Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2026 SAM #8888
SOLICITATION NOTICE

Z -- B105 Control Panel Replacement

Notice Date
3/26/2026 3:32:32 PM
 
Notice Type
Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26126R0005
 
Response Due
3/31/2026 12:00:00 PM
 
Archive Date
04/15/2026
 
Point of Contact
Edwin Rivera, Contract Specialist, Phone: Contracting Officer, Fax: Charee Harris
 
E-Mail Address
edwin.rivera@va.gov
(edwin.rivera@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Description
SOLICITATION DESCRIPTION: B105 HVAC CONTROL PANEL REPLACEMENT (UPDATED PER AMENDMENTS 0001, 0002, 0003, 0004, AND 0005) AMENDMENT 0005 NOTICE: Proposal Due Date Extension: The deadline for receipt of offers is extended to Tuesday, March 31, 2026, at 12:00 PM PST. Limitations on Subcontracting (LOS): Clarifies that this procurement is classified under NAICS 238210 as special trade construction. In strict accordance with VAAR 852.219-75, the SDVOSB prime contractor will not pay more than 75% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Bid Guarantee/Bond: Officially establishes the required bid guarantee at 20% of the proposed bid price. Payment Protection Requirements: Because the estimated magnitude of this construction contract falls below the $150,000 threshold, meaning traditional Miller Act performance and payment bonds are not strictly mandatory. The successful offeror must provide alternative payment protection (such as an Irrevocable Letter of Credit) in a penal amount equal to 100% of the original contract price. 1. GENERAL INFORMATION Solicitation Number: 36C26126R0005 Project Title: B105 HVAC Control Panel Replacement Location: VA Palo Alto Health Care System (VAPAHCS), 3801 Miranda Avenue, Palo Alto, CA 94304 Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside NAICS Code: 238210 � Electrical Contractors and Other Wiring Installation Contractors Small Business Size Standard: $19 Million Product Service Code: Z1DA � Maintenance of Hospitals and Infirmaries Magnitude of Construction: Between $100,000.00 and $250,000.00 Proposal Due Date: Tuesday, March 31, 2026, at 12:00 PM PST Limitations on Subcontracting (LOS): 75% (Special Trade Construction) Bid Guarantee Requirement: 20% of the proposed bid price Payment Protection Requirement: 100% alternative payment protection (e.g., Irrevocable Letter of Credit) in lieu of traditional Miller Act bonds 2. PROJECT SCOPE The Department of Veterans Affairs, Network Contracting Office (NCO) 21, is seeking a qualified contractor to provide all personnel, equipment, tools, materials, and supervision necessary to replace existing Johnson Controls (JCI) controllers with Siemens BACnet controllers in the Building 105 (B105) Simulation Center at the VAPAHCS Palo Alto campus. The scope of work includes, but is not limited to: Demolition: Decommissioning existing JCI PCG Controllers and Expanders for Heating Hot Water (HHW) and Air Handling Unit (AHU) systems. Installation: Providing and installing new Siemens BACnet PXC.A controllers, expanders, and new air temperature sensors. Integration: Performing controls point-to-point checkout, verification, and full integration into the existing Siemens Campus Building Management System (BMS) Front End (Desigo CC). Period of Performance: Project completion is required within 180 calendar days after the Notice to Proceed (NTP). 6. IMPORTANT COMPLIANCE NOTES VetCert Verification: This is a 100% SDVOSB set-aside. Offerors must be certified in the SBA Veteran Small Business Certification (VetCert) database at the time of offer submission and prior to award. Bonding & Payment Protection: A 20% bid guarantee is required. Alternative payment protection (e.g., Irrevocable Letter of Credit) is required in lieu of traditional Miller Act performance and payment bonds. Buy American: The Buy American statute applies to construction materials used in this project. 7. ATTACHMENTS Standard Form 30 - Amendment 0005 (New) Standard Form 30 - Amendment 0004 Consolidated RFI Questions and Government Responses Specification 01 35 26 SAFETY REQUIREMENTS Standard Form 30 - Amendment 0003 Standard Form 30 - Amendment 0002 Standard Form 30 - Amendment 0001 Solicitation 36C26126R0005 Scope of Work (Revised) / Specifications JCI Control Submittal (Reference) Wage Determination CA20250018
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d5e68d73fae3452890d9afb4c4e16e1a/view)
 
Place of Performance
Address: Palo Alto, CA 94304, USA
Zip Code: 94304
Country: USA
 
Record
SN07758551-F 20260328/260326230049 (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.