Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2010 FBO #3289
SOLICITATION NOTICE

Y -- Power Wash, Tuck Point & Repair B-105 - Marion VAMC Project 610-11-104

Notice Date
11/24/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA25111IB0041
 
Response Due
12/8/2010
 
Archive Date
3/17/2011
 
Point of Contact
Aaron Lacy, Contracting Officer
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a pre-solicitation announcement for the Department of Veterans Affairs, Marion VA Medical Center located in Marion, Indiana. An Invitation for Bid will be issued on or about December 8, 2010 for construction project 610-11-104 "Power Wash, Tuck-Point, and Repair Building B-105 and Stone Structures" at the Marion VA Medical Center, 1700 East 38th Street, Marion, IN 46953. This announcement is a total set-aside for Service Disabled Veteran Owned Small Business. The VA is seeking a Contractor to provide all labor, supervision, materials, and equipment necessary to perform the following work: Scope of work to include: Removal and replacement of B-105 roof. Repair and/or replace all wood members on the exterior of building including primer and two coats of top grade paint. The scope also shall include the interior side of windows and door. Demolish and dispose of deteriorating materials on the interior of building. Rebuild floor and install vinyl composite tiles. Power wash, tuck point, and seal all of B-1 05, adjacent stone structures, and the stone structures at the main and West entrances. Also clean-out, refasten, prime and paint two-coats all gutters and downspouts. Site shall be prepped for the installation of new roofing material. New stainless steel flashing and water and ice shield shall be installed. 30 lb. felt paper, white aluminum drip edge, a new boot, two roof vents and "Mist Grey class-A" dimensional - stone coated steel shingles shall be installed. Scuppers, gutters and downspouts shall be securely refastened, cleaned out, sealed, primed and painted with two coats. Wood members need to be scraped, sanded, primed, caulked/glazed and painted with two coats of white semi-gloss latex top grade paint. Any damaged or rotted decking and rafters shall be replaced to match existing. All wood members shall be repaired and/or replaced to match existing. Interior of building needs to be demolished and properly disposed of. A new floor shall be framed, decked and finished with vinyl composite tiles. All Bedford stone on B-105, adjacent structures and structures at the main and West entrances need to be power washed, tuck pointed and sealed with a top grade sealer. Completion Time: 60-calender days after receipt of the Notice to Proceed. Prior to commencing work, the contractor receiving award shall provide proof that an OSHA certified "competent person" (CP) (29 CFR 1926.20(b) (2) with 30-hour OSHA certification will maintain a presence at the work site whenever the general or subcontractors are present. All employees of general contractor or subcontractors on site shall have the 10-hour OSHA certified Construction Safety course. This construction project is set-aside for Service-Disabled Veteran-Owned Small Business firms (SDVOSB). The North American Industry Classification Code (NAICS) for this procurement is 236220 and size standard $33.5 million applies. In accordance with VAAR 836.204, disclosure of the magnitude of this construction project is less than $25,000. The government intends to award a Firm Fixed Price Contract in Jan/Feb 2011. This notice is for informational purposes only and is not a request for submission of offers. No other information regarding scope, dates, etc is available until issuance of the solicitation. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the VA will provide no hard copies. The solicitation, consisting of various bid documents, specifications, forms, and drawings will only be available for download at no charge at the Federal Business Opportunities (FBO) System website (http://www.fbo.gov) on or about December 8, 2010 with a due date to be specified in the Solicitation. No other site shall be used to obtain these documents. Further details of all dates and events, including site visit and bid opening date, will be available in the solicitation. All interested bidders (prime contractors & subcontractors) should register at www.fedbizopps.gov so that others will know of your interest in participating in this procurement. A Bidder's List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Bidder's responsibility to register at the FedBizOpps website. Bidders are advised that they are responsible for obtaining ALL bid documents and acknowledging any amendments, and should re-visit the FBO website periodically to check for any modifications to this notice, updates, or amendments without further notice from the VA. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov, shall be registered in the Central Contractor Registration (CCR) database at http://www.ccr.gov, and will have completed the VETS100A report at http://www.dol.gov/vets/programs/fcp/main.html (if applicable). Prior to award the prospective contractor, otherwise eligible for award, must be registered and VERIFIED at http://www.vip.vetbiz.gov. The apparently successful bidder, unless currently listed as verified in the Vendor Information Pages at www.vetbiz.gov database shall have five business days to submit a verification application upon notification of being found the apparent successful bidder. Therefore, prospective SDVOSB contractors are urged to obtain verification at VetBiz.gov as soon as possible to prevent delays in receiving award. Address all questions in writing to the issuing office via email to aaron.lacy@va.gov or by fax to (317) 988-1809. No telephone inquiries will be accepted. No other information regarding scope, dates, etc is available until issuance of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25111IB0041/listing.html)
 
Place of Performance
Address: VA Northern Indiana Healthcare System;Marion VAMC;1700 East 38th Street;Marion, IN
Zip Code: 46953
 
Record
SN02333914-W 20101126/101124234449-625d9eb64ca49b698a15f7a2b867dca3 (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.