C1DA--AE Upgrade Fire Alarm Systems 538-26-200 - VAMC CHILLICOTHE
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Updated as of: 11/25/2025 11:56 AM
Solicitation: 36C25026R0028
Project: 538-26-200 AE Upgrade Fire Alarm Systems - Dayton VAMC
Request for Information (RFI) Tracker with VA Responses
KEY:
Submitted RFI = Black
VA RFI Response = Blue
Regarding the subject solicitation, can you please confirm the estimated cost of construction is $500,000-$1,000,000
Confirmed. The estimated construction cost range is $500,000 to $1,000,000.
Per the Presolicitation Notice on page 4, "Proposed team member experience shall be relevant within the last three (5) years." Please clarify which amount is correct- three years or five years?
The correct timeframe is five (5) years.
Page 4 of the Presolicitation Notice states that an "Organizational Chart shall be located in Section D- Organizational Chart", while page 7 states that "An organizational chart of the prime firm (excluding consultants)" should be provided with Section H. Please clarify if two (2) organizational charts should be provided, and please clarify what information each chart should contain.
Only one organizational chart is required. It shall be included in Section D Organizational Chart, and should reflect the structure of the prime firm, excluding consultants, as stated on page 7.
Please confirm that Part II forms should be included for all consultants in addition to the Prime.
Confirmed. SF 330 Part II forms must be submitted for the prime firm and all proposed consultants.
Which Contracting Office address is the correct one to list? The Presolicitation Notice on page 1 reads, "Department of Veterans Affairs, Network Contracting Office 10, 3140 Governor s Place Blvd. Suite 210, Kettering, OH 45409-1337 ". The SAM.gov Contracting Office Address lists, "VISN 10 CONSOLIDATED CONTRACTING, 4100 WEST 3RD STREET, DAYTON, OH 45428."
Please use the following address as listed in the Presolicitation Notice:
Department of Veterans Affairs
Network Contracting Office 10
3140 Governor s Place Blvd., Suite 210
Kettering, OH 45409-1337
Per page 3 of the Presolicitation Notice, "Personnel shall provide professional license jurisdiction of issue and license numbers and/or proof of licensure." Is it enough to list the jurisdiction of issue and license numbers, or do we also have to provide proof of licensure?
Listing the jurisdiction of issue and license numbers is sufficient; proof of licensure is not required.
Per page 4 of the Presolicitation Notice, "Federal Government CPARS may also be considered, in conjunction." It is understood that attaching CPARS reports will not be counted toward our 35-page limit. What if we do not have CPARS reports to include for all of the projects?
CPARS reports are not required for every project. If CPARS evaluations are not available, offerors may provide other relevant documentation or narrative descriptions to demonstrate past performance. The absence of CPARS will not disqualify a submission.
Are we allowed to include a Cover Page, Cover Letter or Table of Contents? Would they be counted against the 35-page limit?
Yes, offerors are permitted to include a Cover Page, Cover Letter, and Table of Contents as part of their submission. Please note that each of these elements will count toward the 35-page limitation.