Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 25, 2025 SAM #8734
SOLICITATION NOTICE

Z -- DB Construction | Project No. 570-26-611 Install Tieback Roof Anchors, Building 1 - Fresno

Notice Date
10/23/2025 1:57:27 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
36C26126R0003
 
Response Due
11/4/2025 2:00:00 PM
 
Archive Date
02/11/2026
 
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 Set Aside
 
Awardee
null
 
Description
Pre-Solicitation No. 36C26126R0003 Project No. 570-26-611 Title: Design-Build to Install Tieback Roof Anchors, Building 1 at VAMC - Fresno This Pre-solicitation No. 36C26126R0003 is in conjunction with sources sought notice number 36C26126R0003 posted in SAM.gov Contract Opportunity on 10/08/2025. 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 install tieback roof anchors. 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 scope of this project shall provide complete design services for permanent window-washing davit anchor systems, including evaluation of existing roof and parapet structures, engineering calculations, and preparation of construction documents compliant with OSHA, OHS, and VA Master Specifications for Install Tieback Roof Anchors Building 1. The Design Build (DB) 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. The Design Build contractor will be responsible for providing a complete set of construction specifications along with design drawings and engineering calculations for this project. Schedule for Design Build & Construction Time: ACTION CALENDAR DAYS Kick-Off Meeting and Preliminary Site Review 20 Notice to Proceed 35% Design Submittal & Meeting 15 Kick Off Meeting 35% Veteran Affairs Comments 15 35% Design Submittal & Meeting 65% Design Submittal and Meeting 15 35% VA Comments *Start Site Preparation for Trailer after 65% turn in 65% Veterans Affairs Comments 15 65% Design Submittal & Meeting 95% Design Submittal & Meeting 15 65% Veteran Affairs Comments 100% Veteran Affairs comments 10 100% Design Submittal & Meeting 100% Final Documents Submittal 15 100% Veterans Affairs comments For the Design phase 120 (4 months) For the Construction Phase 120 (4 months) Total Contract time (120 + 120) = 240 days Please refer to the attached SOW for details.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3558125b8c8a4dd09c3c3d14499ccf0b/view)
 
Place of Performance
Address: The Department of Veterans Affairs VA Central California Health Care System Fresno VA Medical Center 2615 E Clinton Avenue, Fresno 93703-2223, USA
Zip Code: 93703-2223
Country: USA
 
Record
SN07626385-F 20251025/251023230034 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.