Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2015 FBO #4911
DOCUMENT

Z -- FCA- Modernize Elevators P5 & P6 Building 26 - Attachment

Notice Date
5/4/2015
 
Notice Type
Attachment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25515R0681
 
Response Due
6/20/2015
 
Archive Date
9/18/2015
 
Point of Contact
Michael K. Moore
 
E-Mail Address
Michael.Moore99@va.gov
(Michael.Moore99@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Contractor shall completely prepare site for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work for FCA Modernize Elevators P5 & P6 Building 26. Work includes but not limited to removal of existing machines, controllers, hoist cables, generators, deflector sheaves, hoist way doors, governors, door operators, hall push buttons, hall lanterns and hall position indicators. Elevators shall retain existing machine beams, main and counterweight rails, counterweights, entrance frames, sills, hangar supports, strut angles, fascia plates, slings, platforms and cabs. Phasing needs to be coordinated with the COR as various shut-downs may be required to complete the job. The estimated performance period is 365 calendar days after Notice to Proceed (NTP) is issued. Location of the work is Robert J. Dole VA Medical Center, Wichita, Kansas. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, this construction project is a competitive total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project cost range is between: $500,000.00 to $1,000,000.00. The North American Industry Classification Code (NAICS) for this procurement is 238290 with a small business size standard $15.0 million. This completion period includes final inspection and clean-up. Award will be made utilizing the Lowest Price Technically Acceptable (LPTA) Source Selection Process based on proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with Federal Acquisition Regulation Part 15. The successful prime contractor must perform no less than 25 percent of the General Construction labor. Proposal submission instructions will be included in the solicitation package. Contractors are advised to read the instructions and to list and number the information IAW the Instructions. Otherwise, valuable information may not be included which could result in less than a favorable rating. The government plans to award without discussions, but reserves the right to hold discussions if necessary. The offeror is responsible to monitor and download any amendments from the Federal Business Opportunities (http://www.fedbizopps.gov) website, which may be issued to this solicitation. In accordance with FAR 52.204-7, Required Central Contractor Registration and in accordance with FAR 2.101, Veterans Affairs Acquisition Regulation (VAAR) 802.101, VetBiz Registration, prospective contractors must be registered in the System for Award Management (SAM) and in the VetBiz databases under the applicable NAICS. Firms may obtain SAM information at https://www.sam.gov and VetBiz information at http://vip.vetbiz.gov. The solicitation package and drawings should be available for download on or about May 20, 2015 and the proposal due date will be on or about June 20, 2015. An organized site visit will be scheduled and attendance is highly recommended for any responsible sources to submit an offer which shall be considered by Department of Veterans Affairs. Only one site visit will be scheduled. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to Michael.Moore99@va.gov and ensure that the subject line reads 'VA255-15-R-0618.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25515R0681/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-15-R-0681 VA255-15-R-0681.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2024519&FileName=VA255-15-R-0681-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2024519&FileName=VA255-15-R-0681-000.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: Robert J. Dole VA Medical Center;5500 East Kellogg Ave;Wichita, KS
Zip Code: 67218
 
Record
SN03718963-W 20150506/150504234643-4231e116dbc8c11e80c75b043495d53e (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.