Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

Z -- RECOVERY Z--Telephone Switch Room Upgrades Phase I

Notice Date
6/25/2009
 
Notice Type
Presolicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of Veterans Affairs, Minneapolis VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA-263-09-RA-0249
 
Response Due
7/29/2009
 
Archive Date
8/28/2009
 
Point of Contact
Michael L OwenContract Specialist<br />
 
E-Mail Address
Contracting Officer
(michael.owen@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
RECOVERY ACT RFP VA263-09-RA-0249 Z - CONSTRUCTION PROJECT - TELEPHONE SWITCH ROOM - FLOORING - PHASE I Description:This project will be the installation of flooring in the Telephone Switch Room at the VA Medical Center, Minneapolis, MN 55417 Location: IRM Switch Room, Room BH-111, Building 70, VAMC Minneapolis. See drawing #1. A.Base Bid: Furnish and install approximately 1200 SF of new Tate Access Flooring, or equal, raised flooring system in Room BH-111. 1.Contractor shall remove all demolished materials and construction debris off-site. 2.The new flooring shall be Tate Access Flooring CCN1250 system, or equal. 3.Panels shall have a 1/16" HPL finish. 4.Provide for 10" finished floor height. 5.Provide and install approximately 800 SF of new flooring panels and understructure. 6.Provide and install approximately 400 SF of new panels utilizing the existing understructure. 7.Provide new tread material (rubber) for existing step. 8.Include 60 trimmed cutouts and 26 untrimmed cutouts in base bid. 9.Include 10 additional spare panels for Owner. Turn over to VA Project Manager at close of project with final invoice. 10.Install complete system with all trim caps, fascia, etc. 11.Provide bonding/grounding of flooring system to building ground. One primary and one secondary ground shall be provided. Use a #4 size ground wire minimum for each ground. 12.Existing ramp shall remain in place. 13.The existing equipment in the switch room is to remain. It is the intent of this project to have the equipment remain in service during construction. Contractor shall provide for lifting, support and/or moving of existing equipment in switch room while flooring is installed. 14.Provide dust control during construction to keep switch equipment clean. Utilize HEPA filtration with negative air machines. B.Upon project completion, turn over 2 copies of the Operation and Maintenance manuals to the Project Manager. O & M manuals must contain: 1.Manufacturer's instructional booklets for floor maintenance, cleaning, and repair operations. 2.Parts drawings and parts numbered diagrams. C.Options: 1.Optional item #1: Provide a price per additional trimmed cutout. 2.Optional Item #2: Provide a price per additional untrimmed cutout. 3.Optional Item #3: Remove and replace approximately 20 SF of existing vinyl composite tile (VCT) at the room entrance with Armstrong "Excelon" VCT, number 51810, color "Washed linen". Project duration is 45 days after Notice to Proceed is issued. In accordance with the VA Acquisition Regulations the range for this project is between $25,000 and $100,000. Liquidated Damages: $200.00 per calendar day, including holidays and weekends. NAICS 238330 - $13M applies. This is a 100% Service Disabled Veteran Owned Small Business set-aside in accordance with PL 109-461. All responsible and interested offerors should submit a proposal in accordance with RFP VA263-09-RP-0249. The Government expects to have full solicitation documents on FedBizOpps (http://www.FBO.gov) on or about June 29, 2009. Offerors are to complete and submit their proposals not later than Wednesday, July 29, 2009 at 4:30 p.m. CT. POC: Michael Owen, Contracting Officer, E-mail: michael.owen@va.gov Facsimile or other electronic methods WILL NOT be acceptable for the purposes of submitting a proposal. If proposal is to be mailed or delivered by third party courier the address is: Department of Veterans Affairs, Minneapolis Contracting and Purchasing Office, 708 South Third Street, Suite 200E, Minneapolis, MN 55415 ATTN: M. Owen. If proposal is to be hand delivered the delivery address is the same as above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA-263-09-RA-0249/listing.html)
 
Place of Performance
Address: ONE VETERANS DRIVE;MINNEAPOLIS, MN<br />
Zip Code: 55417<br />
 
Record
SN01857634-W 20090627/090626000955-60fb1032afa6738130f9db2a1c4deb44 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.