Z2DZ--UPGRADE BUILDING 330 PARALLELING SWITCHGEAR VAMC Dayton
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.
552-25-201 Paralleling Switchgear at the Dayton VA Medical Center. Work to be performed at the Dayton VA Medical Center
4100 W. Third St. Dayton OH 45428.
The contractor shall furnish all labor, materials, and equipment necessary to complete new construction including, but
is not limited to, architectural, mechanical, electrical, and plumbing requirements as shown on drawings and
specifications. All work shall be conducted in complete accordance with the project Statement of Work (SOW),
specifications, drawings, terms of the contract, follow Infection Control Risk Assessment (ICRA) and Pre Construction
Risk Assessment (PCRA) requirements.
Period of Performance (POP) is within 60 calendar days from issuance of the Notice to Proceed.
Project magnitude is between $500,000.00 and $1,000,000.00.
This is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). Responding SDVOSBs MUST be
classified as a small business under the relevant North American Industrial Classification Standard (NAICS) code and
MUST be registered and verified in the following websites: https://dsbs.sba.gov, and https://sam.gov,
to be eligible for award. Offerors MUST ensure registration in these websites are accurate, complete, and have not
expired prior to bid due date.
The NAICS code assigned to this construction project is 236220, Commercial and Institutional Building Construction, has
a small business size standard of $45 million.
A site visit will be conducted on August 28, 2025, at 1:00 P.M., local time. See FAR 52.236-27 for details. Although
attendance is not mandatory; it is highly encouraged. No additional site visits will be scheduled.
Compliance of VAAR 852.219-73, and Fill-in of VAAR 852.219-75 is mandatory. Contractor is required to submit the
Complete Certification for VAAR 852.219-75. Failure to provide the completed Certification shall deem the bid
non-responsive and will not be considered.
RFI and bid opening requirements are outlined on page 5, SF1442 Block 10 Continuation. Also on page 5, of the
SF1442 Block 17 (Continuation) you shall insert your Cage Code, SAM.gov Unique Entity ID (UEI) and fill in
your Bid Prices in the appropriate blocks.
The solicitation includes statement of work (SOW), specifications, drawings, wage determination, and other items by
attachment.