MODIFICATION
Y -- Solicitation_36C25625R0043 - Replace and Upgrade Building Automation System (BAS)
- Notice Date
- 6/12/2025 5:25:42 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- Solicitation-36C25625R0043-Replace-and-Upgrade-Building-Automation-System
- Response Due
- 7/14/2025 11:00:00 AM
- Archive Date
- 07/29/2025
- Point of Contact
- Madeline Allison, Contract Specialist, Phone: 713-350-2906
- E-Mail Address
-
madeline.allison@va.gov
(madeline.allison@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- THIS OPPORTUNITY IS AVAILABLE ONLY FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES. The Michael E. DeBakey Veterans Affairs Medical Center (MEDVAMC) in Houston, Texas has a requirement titled �Replace and Upgrade Building Automation System (BAS)� for project 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. See solicitation for RFI�s submission due dates. A Firm-Fixed Price construction contract award is anticipated. Contractor shall furnish all labor, materials, tools, equipment, expertise, administration, supervision, and transportation as necessary to replace and upgrade the outdated campus-wide Building Automation System (BAS) with a new modern system for Michael E. DeBakey Veterans Affairs Medical Center (MEDVAMC) located at 2002 Holcomb Boulevard, Houston, Texas 77030. 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, Federal and Industry requirements and regulations. All construction work must be performed without affecting medical centers� operations. Work includes specialized construction labor and supervision for architectural, mechanical, electrical, and demolition work as required by the government provided construction plans and specifications. The period of performance will be 730 calendar days from the Notice to Proceed. INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF THE SOLICITATION AND 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 is required; therefore a performance and payment bond are required from the contractor receiving the award. The magnitude of construction $5,000,000.00 AND $10,000,000.00. North American Industrial Classification Standard (NAICS) code assigned to this construction project is 236220, with a small business size standard of $45 million in average annual receipts for the past three (3) years. 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 Representation and Certifications prior to the solicitation due date. Offerors shall be registered with the NAICS code assigned to this acquisition in VetCert. Only one Site Visit will be conducted and no requests for additional Site Visits or make up Site Visits will be granted. Site Visit is scheduled for 24 June 2025 at 1:00 pm Local Time MEDVAMC, B100, Main Lobby. RFI's are due NLT 27 June 2025 by 12:00pm central time. The RFP is posted and can be downloaded (without any charge) from the SAM.gov website. Offerors are responsible for obtaining the RFP (and associated documents/attachments) from the SAM.gov website and for acknowledging all Amendments to the RFP. It is the responsibility of all interested offerors to check the SAM.gov website as necessary for any Amendments to the RFP (to include the day bids are due). In accordance with VAAR 819.7003 Eligibility, at the time of submission of proposal, the offeror must represent to the Contracting Officer that it is a SDVOSB concern, that it is a small business concern under the NAICS code assigned to the acquisition, and it is verified as a SDVOSB in VetCert Vendor Information pages at https://www.veterans.certify.gov. Offerors received from contractors who are not SDVOSB verified in VetCert will not be considered for award. Federal Acquisition regulations require that Federal Contractors register in the System for Award Management (SAM) database at https://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered in SAM prior to submitting a proposal.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2118925cd77a4d42a066209f3afd138a/view)
- Place of Performance
- Address: TX 77030, USA
- Zip Code: 77030
- Country: USA
- Zip Code: 77030
- Record
- SN07475148-F 20250614/250612230036 (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 |