Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2026 SAM #8826
SOLICITATION NOTICE

C -- AE Expand Chiller Plant Cx 583-25-101

Notice Date
1/23/2026 7:47:52 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25026R0055
 
Response Due
2/10/2026 7:00:00 AM
 
Archive Date
03/12/2026
 
Point of Contact
Contracting Officer, Luke A. Turner, Phone: (513) 559-3702
 
E-Mail Address
luke.turner@va.gov
(luke.turner@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
Description: � The Commissioning Agent, hence, forth referred to as the CxA , shall furnish professional services as a commissioning agent and consultant for project 583-25-101, Expand Chiller Plant Project. The Project is designed to increase capacity of the chiller plant, improve distribution of chilled water via the underground lines, and enhance the reliability of the plant. All work will be confined to the campus of the Richard L. Roudebush Veterans Affairs Medical Center, 1481 West 10th Street, Indianapolis, IN 46202. � The Department of Veterans Affairs (VA) seeks to retain an independent third-party Commissioning Agent (CxA) to perform comprehensive commissioning services for the Expand Chiller Plant project. The CxA shall support the VA from project initiation, through design and construction, functional performance testing, system acceptance, turnover documentation, and post-occupancy recommissioning. � Selection Criteria: � (1) Professional qualifications necessary for satisfactory performance of required services; � (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; � (3) Capacity to accomplish the work in the required time; � (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; � (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and � (6) The extent to which potential contractors identify and commit to the use of service-disabled veteran-owned small businesses, veteran-owned small businesses, and other types of small businesses as subcontractors. � � Submission Info: � Please submit your SF 330s to luke.turner@va.gov by the closing date/time of this announcement. No physical copies will be accepted. � Additional Acquisition Information: All responsible sources may submit a quotation, bid, or proposal, as appropriate, which will be considered by the agency. � At the time of submission of offers/quotes, and at the time of award of any contract, the offeror must represent to the contracting officer that it is a SDVOSB/VOSB eligible under this subpart, small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition and certified SDVOSB/VOSB listed in the SBA certification database at https://search.certifications.sba.gov. � A joint venture may be considered eligible if it meets the requirements in 13 CFR part 128, and the managing joint venture partner makes the representations. To receive a benefit under the Veterans First Contacting Program, an otherwise eligible SDVOSB/VOSB certified pursuant to 13 CFR 128, must also meet SBA requirements at 13 CFR parts 121, 125, and 128 including the nonmanufacturer rule requirements at 13 CFR 121.406(b) and limitations on subcontracting at 13 CFR 125.6. The nonmanufacturer rule (see 13 CFR 121.406) and the limitations on subcontracting requirements apply to all SDVOSB and VOSB set-aside and sole source contracts above the micro-purchase threshold. In addition, an offeror shall submit a certification of compliance to be considered eligible for any award under this part (see 819.7004). Pursuant to 38 USC 8127(g), any business concern that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB/VOSB status is subject to debarment from contracting with the Department for a period of not less than five years. This includes the debarment of all principals in the business. � ***End of Presolicitation Notice***
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e94dd9a04446445a8597891ab75354d9/view)
 
Place of Performance
Address: Richard L. Roudebush VA Medical Center 1481 W. 10th Street Indianapolis, IN 46202-2803
 
Record
SN07695336-F 20260125/260123230036 (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!  © 1994-2026, Loren Data Corp.