SOLICITATION NOTICE
Z -- 36C26125R0053 Design-Build to Replace Bldg. 5 Roof Project No. 662-25-111
- Notice Date
- 6/24/2025 3:38:50 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26125R0053
- Response Due
- 7/8/2025 2:00:00 PM
- Archive Date
- 09/30/2025
- Point of Contact
- Daniel Jhun, Contracting Officer, Phone: 916-923-4507
- E-Mail Address
-
daniel.jhun@va.gov
(daniel.jhun@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- Pre-solicitation No. 36C26125R0053 Project No. 662-25-111 Title: Design-Build for EPDM Rubber Roofing Replacement BLDG 5 in VAMC � San Francisco This Pre-solicitation No. 36C26125R0053 is in conjunction with sources sought notice number 36C26125R0053 posted in SAM.gov Contract Opportunity on 06/10/2025. All information in this pre-solicitation announcement is preliminary, as well as subject to modification, and is no way binding on the Government. Department of Veterans Affairs, Network Contracting Office (NCO 21) will be issuing a request for proposal to procure Design-build construction to replace roof for San Francisco VA Medical Center. A request for proposal will be issued as a total SDVOSB set-aside. The applicable North American Industry Classification System (NAICS) code is 236220-Commercial and Institutional Building Construction, and the Small Business Size Standard is $45M. PSC code is Z1DZ, Maintenance of Other Hospital Buildings Pursuant to FAR 36.204(d) � Disclosure of the magnitude of construction projects is between $250,000 and $500,000. Proposals will only be requested and accepted from Vendors that are verified and registered in the System for Award Management (SAM) and be verified in the Small Business Administration�s (SBA) Veteran Small Business Certification (VetCert) as a Service- Disabled Veteran Owned Small Business (SDVOSB) from the Network Contracting Office (NCO) 21. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See https://www.sam.gov/SAM/pages/public/index.jsf). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses shall have their ownership and control verified by the Department of Veterans Affairs (VA) and be listed in the Small Business Administration (SBA) Veteran Small Business Certification (VetCert) Veteran Small Business Certification (sba.gov). **In addition to or in place of (VetCert), VA may also use the SBA Dynamic Small Business Search (DSBS) as another official source for SDVOSB verifications. General Description of the work includes, but not limited to, the following: The VA San Francisco Medical Center is seeking a design build for replacing roof of Building 5 with an effective reliable solution. The SOW calls for a new Ethylene Propylene Diene Monomer (EPDM) replacement of the roofing system with 20-year warranty of weather resistance, low-cost maintenance, cost effectiveness, and energy efficiency in the existing roof. The period of performance is approximately 180 calendar days after NTP. The Design-Build Contractor must furnish: Design: all design Architect Engineer (A.E) services, equipment, materials, supplies, investigations and project supervision, and construction period services associated with this contract. Design must meet Veterans Affairs Design Guides and Design Criteria and Veterans Affairs Master Specifications at the technical information library TIL (www.cfm.va.gov/TIL). Design must follow all current applicable codes, including: International Building Code (I.B.C) National Fire Protection Association (N.F.P.A) Occupational Safety and Health Administration (O.S.H.A) Veterans Affairs Plumbing Design Manual. Veterans Affairs Health Directive 1061 design standard for protection against Health Care Associated (H.C.A) Legionella Disease (L.D) Contractor shall provide all the equipment, labor, materials, tools and supplies required for construction of the project in accordance with the drawings and specifications including Davis Bacon Wage Rate (year was awarded).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/349ba38aa7184596a726027f8e9112a2/view)
- Place of Performance
- Address: San Francisco, CA 94121, USA
- Zip Code: 94121
- Country: USA
- Zip Code: 94121
- Record
- SN07486985-F 20250626/250624230043 (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 |