Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2025 SAM #8684
SOLICITATION NOTICE

C -- AE Remodel Pharmacy - Cx - 610-25-102

Notice Date
9/3/2025 1:07:59 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25026R0005
 
Response Due
10/6/2025 7:00:00 AM
 
Archive Date
12/05/2025
 
Point of Contact
Tiffany Rausch, Contract Specialist
 
E-Mail Address
tiffany.rausch@va.gov
(tiffany.rausch@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
PURPOSE OF POSTING In accordance with (IAW) Federal Acquisition Regulation (FAR) 36.102-1, the VA Northern Indiana Health Care System, Marion Campus, is requesting SF 330s from AE firms wishing to be considered for a government contract for the upcoming project: AE REMODEL PHARMACY COMMISSIONING 610-25-102 The Commissioning firm shall provide professional services as a commissioning agent and consultant for project 610-25-102 Remodel Pharmacy for the design and construction of a combined inpatient/outpatient pharmacy. The Commissioning firm will be used as a consultant and a subject matter expert to support the Contracting Officer (CO) and Contracting Office Representative (COR) during the Design phase and the Construction phase of the Project. The Commissioning agent shall certify the design and construction to meet Federal Mandates and applicable code standards. The commissioning authority shall verify the performance of the components and systems, ensure design requirements are met, develop a commissioning plan, include commissioning and requirements in construction documents, verify installation and performance of commissioned systems (testing and system monitoring), review and verify operation/maintenance manuals and training, and a commissioning report. The work will take place at: VA Northern Indiana Health Care System, Marion Campus, 1700 E. 38th Street, Marion, IN 46953. North American Industry Classification System (NAICS) Code 541330 is applicable to this posting. This is a set aside to Service-Disabled Veteran Owned Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB s) in accordance with Public Law 109-46. Product Service Code (PSC) C1DA is applicable to this posting. APPRAISING FIRM S QUALIFICATIONS The qualification statements will be classified with respect to the following: Primary Evaluation Criteria: Professional qualifications necessary for satisfactory performance of required services. 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. Capacity to accomplish the work in the required time. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 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. Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. 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. SUBMITTAL INSTRUCTIONS All interested and capable contractors must submit an electronic copy of their SF330s, via email, by the closing time/date of this announcement. No hard/physical copies will be accepted. They must be submitted to the contract specialist at tiffany.rausch@va.gov. SELECTION OF FIRMS The evaluation board will review all the firm s classifications and evaluate them IAW VA Acquisition Manual (VAAM) M836.602-1. The evaluation board will recommend at least three (3) most highly qualified firms to the Selection Authority (VAAM M836.602-7101(a)). If approved by the Selection Authority, the evaluation board will move forward with IAW FAR 36.202-1(b)(2) & (3) and VAAM M836.7101(b). Please send your qualifications statements to the contact referenced on page one. We will accept an electronic version. A firm will not be considered if it s SF 330, Part I is not signed, unless the SF 330, Part I is accompanied with a signed cover letter or a current signed SF 330, Part II. At the time of submission of the SF330, the offeror must represent to the contracting officer that it is a (1) SDVOSB eligible under the VA Acquisition Regulation (VAAR) subpart 819.70 - Office of Acquisition and Logistics (OAL) (va.gov); (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to this acquisition; and (3) Certified SDVOSB listed in the SBA certification database at https://veterans.certify.sba.gov/ ** END SYNOPSIS **
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/97d82f24b51442fa8182d8ad9ee76750/view)
 
Place of Performance
Address: Department of Veterans Affairs Northern IN VA Healthcare System 1700 East 38th Street, Marion 46953
Zip Code: 46953
 
Record
SN07575965-F 20250905/250903230040 (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.