DOCUMENT
Z -- Automatic Door Opener Installation _ Project 618-12-108 100% SDVOSB Set Aside, Design-Build Construction Minneapolis VA Health Care System - Attachment
- Notice Date
- 3/2/2012
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;VA Midwest Health Care System;Attention: Michael Reed;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
- ZIP Code
- 55415
- Solicitation Number
- VA26312R0321
- Response Due
- 4/19/2012
- Archive Date
- 6/3/2012
- Point of Contact
- Michael Reed
- E-Mail Address
-
4-2149<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Department of Veteran Affairs Network 23 Contracting Office (NCO 23), 708 South Third Street, Suite 200E, Minneapolis, MN 55415, on behalf of the Minneapolis VA Health Care System, One Veterans Drive, Minneapolis, MN 55417 anticipates soliciting proposals from certified Service Disabled Veteran Owned Small Businesses (SDVOSB). The planned solicitation is expected to result in award of a contract for a design build project. The planned project is to design and install automatic door openers. The door openers are to be installed at an estimated 7 - 10 double door entry points to various spaces within the main hospital building (primarily the interior entrances to hospital wards). The exact number of installations is not yet available but will be included in any subsequent solicitation, along with all relevant technical details, including specifications for pressure switch locations, motion sensors and other details. Interested parties shall note that a site walk is tentatively scheduled for Friday, March 23, beginning at 9:00 a.m. in Facilities Engineering (BR-145, located in the basement of the main hospital building). Any solicitation issued will be conducted in accordance with Federal Acuiqisition Regulation (FAR) Part 15 - Contracting by Negotiation and Part 36 - Construction and A-E Contracting, as well as other applicable regulations. Offers will be evaluated on a best value basis, in which technical and past performance factors are more important than price. If an award is made, the selected Contractor shall design the opener installation, completely prepare the site for building operations, including demolition and removal of existing ceilings and mechanical and electrical devices as required, and furnish labor and materials to complete the work in accordance with the project statement of work, drawings and specifications. The planned period of performance is 112 days from notice to proceed (NTP) to design. Magnitude of Construction is estimated between $25,000 and $100,000. NAICS code is 236220. Solicitation documents, including specifications and drawings, are planned to be issued on or about March 19, 2012. A site visit is tentativelyly scheduled for March 23, 2012. These dates are not firm and may change due to unforeseen events. Proposals will be due on or after April 19, 2012 (exact date will be announced in the solicitation and will be no less than 30 days after an actual solicitation is issued). Offerors are advised to closely watch www.fbo.gov for all communications related to this planned solicitation. This notice is for informational purposes only and is not a request for proposals. The Government is not obligated to issue a solicitation as a result of this notice. No other information is available until issuance of the solicitation. No proposers list is maintained. All interested vendors are encouraged to register on this website. Prospective contractors shall note that this solicitation is planned as a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. Offerors must be verified as an SDVOSB in the Department of Veterans Affairs VetBiz system in order to be eligible for award (www.vetbiz.gov). Offerors must be registered in the Central Contractors Registration (CCR) database in order to be eligible for award. CCR registration must be current and active (www.bpn.gov/ccr). Online Representations and Certifications (ORCA) also apply to this solicitation (www.orca.bpn.gov). Contractors shall submit all questions as well as any noted solicitation ambiguities in writing, via email, to Contracting Officer Michael Reed, at: michael.reed1@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26312R0321/listing.html)
- Document(s)
- Attachment
- File Name: VA263-12-R-0321 VA263-12-R-0321.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=302879&FileName=VA263-12-R-0321-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=302879&FileName=VA263-12-R-0321-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA263-12-R-0321 VA263-12-R-0321.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=302879&FileName=VA263-12-R-0321-000.doc)
- Place of Performance
- Address: Minneapolis VA Health Care System;Main Hospital Building 70;One Veterans Drive;Minneapolis Minnesota
- Zip Code: 55417
- Zip Code: 55417
- Record
- SN02688363-W 20120304/120302235321-09bb3da65ae5752b7d4abc7d600a21bf (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 |