SOLICITATION NOTICE
Y -- 619-CSI-904 Site Modification for Symbia EVO (VA-26-00017774)
- Notice Date
- 12/18/2025 2:41:12 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24726R0038
- Response Due
- 1/2/2026 5:00:00 AM
- Archive Date
- 01/17/2026
- Point of Contact
- Contract Specialist, Christopher Harper, Phone: (706) 733-0188 1126
- E-Mail Address
-
Christopher.Harper3@va.gov
(Christopher.Harper3@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- THIS CONSTRUCTION SERVICES PRESOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL (RFP). CONTRACTORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. Set-Aside Information: This acquisition is a 100% Set Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Prospective Contractors are cautioned that a proposal submitted in response to this solicitation must meet the criteria identified in VAAR Clause 852.219-73, VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) (DEVIATION). Prospective Contractors must comply with VAAR Clause 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION). � In the case of a contract for special trade contractors, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not� certified� SDVOSBs� listed in the SBA certification database� as set forth in� 852.219-73� or� certified� VOSBs� listed in the SBA certification database� as set forth in� 852.219-74. Any work that a similarly situated� certified SDBOSB/VOSB� subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials is excluded and not considered to be subcontracted. For an SDVOSB to be considered as a prospective contractor, the firm must be certified and listed in the SBA certification database (search.certifications.sba.gov) and registered in the System for Award Management (SAM) database (sam.gov) at time of submission of their qualification. A joint venture may be considered eligible as an SDVOSB if the joint venture complies with the requirements in� 13 CFR 128.402 and the managing joint venture partner makes the representations under 852.219-73(c). A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph 852.219-73(d) of the clause will be performed by the aggregate of the joint venture participants. Failure of a prospective SDVOSB to meet these certification requirements by the SBA shall result in elimination from consideration. The firm must also report to VETS-4212 Federal Contractor Reporting in accordance with FAR 52.222-37, Employment Reports on Veterans at dol.gov/agencies/vets/programs/vets4212 if applicable. Contract Information: A Firm Fixed Price Construction contract is contemplated for: Project No. & Title: 619-CSI-904 | Site Modifications for Symbia EVO Work Location: Central Alabama VA (West Campus) Montgomery, AL. Magnitude of Construction: Between $500,000 and $1,000,000. Estimated/target Completion Period: 250 calendar days after issuance of Notice to Proceed. The NAICS for this acquisition is 236220, Commercial and Institutional Building Construction, with a size standard of $45 million. The Product Service Code (PSC) is Y1DZ, Facility for Mental Health Primary Care Modalities - Minor Construction . Definitization of equitable adjustments for any potential change orders will be handled in accordance with (IAW) federal regulations and policies as outlined in the Federal Acquisition Regulation (FAR), Department of Veterans Affairs Acquisition Regulation (VAAR), Veterans Affairs Acquisition Manual (VAAM), and any other applicable Veterans Affairs (VA) guidelines and policies. Applicable provisions and clauses will be included in the solicitation and subsequent contract. Data regarding VA timelines on definitizations within the past 3 fiscal years is currently unavailable. Project Information: The New Symbia Evo Site Prep project design involves replacing select areas of floors, ceilings, walls, door, and frame. New casework will be installed both inside the hot lab and in the patient treatment space. Lead-lined walls, door, and refurbished lead-lined casework will also be installed. New floors are too be installed and all walls within the hot lab will be painted with epoxy-based paint for easy cleaning. LED working lights will be installed, custom casework, and a glass magnetic markerboard will be installed. The patient treatment room will have the lift relocated, lockable storage casework, new floors, ceiling, prep and paint of all walls, and a casework desk area will be next to the injection seat area. The project is an interior project and a HEPA Air Scrubber will be installed at the window, and will exhaust out of the building. The entrance door will receive a hard wall entrance with walk-off mats. A digital negative pressure monitor will be installed at this location. The demolition will consist of removing a shared corridor wall and closet wall and the existing hot lab walls, doors, and frames. The ceiling will be removed in all three spaces. All floors and resilient bases will be removed. A factory train medical equipment company will remove and relocate the existing lift. Demolition shall include diffusers, return air grills, flex duct, and branch duct work in the current hot lab and janitor s closet. The supply and return ducts shall be rerouted to meet ASHRAE 62.1, Ventilation and Acceptable indoor air quality, and ASHREA 170, Ventilation of health care facilities. All piping in the current chase of the hot lab shall be cut, capped, or reroute to the new designed chase. The domestic hot water, cold water, and sanitary piping shall be cut and capped above the ceiling and rerouted to the new sink location provided by the architect. The glycol lines that run in the current chase will be drained, cut, and rerouted to the new designed chase. The glycol shall be drained and disposed. The new lines will be replaced with new glycol. The oxygen, medical air, and medical vacuum piping will be removed from the demo wall and will be relocated to a new location provided by the architect. The existing medical gas pipe will be cut and valved in the corridor just outside the area. The new piping will match the existing pipe. New walls, hot lab lead-lined walls, door, and frame will be installed, as will new resilient integral base and sheet floors. A new sheet floor will be installed in the hot lab, as well as VA-provided contractor-refurbished lead-lined casework. A new workstation will be installed next to the injection chair/station. Additional casework will allow patients to store valuables while in the Symbia treatment room. A new curtain will extend from corner to corner, allowing another patient to be seen. Lighting within the space shall be replaced with new dimmable LED fixtures. To meet the requirements shown on the vendor drawings, these fixtures shall be direct/indirect, with 0-10V dimming drivers. Lighting controls shall also be replaced with new, to meet Siemens requirements. A new 0- 10V dimmer with reproducible lighting levels shall be provided. This dimmer shall have a scale to reproduce exact lighting levels. New conduit shall be installed between equipment and control station, per Siemens drawings. Existing control cabling conduit shall be demolished, since both the equipment and control station have changed locations. A new horizontal, surface mount wireway shall be provided under the control station desk as required by Siemens for excess cables. New data outlets shall be provided to match new floor plan, as required. Existing PACS reader to Hot Lab shall be relocated as required, and existing cabling placed in appropriate conduit for security installations. An existing fire alarm pull station shall be relocated as required for the remodel, with no change to FACP or existing SLC circuit. All existing electrical distribution shall be maintained. The electrical requirements for the new Symbia EVO equipment match the existing Symbia equipment being replaced. The existing 7.5kva transformer shall be relocated to above ceiling, and secondary conductors replaced to reach the existing equipment panel. The branch circuit including the twist-lock receptacle shall be replaced with new. New receptacles shall be provided throughout the remodeled space to match the new floor plan. Site Visits: A pre-proposal site visit will be held. Date and time will be announced in the solicitation. Selection Criteria: This requirement will be procured using the Trade-Off Source Selection process providing the best value to the Government. Submission Criteria: Solicitation 36C24726R0038 (including relevant documents, specifications, and drawings) will likely be posted on or about 01/5/2026 to sam.gov under Contract Opportunities. Once it is posted, all responsible sources may submit a proposal, which will be considered by the agency if they meet the requirements as listed in the solicitation. Any amendments to the solicitation will be posted solely to this website. It will be the responsibility of the offeror to verify the number of amendments issued.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f6174ce8414d4deaa6fa2f03a2475153/view)
- Place of Performance
- Address: Central Alabama Veterans Health Care System VISN 7 Network Contracting Office 215 Perry Hill Road Montgomery, AL 36109
- Record
- SN07670115-F 20251220/251218230040 (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 |