Z2DZ--UPGRADE BUILDING 330 PARALLELING SWITCHGEAR VAMC Dayton

SOL #: 36C25025B0037Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States

Place of Performance

Dayton, OH

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Other Hospital Buildings (Z2DZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
May 9, 2025
2
Last Updated
Sep 12, 2025
3
Response Deadline
Jun 6, 2025, 8:00 PM

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.

Project # 552-25-201: Upgrade Paralleling Switch Gear B330 - The contractor shall remove and replace the existing discontinued GE Fanuc 90-30 series PLC hardware and Genius communications (obsolete) with the latest Rx3i PLC hardware and EGD communications. Replace the existing Operator Interface Panel (OIP) with a new 15 Siemens touch screen with a new Wonderware E Box processor running the latest Wonderware software. The project is located at 4100 W. Third St. Dayton, OH 45428. SET-ASIDE INFORMATION: This solicitation will be issued pursuant to the authority under Public Law 109-461 (38 U.S.C. 8127) and is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The SDVOSB must be small under the relevant North American Industrial Classification Standard (NAICS) code 236220 (Commercial and Institutional Building Construction) and MUST be registered and verified in the following websites: https://dsbs.sba.gov/search/dsp_dsbs.cfm, https://sam.gov, to name a few, to be eligible for award. Bidders MUST ensure registration in these websites are accurate, complete and have not expired prior to bid opening date. Project magnitude is between $500,000.00 and $1,000,000.00. The business size standard is $45.0 million. In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.219-73(d)(3), the SDVOSB(s) is/are required to perform a minimum of 15% of the construction work on the project. BONDS in form of Bid, Payment and Performance will be required. SITE VISIT: a one-time only site visit will be scheduled, and that information will be in the solicitation package. The solicitation documents will be posted at https://sam.gov on or about, June 6, 2025, with bid opening approximately 30 days later. Dissemination of the solicitation, specifications and drawings is limited to electronic medium. All interested Bidders (primes & subcontractors) should register at https://sam.gov so others will know of your interest in participating in this procurement and for automatic receipt of updates or amendments. A bidder's mailing list WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Bidders responsibility to register at the https://sam.gov website. SOLICITATION AMENDMENTS: Amendments to the solicitation will be posted at https://sam.gov. Paper copies of the amendment will NOT be individually mailed. By registering to this opportunity, you will be notified by e-mail of any new amendments that have been issued and posted. No other notification of amendment will be provided. Bidders are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers as prescribed by FAR 52.214-3, Amendments to Invitation for Bids. Bidders should re-visit the website periodically to look for updates. All requests for information are required to be in writing to the Contracting Officer and shall be received within the time specified in the solicitation documents; no telephone inquiries will be accepted. It is the interested bidders responsibility to be sure your questions were actually received in the contracting office for a response, prior to the cut off period. Questions received after the cut off period may not receive responses. Questions may be emailed to ryan.stark@va.gov. with the heading Project# 552-25-201 Upgrade Paralleling Switch Gear B330. The Contracting Officer cannot guarantee that a response to e-mailed questions will be received.

People

Points of Contact

Ryan StarkContract SpecialistPRIMARY
Brian S KishSECONDARY

Files

Files

Download
View

Versions

Version 3Viewing
Pre-Solicitation
Posted: Sep 12, 2025
Version 2
Solicitation
Posted: Sep 10, 2025
View
Version 1
Pre-Solicitation
Posted: May 9, 2025
View
Z2DZ--UPGRADE BUILDING 330 PARALLELING SWITCHGEAR VAMC Dayton | GovScope