Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2026 SAM #8832
SOLICITATION NOTICE

Z -- Pre-solictation Notice: Project No. 662-23-105 Renovate Sterile Processing for VAMC - San Francisco

Notice Date
1/29/2026 1:05:05 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36c26126R0019
 
Response Due
2/13/2026 2:00:00 PM
 
Archive Date
02/28/2026
 
Point of Contact
Daniel Jhun, Contracting Officer, Phone: 916-923-4507
 
E-Mail Address
daniel.jhun@va.gov
(daniel.jhun@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Description
Pre-solicitation No. 36C26126R0019 Project No. 662-23-105 Title: Renovate Sterile Processing Service in VAMC � San Francisco This Pre-solicitation No. 36C26126R0019 is in conjunction with sources sought notice number 36C26126R0019 posted in SAM.gov Contract Opportunity on 01/07/2026. All information in this pre-solicitation announcement is preliminary, as well as subject to modification, and is no way binding on the Government. Department of Veterans Affairs, Network Contracting Office (NCO 21) will be issuing a request for proposal to procure construction to renovate sterile processing service for San Francisco VA Medical Center. A request for proposal will be issued as a total SDVOSB set-aside on or about March 2, 2026. The applicable North American Industry Classification System (NAICS) code is 236220-Commercial and Institutional Building Construction, and the Small Business Size Standard is $45M. PSC code is Z2DA, Repair or Alteration of Hospital and Infirmaries Pursuant to VAAR 836.204(h)(1) � Disclosure of the magnitude of construction projects is between $10,000,000 and $20,000,000. Proposals will only be requested and accepted from Vendors that are verified and registered in the System for Award Management (SAM) and be verified in the Small Business Administration�s (SBA) SBA Search as a Service- Disabled Veteran Owned Small Business (SDVOSB). The SBA Search website link is https://search.certifications.sba.gov/. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See https://www.sam.gov/SAM/pages/public/index.jsf). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses shall have their ownership and control verified by the Department of Veterans Affairs (VA) and be listed in the Small Business Administration (SBA) Search (https://search.certifications.sba.gov/). Note: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. General Description of the work includes, but not limited to, the following: The VA San Francisco Medical Center is seeking a qualified General Contractor to construct Project 662-23-105, Renovate Sterile Processing Service. The general scope of this requirement is to construct via extensive renovation a sterile processing department that complies to current design criteria including HVAC and water processing. Execution will also require site prep and rental of a mobile processing trailer for the duration of the interior work. The exterior area of construction is located directly adjacent to Building 2 on the northwest face of the building. This location is primarily pedestrian access with minor deliveries. Work is primarily site, and utilities work for preparation of trailers. The adjacent building area is primarily engineering and administrative space and as such, no significant restrictions on hours of work will be encountered. The interior area of construction is located on 3rd floor of building Building 200; effectively the west side of the building on the top floor. This area is directly adjacent to the Operating Room Suite which will remain operational. As such, hours of work for any activities that generate even moderate levels of noise will be restricted to weekends, holidays, evenings, and nights (WHEN) hours. Noise, vibration, and dust control should be expected to be heavily managed with limitations strictly coordinated. The period of performance is approximately 670 calendar days after NTP.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/98a77b07406a4e10b3d9286ebee38ef3/view)
 
Place of Performance
Address: San Francisco, CA 94121, USA
Zip Code: 94121
Country: USA
 
Record
SN07700677-F 20260131/260129230038 (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.