Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2026 SAM #8829
SOLICITATION NOTICE

59 -- 508-26-152 | Bus Duct Replacement

Notice Date
1/26/2026 12:56:58 PM
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24726R0058
 
Response Due
2/12/2026 10:00:00 AM
 
Archive Date
02/27/2026
 
Point of Contact
Ryan Crispin, Phone: 7062317600, Joseph Osborn, Phone: 2055618857
 
E-Mail Address
ryan.crispin@va.gov, Joseph.Osborn@va.gov
(ryan.crispin@va.gov, Joseph.Osborn@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Description
THIS CONSTRUCTION SERVICES PRESOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL (RFP). CONTRACTORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. Set-Aside Information: This acquisition is a 100% Set Aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Prospective Contractors are cautioned that a proposal submitted in response to this solicitation must meet the criteria identified in VAAR Clause 852.219-73, VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) (DEVIATION). Prospective Contractors must comply with VAAR Clause 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING�CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION). In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials is excluded and not considered to be subcontracted. For an SDVOSB to be considered as a prospective contractor, the firm must be certified and listed in the SBA certification database (search.certifications.sba.gov) and registered in the System for Award Management (SAM) database (sam.gov) at time of submission of their qualification. A joint venture may be considered eligible as an SDVOSB if the joint venture complies with the requirements in 13 CFR 128.402 and the managing joint venture partner makes the representations under 852.219-73(c). A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph 852.219-73(d) of the clause will be performed by the aggregate of the joint venture participants. Failure of a prospective SDVOSB to meet these certification requirements by the SBA shall result in elimination from consideration. The firm must also report to VETS-4212 Federal Contractor Reporting in accordance with FAR 52.222-37, Employment Reports on Veterans at dol.gov/agencies/vets/programs/vets4212 if applicable. Contract Information: A Firm Fixed Price Construction contract is contemplated for: Project No. & Title: 508-26-152 | Bus Duct Replacement Work Location: Atlanta VAMC. Magnitude of Construction: Between $500,000 and $1,000,000. Estimated/target Completion Period: 252 calendar days from NTP for construction completion. NAICS code for this acquisition is 238210, Commercial and Institutional Building Construction, with a size standard of $19.0 million. The Product Service Code (PSC) is 5935, Connectors, Electrical. Definitization of equitable adjustments for any potential change orders will be handled in accordance with (IAW) federal regulations and policies as outlined in the Federal Acquisition Regulation (FAR), Department of Veterans Affairs Acquisition Regulation (VAAR), Veterans Affairs Acquisition Manual (VAAM), and any other applicable Veterans Affairs (VA) guidelines and policies. Applicable provisions and clauses will be included in the solicitation and subsequent contract. Data regarding VA timelines on definitizations within the past 3 fiscal years is currently unavailable. Project Information: The Contractor shall furnish all labor, materials, equipment, supervision, and incidentals necessary to perform selective demolition and removal of faulted electrical bus duct, installation of replacement electrical bus duct components (replacement-in-kind), containment and safety controls for work in asbestos-labeled spaces, testing, commissioning, and associated site restoration work as specified herein and in the Contract Documents. Work includes the removal and replacement of approximately 250 linear feet (?10%) of electrical bus duct located in a confined, unimproved crawlspace beneath the main hospital building. The work area has dirt flooring and is labeled as containing asbestos materials in the surrounding environment. This is a replacement-in-kind project; no asbestos abatement is anticipated. Selective demolition is limited to impacted / damaged electrical system components only; no architectural or structural demolition is included unless specifically authorized by the Contracting Officer. No excavation or soil disturbance is included unless specifically directed in writing by the Contracting Officer. One or more of the items under this acquisition are subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Applicable provisions and clauses will be included in the subsequent solicitation and/or contract. Site Visits: A pre-proposal site visit will be held. Date and time will be announced in the solicitation. Selection Criteria: This requirement will be procured using the Trade-Off Source Selection process providing the best value to the Government. Submission Criteria: Solicitation 36C24726R0058 (including relevant documents, specifications, and drawings) will likely be posted on or about 3/5/2026 to sam.gov under Contract Opportunities. Once it is posted, all responsible sources may submit a proposal, which will be considered by the agency if they meet the requirements as listed in the solicitation. Any amendments to the solicitation will be posted solely to this website. It will be the responsibility of the offeror to verify the number of amendments issued.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/996ef1315fb644d48a8ddd526f868c71/view)
 
Place of Performance
Address: Decatur, GA 30033, USA
Zip Code: 30033
Country: USA
 
Record
SN07697006-F 20260128/260126230037 (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.