Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2025 SAM #8767
SOLICITATION NOTICE

C -- AE Upgrade Fire Alarm Systems 538-26-200 - VAMC CHILLICOTHE

Notice Date
11/25/2025 1:03:53 PM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25026R0028
 
Response Due
12/9/2025 7:00:00 AM
 
Archive Date
02/07/2026
 
Point of Contact
Matthew Curtis, Contract Specialist, Phone: 937-268-6511 x4639
 
E-Mail Address
matthew.curtis1@va.gov
(matthew.curtis1@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
Updated as of: 11/25/2025 11:56 AM Solicitation: 36C25026R0028 Project: 538-26-200 AE Upgrade Fire Alarm Systems - Dayton VAMC Request for Information (RFI) Tracker with VA Responses KEY: Submitted RFI = Black VA RFI Response = Blue Regarding the subject solicitation, can you please confirm the estimated cost of construction is $500,000-$1,000,000 Confirmed. The estimated construction cost range is $500,000 to $1,000,000. Per the Presolicitation Notice on page 4, ""Proposed team member experience shall be relevant within the last three (5) years."" Please clarify which amount is correct- three years or five years? The correct timeframe is� five (5) years. Page 4 of the Presolicitation Notice states that an ""Organizational Chart shall be located in Section D- Organizational Chart"", while page 7 states that ""An organizational chart of the prime firm (excluding consultants)"" should be provided with Section H. Please clarify if two (2) organizational charts should be provided, and please clarify what information each chart should contain. Only one organizational chart is required. It shall be included in� Section D Organizational Chart, and should reflect the structure of the� prime firm, excluding consultants, as stated on page 7. Please confirm that Part II forms should be included for all consultants in addition to the Prime. Confirmed. SF 330 Part II forms must be submitted for the� prime firm and all proposed consultants. Which Contracting Office address is the correct one to list? The Presolicitation Notice on page 1 reads, ""Department of Veterans Affairs, Network Contracting Office 10, 3140 Governor s Place Blvd. Suite 210, Kettering, OH 45409-1337 "". The SAM.gov Contracting Office Address lists, ""VISN 10 CONSOLIDATED CONTRACTING, 4100 WEST 3RD STREET, DAYTON, OH 45428."" Please use the following address as listed in the Presolicitation Notice: Department of Veterans Affairs Network Contracting Office 10 3140 Governor s Place Blvd., Suite 210 Kettering, OH 45409-1337 Per page 3 of the Presolicitation Notice, ""Personnel shall provide professional license jurisdiction of issue and license numbers and/or proof of licensure."" Is it enough to list the jurisdiction of issue and license numbers, or do we also have to provide proof of licensure? Listing the jurisdiction of issue and license numbers is sufficient; proof of licensure is not required. Per page 4 of the Presolicitation Notice, ""Federal Government CPARS may also be considered, in conjunction."" It is understood that attaching CPARS reports will not be counted toward our 35-page limit. What if we do not have CPARS reports to include for all of the projects? CPARS reports are not required for every project. If CPARS evaluations are not available, offerors may provide other relevant documentation or narrative descriptions to demonstrate past performance. The absence of CPARS will not disqualify a submission. Are we allowed to include a Cover Page, Cover Letter or Table of Contents? Would they be counted against the 35-page limit? Yes, offerors are permitted to include a Cover Page, Cover Letter, and Table of Contents as part of their submission. Please note that� each of these elements will count toward the 35-page limitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9a8f2fa9007b451599afc3d91696c141/view)
 
Place of Performance
Address: Chillicothe VA Medical Center 17273 State Route 104, Chillicothe, OH 45601, USA
Zip Code: 45601
Country: USA
 
Record
SN07651376-F 20251127/251125230038 (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.