The government contract opportunities enclosed with this email are provided to you by the Maryland APEX Accelerator. If you would like to add or delete search criteria to your custom profile you may contact the Office Coordinator at: Tel: (301) 405-6550 or Email: ptapadmn@umd.edu.



VETERANS AFFAIRS, DEPARTMENT OF, VETERANS AFFAIRS, DEPARTMENT OF, VETERANS BENEFITS ADMIN (36C10D), 1800 G STREET NW, WASHINGTON DC 20006


J -- J045--Project Name: HVAC Preventative Maintenance (318); Station Location: Winston Salem, North Carolina, VARO; Project Locations: Hiram Ward Federal Building and Wells Fargo Building SOL 36C10D25Q0104 POC Dirk Kelley, Dirk.Kelley@va.gov

This is a Pre-Solicitation Notice synopsizing an upcoming competitive solicitation that satisfies the requirements of Federal Acquisition Regulation (FAR) Subpart 5.2, more specifically FAR 5.204, FAR 5.201, FAR 5.207, and FAR 5.203, as well as FAR 5.101. A Request for Quotation (RFQ) solicitation will be posted on or about Monday, June 2, 2025. Quotation submissions will tentatively be due on or about Wednesday, June 18, 2025.

The Winston Salem, North Carolina, Veterans Affairs Regional Office (VARO) in accordance with the Veterans Benefits Administration (VBA) has a requirement for a Firm-Fixed-Price Purchase Order to provide services, including all labor, materials, apparatus, tools, equipment, and supervision, identified as the HVAC Preventative Maintenance project. The scope of this project shall include nineteen (19) existing heating, ventilation, and air conditioning (HVAC) devices and respective systems, of which sixteen (16) are located at the Winston Salem Federal Building [251 North Main Street, Winston Salem, North Carolina 27155] and the remaining three (3) are located at the Wells Fargo Building [100 North Main Street, Winston Salem, North Carolina 27101]. Quarterly inspections for these indoor and outdoor units at each of the designated locations shall be conducted.

The North American Industry Classification System (NAICS) Code for this procurement is 561210 [Facilities Support Services] and the small business size standard is $47 million. The solicitation will be issued as an RFQ under FAR Part 13.

This project will be a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs).

Veterans Affairs Acquisition Regulation (VAAR) 852.219-73 requires that all SDVOSBs must be verified in the Small Business Administration (SBA) Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov. However, the VetCert database portal is now static and is no longer being updated as of August 2024. To be eligible as a verified SDVOSB, a vendor must be listed as SDVOSB certified in the SBA Dynamic Small Business Search (DSBS) database (under Government Certifications) found at https://dsbs.sba.gov/search/dsp_dsbs.cf. SDVOSBs must be verified at the time of quotation submission, at the time of award, and for the duration of performance of the resultant Purchase Order pursuant to VAAR 819.7006.

All businesses must be registered to confirm eligibility in the System for Award Management (SAM). Each entity must represent the status as an SDVOSB concern in SAM.gov. To register in the SAM database, visit https://www.sam.go. SDVOSBs shall also provide the current annual report and confirmation of filing for VETS-4212 at https://www.dol.gov/agencies/vets/programs/vets421.

All relevant solicitation documents, including the Statement of Work, may be accessed and downloaded on the solicitation issuance date by conducting a search for Solicitation Number 36C10D25Q0104 under Contract Opportunities at https://www.sam.go. Any Amendments to the RFQ solicitation will also only be posted through Contract Opportunities on SAM.

Any prospective offerors are solely responsible for all expenses associated with, responding to, and in preparation of quotation submissions.

Set-Aside: URL: https://sam.gov/opp/c4957b4c4480436c8c119ce0f0c7da25/view

OutreachSystems Article Number: 20250528/PROCURE/0112
Matching keyword(s): ti:build*;