d8a26b85e42c3121b/view)
 
Place of Performance
Address: FL 32608, USA
Zip Code: 32608
Country: USA
 
Record
SN07662046-F 20251212/251210230038 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.