Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2010 FBO #3288
SOLICITATION NOTICE

Y -- Brick Replacement & Tuck Pointing Phase 2

Notice Date
11/23/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Contracting Officer;Sheridan VAMC;1898 Fort Road;BLDG 4 RM 122;Sheridan, WY 82801
 
ZIP Code
82801
 
Solicitation Number
VA25911RP0009
 
Response Due
1/7/2011
 
Archive Date
3/8/2011
 
Point of Contact
Jason Brown
 
E-Mail Address
5-3680<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VA-259-11-RP-0009 PROJECT # 666-11-103 BRICK REPLACEMENT & TUCK POINTING PHASE 2 PROJECT FBO PRESOLICITATION DESCRIPTION The VA Medical Center Sheridan Wyoming, located at 1898 Fort Road, Sheridan, Wyoming is soliciting proposals for "Brick Replacement & Tuck Pointing Phase 2" Project #666-11-103. The Department of Veterans Affairs (VA), Veterans Integrated Service Network 19 (VISN 19), is soliciting bids under Solicitation Number VA-259-11-RP-0009 for the following: Construction services are required at the VA Medical Center in Sheridan Wyoming, located at 1898 Fort Road, Sheridan, Wyoming 82801 to perform the second phase of brick repointing and replacement with further exterior stabilization and gutter replacement. The areas affected in this phase are buildings 4 and 5, and the eastern side of the connecting tramway to bldgs 4, 5 and 6 on the Sheridan VAMC campus. The Contractor will follow AE provided plans and specifications of identified problem areas in the masonry structures of Buildings 4 and 5 that are needing brick repointing, reconditioning and cleaning. Also, following established EPA guidelines and procedures the Contractor will perform lead abatement on identified wood structures, and repair and/or replace wood porches and decks. The Contractor will also repaint repaired wood surfaces. The Contractor will install a new gutter system on buildings 4 and 5 to replace the existing system. Finally, on building 5, the Contractor will remove and replace lower level windows identified on the AE plans. Many of the buildings in this project are on the state historical registry and require specific repair and repointing procedures that meet historic preservation guidelines. The masonry contractor must be familiar with historic lime mortar formulations, curing conditions and performance characteristics. The Masonry Contractor must also qualify with a minimum of five years experience in construction and supervision of masonry work. All loose mortar shall be removed using hand tools. Grinding tools will not be permitted. The Government has received and will provide the correct historic mortar formulation used in constructing the historic buildings of the project. This is an ongoing phased project to upgrade and repair the existing buildings that make up the Sheridan VAMC. Contractors should consider design elements that will be incorporated and continued on future project phases. CONTRACT DURATION: Performance period is approximately 365 calendar days from date of receipt of Notice to Proceed. The estimated construction range is between $500,000 and $1,000,000. METHOD OF AWARD: THE GOVERNMENT CONTEMPLATES AWARD OF A FIRM FIXED-PRICE CONSTRUCTION CONTRACT SOLICITED AS A SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET ASIDE. Award will be made on a competitive basis under Federal Acquisitions Regulations (FAR) 15 to a responsible business responding to this solicitation. In accordance with P.L. 109-461, Veterans First Contracting Program, this acquisition is set aside for Service Disabled Veteran Owned Small Business concerns. NAICS Code 236220 is applicable to this acquisition with a Business Size Standard of $33.5 million. Solicitation documents will be available electronically on or about December 8, 2010 at the FedBizOpps website at http://www.fedbizopps.gov. NO HARD COPIES OF THIS SOLICITATION WILL BE ISSUED. A site visit and pre-proposal conference is scheduled for Dec. 21, 9:30 a.m. (Mountain Time), in BLDG 5 Rm 219 at the Sheridan VAMC, 1898 Fort Road, Sheridan, Wyoming 82801. Prospective bidders are encouraged to attend this site visit to familiarize themselves with the project site and conditions which may affect their cost proposal. This will be the only site visit allowed; alternate site visit requests will not be accommodated. Upon review of the solicitation documents, prospective bidders are encouraged to provide questions and comments, in writing, in regards to the solicitation documents prior to the scheduled site visit. Solicitation number VA-259-11-RP-0009 has been assigned and should be referenced on all correspondence regarding this announcement and solicitation. Interested firms are reminded that in accordance with FAR Part 4.11, prospective contractors are required to have an active registration in the Central Contractor Registration (CCR) and FAR Part 4.12, prospective contractors must complete electronic on line annual representations and certifications (ORCA) databases prior to award of a contract. Both can be accessed at the Business Partner Network (BPN) website at http://www.bpn.gov/. Additionally, prospective contractors must also be registered AND VERIFIED as a Service Disabled Veteran Owned Small Business at http://www.vetbiz.gov/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC666/ShVAMC666/VA25911RP0009/listing.html)
 
Place of Performance
Address: 1898 Fort Road;Sheridan, WY 82801
Zip Code: 82801
 
Record
SN02332344-W 20101125/101123234036-5759a7b1f4c9252771e98a79864a51a0 (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.