Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 24, 2025 SAM #8672
SOLICITATION NOTICE

Y -- 765-23-101 EPS Warehouse HVAC Corrections (VA-25-00091960)

Notice Date
8/22/2025 8:11:21 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAC FACILITY PURCHASING SUPPORT (36S797) HINES IL 60141 USA
 
ZIP Code
60141
 
Solicitation Number
36S79725R0003
 
Response Due
9/1/2025 1:30:00 PM
 
Archive Date
09/06/2025
 
Point of Contact
Brandy Hudson, Contract Specialist
 
E-Mail Address
brandy.hudson@va.gov
(brandy.hudson@va.gov)
 
Small Business Set-Aside
VSA Veteran Set Aside
 
Awardee
null
 
Description
THIS IS A PRESOLICIATION NOTICE Title: EPS WAREHOUSE HVAC CORRECTIONS NAICS: 236220 with a Small Business Size of $45 million Per FAR 36.204 the magnitude of this project is between $1,000,000 and $5,000,000. This project will be a 100% set-aside for Service Disabled Veteran-Owned Small Business. PROJECT OVERVIEW 1.1 PURPOSE: The Department of Veterans Affairs (VA) Consolidated Mail Outpatient Pharmacy (CMOP) intends to perform construction at the Emergency Pharmacy Service (EPS) Warehouse. The construction includes general requirements, existing conditions, concrete, metals, thermal and moisture protection, openings, finishes, HVAC, electrical, and low voltage. The contractor shall be responsible for all aspects of the project and each phase shall be subject to VA approval at designated project milestones. This project includes (but not limited to) all labor, materials, supplies, equipment, services, communications, security, operation and maintenance manuals, as built drawings, permits, construction, installation, and commissioning. 1.2 PROJECT ACTIVITIES: The entire activity of the project will follow the following sequence of events: Pre-proposal Site Visit Request for Proposal Submission Award Post Award Kick-off Meeting Notice to Proceed Bonding & Insurance Plans Security, Schedule, Progress Reports (Bi-Weekly or Weekly depending on activities) Permits, If Necessary Demolition, Construction, Installation, Commissioning, and Training Final Inspection and Punch List Acceptance Operations and Maintenance Manuals AutoCAD Drawings (Design, Construction, As Built) Progress Payments Warranty SCOPE OF WORK 2.1 GENERAL: The Contractor shall provide all necessary services to meet the program objectives and requirements and to provide the required outcome in terms of overall quality, timeliness, and documentation, per Construction Documents & Specifications titled EPS Warehouse HVAC Corrections - FINAL CDs 20250226 and EPS Warehouse HVAC Corrections - FINAL Specifications 20250226 . The Contractor shall be responsible for obtaining and coordinating the services of all Sub-Contractors performing other services on site and other entities as part of the contract to ensure the expected quality, timely, and documented final product. Location: Building 37NW,� 5000 S. 5th Ave, Hines IL. 60141. Normal work hours are 7:00AM to 4:00PM, local time, Monday through Friday except for Federal Holidays. If the Contractor desires to work on Saturday, Sunday, holidays, or outside the project site s normal working hours the contractor must submit a written request for approval to the VA-COR at least seven (7) working days prior to the proposed start of such work. CMOP and EPS as well as Service & Distribution Center (SDC) operations shall not be impacted. If any activities would potentially impact operations, then they must occur on a Saturday or Sunday when CMOP is not work overtime shifts. T The space will be in-use during construction. Space will be made available for the area of work in accordance with the phasing plan. 2.2 DESCRIPTION OF WORK The EPS Warehouse stores pharmaceuticals and needs HVAC and storm drain system corrections to maintain a reliable environment. 2.3 DELIVERABLES Period of Performance: 120 Calendar days after Notice to Proceed. Dependent on HVAC lead times. Performance and Payment bonds: Due 10 Calendar days after award Proof of Insurance: Due 10 Calendar days after award Contractor Quality Control Plan (CQCP): The contractor shall develop a quality control plan and shall furnish to VA for review no later than 30 calendar days after the receipt of notice to proceed. The plan shall identify personnel, procedures, control, instructions, tests, records, and forms to be used. VA will consider an interim plan for the first 45 calendar days of operation. Installation will be allowed to begin only after acceptance of the CQCP or acceptance of an interim plan applicable to the particular feature of the work to be started. Work outside of the features of the work included in an accepted interim plan will not be permitted to begin until acceptance of a CQCP or another interim plan containing the additional features of the work to be started. After acceptance of the CQCP, the Contractor shall notify the Contracting Officer s Representative (COR) in writing of any proposed change. Proposed changes are subject to acceptance by the Contracting Officer. Schedule: The Contractor shall develop a Critical Path Method (CPM) plan and schedule demonstrating fulfillment of the contract requirements (Project Schedule) and shall keep the Project Schedule current in accordance with the requirements of this section and shall utilize the plan for scheduling, coordinating and monitoring work under this contract (including all activities of subcontractors, equipment vendors and suppliers). See the Specifications for details. Safety Plan: Comprehensive safety plan, AKA the Accident Prevention Plan or Construction Safety & Health Plan, shall be implemented by the Contractor in accordance with the Specifications prior to mobilization. The plan shall be site and job specific, and address all prime and subcontractor work operations. Work cannot proceed without an accepted Safety Plan. The Plan can include Fire Safety rather than having a separate Fire Safety Plan. See the Specifications for details. Progress Reports: Shall be submitted electronically every week to the COR and address, at a minimum, the status of deliverables, project schedule, price and technical performance as they relate to the planned and actual work performed during the past week, work planned for the following two weeks and address any open critical issues. Progress Meetings: Will be held weekly or bi-weekly depending on project status, and 30 minutes to 1 hour in length. The Contractor is responsible for scheduling the meetings, providing the agenda, and documenting minutes. The frequency and duration may change depending on the work activities occurring. Permits: The building is on federally owned property. If any permitting or outside approval is required for delivery and installation of the roof top equipment, like use of a helicopter, the contractor is responsible for obtaining approvals. Operations and Maintenance Manuals (O&M): The Contractor shall provide complete sets of O&M manuals in accordance with the Specifications. Operations and Maintenance Training: The Contractor shall provide on-site O&M training in accordance with the Specifications. O. Warranty Plan: Contractor shall provide a Warranty Management Plan at least thirty (30) days before the planned pre-warranty conference in accordance with the Specifications. 2.4 ACCEPTANCE For the purposes of Warranty and payment for the work performed at a location, government Acceptance will be provided by the VA upon the completion of all the following: The Contractor has demonstrated/verified that the implemented equipment and measures function as intended at commissioning. All punch list items identified during the commissioning have been resolved. The Contractor has provided O&M manuals. The Contractor has provided Record drawings to include a CD with all as-built CAD files, one full set, one half set. 2.5 CONFIDENTIALITY AND NONDISCLOSURE The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which has been generated by the contractor in the performance of this Order are the exclusive property of the U.S. Government and shall be submitted to the COR at the conclusion of the contract. The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request for information relating to this contract presented to the contractor shall be submitted to the CO for response. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. To the extent that the work under this contract requires that the contractor be given access to proprietary business, technical or financial information belonging to the Government or other companies, the contractor shall treat such information as proprietary business sensitive and agrees not to appropriate such information to its own use or to disclose such information to third parties unless specifically authorized by the CO in writing. A mutually agreed to agreement for exchange of sensitive information or nondisclosure agreement may be required. 3. BID ITEMS Base bid by Division without alternates.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4df07264f11b4d4588e94d0b8aeda73b/view)
 
Place of Performance
Address: Great Lakes CMOP, Bldg 37 5th Ave & Roosevelt Road, Hines, IL 60141, USA
Zip Code: 60141
Country: USA
 
Record
SN07563017-F 20250824/250822230042 (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!  © 1994-2024, Loren Data Corp.