Combat Development Systems Engineering and Technical Assistance (SETA) Support
Agency: U.S. Special Operations Command
Location: North Carolina
NAICS: 541690
| Agency | VISN 6: Mid-Atlantic Health Care Network |
|---|---|
| Deadline | 06/12/26 |
| Posted | 04/29/26 |
| Estimated Value | $1,500,000 - $4,000,000 (AI estimate) |
| Set Aside | SDVOSBC |
| NAICS | 236220 - Commercial and Institutional Building Construction |
| PSC | Z1NB - Maintenance Of Heating And Cooling Plants |
| Location | Durham, NC 27705 United States |
558-22-152 Durham VHAMC This project location of work includes building 7 (Boiler Plant), 9 (Chiller Plant), 24 (Temporary Boiler Plant), East parking lot/loading dock area, and West parking lot/access for project 558-22-152 Replace Boilers at Durham VA Health Care System, Durham, NC. Work will take place in and around an occupied healthcare facility in operation 24 hours a day. The parking lots on the east and west sides of buildings 7/9 are congested during deliveries and employee drop offs, therefore work will be phased to minimize disruption to medical center operations. Provide professional construction services as shown in the drawings and specifications
THIS SECTION IS FOR SOLICITATION PURPOSES ONLY.
- Award will be made to the responsible bidder whose bid is deemed responsive to the terms of this invitation for bid and is deemed most advantageous to the Government. - All Bid preparation cost will be the sole responsibility of the Offeror. The Government will not reimburse any interested party for their bid preparation expenses (costs) or any expenses (costs) associated with their Pre-Bid Site Visit attendance.
A public bid opening has been scheduled for Friday June 12 2026, at 2:00 PM ET, at the following location:
Building 27 Averill Avenue Hampton, VA 23667 *No virtual attendance to the opening will be available. C. SUBMISSION OF BIDS: - Electronic Bids Authorized IAW RFO FAR 14.209(c), The Contracting Officer has authorized Electronic Submission of Bids via email or paper submission. Note that should an Offeror elect to submit their Bid electronically, it will be the sole responsibility of the Offeror to ensure that the bid is received, in its entirety, no later than 9:00 AM ET the day of Bid Opening Date. Bids received electronically that conform to this requirement shall be deemed responsive and read aloud during the Bid Opening. Electronic bids received after the aforementioned date & time (9:00 AM EDT, day of to Bid Opening) shall be deemed nonresponsive. Any offeror who elects to submit their Bid Electronically, accepts this term without prejudice. The Contracting Officer may, after the date set for bid opening, request the apparently successful offeror to provide the complete, original signed bid. Offers shall be submitted via email to Alice Custis, Contract Specialist, at alice.custis@va.govno later than 9:00 AM ET on the established Bid Opening Date. - Multiple emails may be required to submit all attachments.REQUIRED SUBJECT LINE Format for Electronic submission (email) shall be as follows: BID Documents, 36C24626B0020, Offeror Name, Email 1 of XX The Email shall contain the list of attachments for each email submitted. - Electronic documents shall be submitted in .pdf, or .doc, and restricted to emails of less than 10MB as that is maximum single email size allowable. Communication containing documents in any other format may be blocked or stripped by the Government's server and may not be received by this office. Files in .zip format or file(s) exceeding 10MB may not be received by this office. - It is the contractor's responsibility to verify that all submissions are received. In accordance with RFO FAR 14.301, Bidders are responsible for submitting bids, and any modifications or withdrawals, so as to reach the Government office designated by the exact time specified for receipt of bids in the applicable instructions contained herein. Any bid, modification, or withdrawal of a bid received at the Government office designated in the IFB after the exact time specified for receipt of bids is "late" and will not be considered. Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the bid wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. D. SPECIFIC INSTRUCTIONS - To assure timely and equitable evaluation of bids, Offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet all requirements shall result in an offer being deemed non-responsive. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale for consideration.
General Information Cover page with Solicitation Number and Project Title
Company information to include SAM Unique Entry ID, Cage Code, Tax ID Number, Principal point of contact with addresses, phone number and email address.
Offer, Guarantee, and Certifications Complete the SF 1442, Blocks 14, 15, 16, 17, 19, 20A, 20B, 20C. An official having the authority to bind your company contractually must sign and date the SF 1442 Block 20A-C. One copy of the SF 1442 must bear an original, authorized signature. In doing so, the Offeror accedes to the contract terms and conditions as written in the IFB. All sections of the IFB, excluding Instructions to Offerors and Evaluation Procedures Sections, constitute the model contract. SF1442 Block 19 Acknowledgement of Amendments (as applicable) Interested Parties need to acknowledge all amendments that were posted to SAM.gov prior to Bid Closing. Complete the following Clauses and Provisions and certify when necessary. - 52.209-7 Information Regarding Responsibility Matters. - 52.209-12 Certification Regarding Tax Matters - 52.209-13Violation of Arms Control Treaties or Agreements-Certification - 52.225-11 Buy American-Construction Materials under Trade Agreements - 852.219-75 VA Notice of Limitations on Subcontracting [Paragraph (d) requires certification to be fully completed, signed and returned with the offeror's bid, quotation or proposal. Government must not evaluate or award otherwise.
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 this solicitation. Examples include 52.222-25, Affirmative Action Compliance, 52.204-26 Covered Telecommunications Equipment or Services-Representation, and 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. Contracting officers will rely on representations from offers based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
If the bid/offer exceeds $150,000, a bid guarantee is required in an amount not less than twenty (20) percent of the bid/offer price or $3M, whichever is less. Bidders shall use STANDARD FORM 24 (SF-24) for bid bonds if submitting bid bond for bid guarantee, IAW 52.228-1(b). Bidders are reminded that an acceptable Bid Guarantee MUST be received with the bid/offer before the bid opening. Failure to furnish the required bid guarantee in the proper form and amount, by the time set for opening of bids/offers, will require rejection of the bid/offer in all cases except those listed in Federal Acquisition Regulation (FAR) 28.101-4, and may be cause for rejection even then. For guidance, Bidders/Offerors are referred to FAR provision 52.228-1, BID GUARANTEE (SEP 1996) in the solicitation, FAR Part 28.101 Bid Guarantees, and FAR Part 28.2 Sureties and Other Security for Bonds. Corporate sureties offered for bonds must appear on the list contained in the Department of Treasury Circular 570, Department of the Treasury's Listing of Companies Holding Certificates of AuthorityIf the contract will exceed $30,000 but will not exceed $150,000, the bidder/offeror to whom award is made will be required to furnish a Payment Bond, Standard Form 25A, or alternative payment protection. If the contract will exceed $150,000, the bidder/offeror to whom award is made shall be required to furnish a Payment Bond, Standard Form 25A, and a Performance Bond, Standard Form 25. Copies of the Standard Forms 24, 25A, and 25 may be obtained by visiting https://www.gsa.gov/forms
| Contact name | Alice Custis |
|---|---|
| Contact email | alice.custis@va.gov |
| Contact phone | None |
Agency: U.S. Special Operations Command
Location: North Carolina
NAICS: 541690
Agency: North Carolina Department of Administration [NC]
Location: North Carolina
NAICS: Not Provided
Agency: State Construction Office [NC]
Location: North Carolina
NAICS: Not Provided
Agency: State Construction Office [NC]
Location: North Carolina
NAICS: Not Provided