Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:36C25625R0043
PROJECT 580-22-201 Replace and Upgrade Building Automation Systems (BAS) Upgrade THIS OPPORTUNITY IS AVAILABLE ONLY TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES. The Department of Veterans Affai...
PROJECT 580-22-201 Replace and Upgrade Building Automation Systems (BAS) Upgrade THIS OPPORTUNITY IS AVAILABLE ONLY TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES. The Department of Veterans Affairs, Network Contracting Office 16, in Houston, Texas, has a requirement titled "Replace and Upgrade Building Automation Systems (BAS) for project number 580-22-201, per issue for construction Drawings and Specifications. This acquisition will be solicited pursuant to the Veterans' First Public Law 109-461 as a 100% Service-Disabled Veteran-Owned Small Business Set-Aside (SDVOSB). At least 15 percent of the cost of the contract performance incurred for personnel shall be spent on the concern's employees or the employees of other eligible SDVOSB concerns. Please do not send questions to this notice as it is only a Pre-Solicitation Notice. Questions will be accepted only after the solicitation has been published. A Firm-Fixed Price construction contract award is anticipated. Contractor shall furnish all supervision, labor, material, tools, equipment, expertise, administration, supervision, and transportation necessary to replace and upgrade building automation systems. All construction work must adhere to the latest VA specifications, VA Standards, energy conservation methods, EPA, OSHA, NFPA, NEC, ASHRAE, Life Safety Code, UBC, Local and Federal and industry requirements and regulations. All construction work must be performed without affecting medical centers operations. Work includes construction labor and supervision for mechanical, electrical, architectural, and structural work required to replace and upgrade Building Automation System (BAS), as required by government provided construction plans and specifications. The period of performance will be 730 calendar days from the Notice to Proceed. Solicitation documents, including specifications and drawings, will be available electronically on or about June 12, 2025, on this website. Hard copies will not be mailed. The solicitation will be issued as a Request for Proposals (RFP). INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF THE SOLICITATION AND ANY AMENDMENTS. ADDITIONALLY, OFFERORS ARE ADVISED TO CHECK THE SITE FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS TO THE SOLICITATION NOTICE. A 90-day proposal acceptance period will be required. A bid bond must be submitted with the proposal. Performance and Payment bonds will be required from the contractor receiving the award. The magnitude of construction is between $5,000,000 and $10,000,000. North American Industrial Classification Standard (NAICS) code assigned to this construction project is 236220 with a small business size standard of $45 million. Offerors shall be registered with SBA VetCert at Veteran Small Business Certification (sba.gov), in System for Award Management (SAM) database at www.sam.gov and have completed online Representations and Certifications prior to the solicitation due date. Offerors shall be registered with the NAICS code assigned to this acquisition in VetCert.