Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:36C24726R0032
THIS IS NOT A REQUEST FOR PROPOSAL: Pre-Solicitation Notice This is a Pre-Solicitation Notice issued in accordance with Federal Acquisition Regulation (FAR) 5.204 and Veterans Affairs Acquisition Regu...
THIS IS NOT A REQUEST FOR PROPOSAL: Pre-Solicitation Notice This is a Pre-Solicitation Notice issued in accordance with Federal Acquisition Regulation (FAR) 5.204 and Veterans Affairs Acquisition Regulation (VAAR) 836.211. Project Title: Replace windows Phase III Location: Birmingham VA Medical Center, 700 South 19th Street Birmingham, AL 35233-1927 NAICS Code: 236220 Product or Service Code (PSC): Z2DA Estimated Magnitude of Construction: Between $5,000,000 and $10,000,000. Anticipated Solicitation Release Date: 8 January 2026 The Department of Veterans Affairs (VA) intends to issue a Request for Proposal (RFP) for a Firm-Fixed-Price construction contract. The scope of work includes, but is not limited to, Work includes demolition and replacement of the existing windows per drawings. The non-operable windows will be installed from the exterior of the building using a swing stage scaffolding. The interior wall surrounding the windows will receive new paint along with new window treatments. Select interior windowsills will be replaced according to drawings locations, and walls will be patched prior to painting. The contractor will ready all sizing and verify sizing before ordering the windows. Window removal and replacement will be completed per the phasing plan on construction documents. Phase I is to be completed prior to Phase II beginning as noted in the plans, it will be the responsibility of the contractor to have the site prepared for the delivery and installation of the replacement windows structures. Additionally, The Contractor will provide asbestos and lead removal for 100 windows, contractor will provide abatement glazing and lead removal plan via submittal. The Contractor will remove these conditions in a code-compliant manner This acquisition will be conducted in accordance with FAR Part 15. The forthcoming solicitation will be a 100% SDVOSB set-aside solicitation. All responsible sources may submit a proposal in response to the forthcoming solicitation. The solicitation documents will be made available on the Governmentwide Point of Entry (SAM.gov). No hard copies will be provided.