Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2025 SAM #8748
SOURCES SOUGHT

Y -- FY26: NRM (PROJ: 573-21-705) BB - Replace Deteriorated AHU 21, 22, 23 and 24 Gainesville FL

Notice Date
11/6/2025 11:49:12 AM
 
Notice Type
Sources Sought
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24826R0039
 
Response Due
11/14/2025 10:00:00 AM
 
Archive Date
03/14/2026
 
Point of Contact
Amber C Milton, Phone: 7272512899
 
E-Mail Address
Amber.Milton@va.gov
(Amber.Milton@va.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
See attached Sources Sought THIS IS NOT A SOLICITATION, THIS IS A SOURCES SOUGHT NOTICE ONLY, and is issued in accordance with Federal Acquisition Regulation (FAR) 10 Market Research. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This Sources Sought Notice is issued solely for information and planning purposes and does not constitute a solicitation or guarantee to issue a solicitation in the future. This Sources Sought Notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for the information requested, nor will it compensate any respondent for any cost incurred in developing the information provided to the Government. Not responding to this Sources Sought Notice does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available currently and is subject to future modification. Purpose and Objectives: The Malcolm Randall Veterans Affairs Medical Center (MRVAMC) located at 1601 SW Archer Road, Gainesville, Florida 32608 requires the Replace Deteriorated AHU 21, 22, 23, and 24. in accordance with drawings and specifications. Work includes general construction, alterations, labor, materials, equipment, and supervision necessary to complete architectural, structural, mechanical, electrical, fire protection, and necessary removal of existing structures and construction and certain other items. The objective of this project requires the renovation of approximately 6,800 SF on the four (4) Floor B section, Main Building. The work involves general construction, alterations, plumbing, mechanical and electrical work, utility systems, and certain other items as described in the specifications and drawings. Work includes but is not limited to, all labor, material, equipment, and supervision to replace the Heating, Ventilation, and Air Conditioning (HVAC) systems related to Air Handling Units (AHUs) 21, 22, 23 and 24. Replacement will include but is not limited to, AHUs, exhaust fans, ductwork, controls, heat exchangers, heat recovery units, chilled water supply and return piping, hot and cold water piping (branch lines), humidification devices, variable frequency drives, electrical systems, controls, and other related devices at the Malcom Randall VA Medical Center in Gainesville, FL. � VA Project Number 573-21-705. The Contractor shall, in accordance with the 100% Design, Narrative, Addendum, and Specifications, prepare the site for building operations, including demolition and removal of existing structures, furnish labor and materials, and complete all tasks as per the Statement of Work (SOW). All work shall be coordinated with the project CORs. A cost-loaded schedule shall be provided after the issuance of the notice to proceed (NTP) and before the commencement of work. The applicable NAICS Code is 236220 - Commercial and Institutional Building Construction. The Size Standard - $45.0 Million. The Product Service Code is Y1DA � Construction of Hospitals and Infirmaries. The Magnitude of Construction is, according to VAAR 836.204 (j), between $50,000,000.00 and $100,000,000.00. Qualifications: The contractor shall employ certified, licensed, technically qualified personnel to perform the work specified in the draft SOW (Attachment 1). The contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to or utilized by the contractor in the performance of work shall be fully capable of performing the requirements contained in the SOW in an efficient, reliable, and professional manner. The contractor/Subcontractor Superintendent, Project Manager, Supervisor, and QC shall be OSHA 30 Certified, and all employees OSHA 10 Certified (Valid certificate shall be provided to the Project COR prior to starting to work). The contractor shall designate a �competent person� in accordance with 29 CFR 1926. 32(f), which states, �One who is capable of identifying existing and predictable hazards in the surroundings or working conditions which are unsanitary, hazardous, or dangerous to employees and who has the authorization to take prompt corrective measures to eliminate them�. The contractor shall instruct each of their employees in the recognition and avoidance of unsafe conditions and the regulations applicable to this work environment to control or eliminate any hazards or other exposure to illness or injury. Responses: Please submit your response in accordance with the following instructions: Responses are due by 11/14/2025 at 1:00 PM EST. Responses shall be submitted via email to amber.milton@va.gov Subject line of the email shall be titled: Sources Sought Notice, 36C24826R0039, Project Number 573-21-705, Replace Deteriorated AHU 21,22,23, and 24 at the Malcom Randall VAMC, Gainesville FL, Firm Name Submit this document with any relevant attachments Contractor Point of Contact to include: Name: Title: Phone: Email: Company Information to include: Name: Address: SAM UEI or DUNS Number: Tax ID Number: Business Size: Business Size/Type: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), Hub Zone Small Business, Women Owned Small Business (WOSB), Small Disadvantaged Business (SDB), Small Business, or Large Business. All prospective Contractors are reminded that in accordance with FAR 4.11, they shall be registered in the System for Award Management (SAM) database and shall complete annual Representations and Certifications in SAM before any offer. SAM is located at http://www.sam.gov and consolidates the capabilities of CCR/FedReg, ORCA, and EPLS. There is no cost to use SAM. FOR SDVOSB/VOSB ONLY: Please note that if responding as an SDVOSB or VOSB, your company must be registered and certified in the VetCert database, which is available at: Veteran Small Business Certification (sba.gov) Please include a copy of your VetCert Certification with your response. Contractors Federal Supply Schedule Contract that carries the desired services. If you do not have a Federal Supply Schedule contract, you shall state �open market�: Provide the Schedule: Provide your GSA/FSS/SAC Contract Number: Provide the SIN(s) for reference laboratory testing: If any of the items are not on your GSA/FSS contract, you will mark which items are open market. Capability Statement: Provide a capability statement that addresses the organization�s qualifications and ability to perform as a prime contractor or subcontractor, specifically for the work described herein. The contractors shall demonstrate the ability to provide the required service, have previous experience relevant in scope and magnitude to the service needed. Respondents shall provide specific examples (e.g., contract number, point of contact information) of experience providing the service. The contractor must have been the Prime contractor on the project. Past Performance: The contractor shall provide completed Past Performance Surveys of three (3) recent (within the past 5 years) and relevant references as a Prime contractor. Relevant means similar in size, scope, magnitude of effort, and complexity to this requirement. The Contracting Officer may contact sources provided in the survey as necessary. The Government may place greater importance on projects that were performed at an active VA facility, depending upon overall role and relevancy considerations. Projects must be 100% complete to be considered relevant. Refer to attachment 2 � Past Performance Survey. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in the System for Award Management (SAM) database. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). **Please note that FAILURE TO SUBMIT ANY OF THE ITEMS REQUESTED MAY AFFECT THE GOVERNMENT�S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET.**
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c0f884998c51428b9b5f1a962c42dd09/view)
 
Place of Performance
Address: FL 32608, USA
Zip Code: 32608
Country: USA
 
Record
SN07637824-F 20251108/251106230045 (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.