Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2009 FBO #2918
SOLICITATION NOTICE

Y -- RECOVERY Y--Upgrade A-Wing Elevators

Notice Date
11/18/2009
 
Notice Type
Presolicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;201 Hay Street, Suite 304;Fayetteville NC 28301
 
ZIP Code
28301
 
Solicitation Number
VA-246-10-RP-0026
 
Response Due
1/6/2010
 
Archive Date
2/5/2010
 
Point of Contact
Patricia K. Easter
 
E-Mail Address
Business
(patricia.easter@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RECOVERY ACT - The VISN6 Centralized Acquisition Services, Fayetteville, NC plans to issue a Request for Proposal (RFP) VA-246-10-RP-0026, and is seeking the services of qualified Service Disabled Veteran Owned Small Businesses with proven experience in elevator upgrades to complete the project for Upgrade A-Wing Elevators. The work includes but is not limited to providing all labor, materials, transportation, equipment and supervision for this project. The proposed procurement is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOB). The NAICS Code is 238290 and the small business size standard is $14,000,000. The project is located at the VA Medical Center, 2300 Ramsey Street, Fayetteville, NC. The solicitation will be available on or about 01 December 2009, and a Pre-Proposal Conference/Site Visit is scheduled for on or about 16 December 2009. The deadline for receipt of questions is ten (10) days prior to the proposal due date. Proposals will be due on or about 06 January 2010. The estimated price range is between $500,000 and $1,000,000. All dates in this notice are estimates; the actual dates will be stated in the solicitation. Construction duration is 280 calendar days from receipt of the Notice to Proceed. This includes final inspection and clean-up. The work includes replacing the duplex elevators of A-Wing in Building 1. This modernization is undertaken to improve performance, meet current elevator codes and bring the elevators to "like new" condition. Elevators serve 5 floors (Basement through 4th). The elevator machine room is on the 5th floor (attic/mechanical penthouse level). There is an elevator pit below the basement level. Work on the pair of elevators will be done simultaneously; there are no phases. The owner will make arrangements to redirect traffic to other elevators during the construction period. The basic structural components of the elevator cars and guiderails will remain in service, though all the finishes, controls, lighting, mechanical systems and other features of the cars will be new. All other elements of the traction elevator system will be new. The project includes removal of the old elevator equipment. Replace the Drive Machines complete with new Machine Worms and Gears, Brakes, Emergency Brakes (rope gripper), Drive Motors, Deflector Sheaves, Suspension Ropes, Motion/Motor/Operation Controllers with VVVF Drive, Governors, Governor Tension Sheaves and Governor Ropes, Car Mechanical Safeties, Car and Counterweight Roller Guides, Car Door Operators, Car Door Electronic Curtains, Car and Hoist-way Door Hangers, Hanger Rollers, Closers, Interlocks and related Door Hardware, Car and Hoist-way Limit Switches, Emergency Speed Limiting Devices, Machine Room and Hoist-way Wiring, Traveling Cables, Top of Car Inspection Stations and Hoist-way Access Switches. This is a competitive negotiated procurement. Award will be based on the Best Value source process. Qualified firms interested in submitting a proposal must request drawings in writing to patricia.easter@va.gov. Telephone requests will not be accepted. All qualified responsible sources may submit a proposal which shall be considered by the agency. Qualified firms will submit two proposals; one addressing technical capabilities to include proof from the surety of bonding capacity and evidence of past performance. The prime contractor must have been involved directly with the project, performing actual on-site work. The second proposal shall address pricing. The solicitation will be provided in an electronic format on or around the 01 December 2009. After issuance of the solicitation, contractors may view and/or download the solicitation and any amendments. Plans and specifications will not be available in paper format. Oral communications are not acceptable. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and any amendments. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). You must be registered with the Central Contractor Registration Database (CCR) as well as with the Veterans Business Opportunities Database, and the Online Representations and Certifications (ORCA) to receive a Government contract award. You may register with the CCR at www.ccr.gov; the Veterans Business Opportunities at www.vetbizops.gov and ORCA at https://orca.bpn.gov/. Point of Contact is Patricia K. Easter, phone (910) 482-5234; fax (910) 482-5226; email patricia.easter@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FaVAMC565/FaVAMC565/VA-246-10-RP-0026/listing.html)
 
Place of Performance
Address: VA Medical Center;2300 Ramsey Street;Building 1;Fayetteville, NC
Zip Code: 28301-3899
 
Record
SN02006006-W 20091120/091118234837-d8b49145a2643aa3e54dd4b7f538e3f6 (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.