Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 21, 2026 SAM #8881
SOLICITATION NOTICE

Y -- B3-Fourth Floor PACT Renovation Project # 659-26-800

Notice Date
3/19/2026 5:17:46 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24626R0031
 
Response Due
4/27/2026 7:00:00 AM
 
Archive Date
08/04/2026
 
Point of Contact
Sean Cosby (CO) Vangie Miller (BC), Contracting Team:, Phone: Vangie.Miller@va.gov
 
E-Mail Address
Sean.Cosby@va.gov
(Sean.Cosby@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
PRESOLICITATION NOTICE This notice is for Solicitation Number 36C24626R0031, Project Number 659-26-800 B-3 Fourth Floor PACT Renovation, at W.G. Hefner Medical Center, 1601 Brenner Ave., Salisbury, NC 28144. This shall be a Service-Disabled Veteran Owned Small Businesses (SDVOSB) Set-Aside. As a result, all SDVOSB s may submit a proposal, which will be considered by the agency. The North American Industry Classification System (NAICS) code for this action is 236220 with a size standard of $45.0 million. VAAR 836.204| Disclosure of the magnitude of construction project is between $ 5,000,000 and $10,000,000. Scope of Work: The scope of work shall generally consist of, but not limited to the following: Provide all labor, materials, tools and equipment, and design-build services necessary for the design and construction of a project described here: A. Sections A & C of the floor plan, approximately 2,890 SF, will require no wall demolition. These sections will receive a fresh coat of paint, a new ceiling grid, new ceiling tiles, and new LVT flooring. B. Sections D, E, & G of the floor plan, approximately 3,780 SF, will require light demolition of metal stud and gypsum walls. Sections D & G will remain open spaces after demo to be utilized as Teams Areas. They will receive a new ceiling grid, new ceiling tiles, and new carpet. Section E will be reframed with metal stud and gypsum walls for either Exam Rooms or Offices. This section will receive a new ceiling grid, new ceiling tiles, and either new carpet or LVT, depending on designed usage. C. Section F, approximately 1,000 SF, will require no wall demolition. This section will be reframed with metal stud and gypsum walls for either Exam Rooms or Offices. It will receive a new ceiling grid, new ceiling tiles, and either new carpet or LVT, depending on designed usage. D. Section B, approximately 12,465 SF, will require heavy demolition of CMU walls separating rooms. The corridor walls will remain and receive ΒΌ laminate drywall. This section will be reframed with metal stud and gypsum walls for either Exam Rooms or Offices. It will receive a new ceiling grid, new ceiling tiles, and new LVT. E. All sections will receive new Fan Coil Units with associated piping. F. All existing VCT flooring used asbestos containing material for mastic. This will need to be abated. All hydronic piping used asbestos insulation which will also need abated. G. As a general reference, the following trades can/should be utilized for the construction portion of the contract: Demolition/Asbestos abatement, plumbing, HVAC, electrical, low-voltage, fire protection, life safety, painting, carpentry, mill work, flooring, data, and physical security. Project Completion: The duration of the project is currently estimated at 360 calendar days from the issuance of a Notice to Proceed (NTP). This project will be procured as 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB In accordance with Public Law 109-461 and VAAR 819.7003 (b), offerors must be registered and certified in the SBA Certification database as a SDVOSB. Only offers from certified SDVOSBs in the SBA database at the time of offer shall be deemed eligible for award. The VA will issue a Request for Proposal (RFP) on or about 3/27/2026 via Contract Opportunities at https://sam.gov. A site visit will be scheduled, and the date/time/location will be provided with the D/B Phase II solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/70cfb3250f104932947cc2bf2d8e5e4b/view)
 
Place of Performance
Address: W.G. Hefner Medical Center Salisbury VA Medical Center 1600 Brenner Ave, Salisbury, NC 28144, USA
Zip Code: 28144
Country: USA
 
Record
SN07750789-F 20260321/260319230047 (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.