Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 27, 2013 FBO #4355
DOCUMENT

Z -- UPGRADE ELEVATORS (PROJ. 581-11-101) - Attachment

Notice Date
10/25/2013
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24914B0070
 
Response Due
11/1/2013
 
Archive Date
11/16/2013
 
Point of Contact
Jason Kinchen
 
Small Business Set-Aside
N/A
 
Description
FedBizOpps Sources Sought Announcement Class Code: Z2DA - Repair or Alteration of Hospitals and Infirmaries NAICS Code: 236220 - Commercial and Institutional Building Construction Subject: Upgrade Elevators for Buildings1, 1S, 2, 4, and 12 at the Huntington VA Medical Center, Huntington, WV Project Number: 581-11-101 THIS IS A SOURCES SOUGHT ANNOUNCEMENT; A MARKET SURVEY FOR INFORMATION ONLY, TO BE USED FOR PRELIMINARY PLANNING PURPOSES. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. The Department of Veterans Affairs (VA) has been tasked to solicit for and award a Firm-Fixed Price contract to Upgrade Elevators for Buildings1, 1S, 2, 4, and 12 at the Huntington VA Medical Center, Huntington, WV. The VA is seeking qualified, experienced sources capable of performing the work described below. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include as ranked below in the order a subsequent contract will be awarded: Service-Disabled Veteran-Owned Small Business (SDVOSB) Veteran-Owned Small Business (VOSB) Small Business The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, VOSB, and SDVOSB businesses are highly encouraged to participate. Small businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. The proposed contract will be a competitive firm-fixed-price contract procured in accordance with FAR 14, Sealed Bidding. The type of set-aside decision(s) to be issued will depend upon the responses to this synopsis. Interested sources are requested to send its business classification size, qualifications, and a synopsis of comparable work as outlined below to: jason.kinchen@va.gov not later than 2:00 PM CST Friday, November 1, 2013. Prior Government contract work is not required for submitting a response under this sources sought synopsis. BACKGROUND The project will correct code deficiencies and through application of newer technology, provide more reliability with few outages. Energy efficiency will be improved, as well as compliance with disability standards will be met with this project. REQUIREMENT The Contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work as required by drawings and specifications for: Huntington, WV VAMC, Upgrade Elevators 6, 7, 8, 9, E4, E5, P1, P2, P3, S1, S2, W1, AND W2 VA Project 581-11-101 1.Replace existing elevator controls, hoist machines, hoist motors, door operating equipment and car and hall fixtures for elevators P1, P2, P3 and S1, S2 and freight elevator no. 8. Replace existing elevator controls, hydraulic pumping unit, hydraulic cylinder assembly, door operating equipment and car and hall fixtures for elevator no. 9. Replace interior lighting, car and hall pushbuttons and provide voice annunciation for elevators no. 6, no. 7, no. E4, no. E5, W1 and W2. 2.Provide required associated building work in support of elevator modernization associated with elevators no. P1, P2, P3, S1, S2, freight elevator no. 8 and service elevator no. 9. Anticipated building work is but not limited to: a. Upgrade machine room and pit lighting to achieve minimum Code requirements. b. GFCI electrical convenience outlets in machine room and pits. c. Car lighting disconnect switches. d. Modifications and connection of the elevators to the building fire alarm system for firefighter's operation and elevator recall. e. Modifications to the pit ladders. f. Connection of elevators P1, P2, P3 and S1, S2 to the building emergency power system. g. Painting of elevator machine room walls, ceilings and floors. h. Removal and infill of existing machine room exhaust fans and ventilation louvers. The North American Industry Classification System (NAICS) Code is 236220 - Commercial and Institutional Building Construction. The US Small Business Administration Size Standard is $33.5 Million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914B0070/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-14-B-0070 VA249-14-B-0070_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1063641&FileName=VA249-14-B-0070-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1063641&FileName=VA249-14-B-0070-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Huntington VA Medical Center;1540 Spring Valley Drive;Huntington, WV
Zip Code: 25704
 
Record
SN03222575-W 20131027/131025233950-cac8d15da93704b015c418ea3083ee04 (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.