Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
DOCUMENT

Y -- Project # 596A4-CSI-102 Design-Build to Renovate Areas (Site Prep) for High Tech/ High Cost Equipment. - Attachment

Notice Date
7/11/2018
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;2250 Leestown Road;Lexington, KY 40511
 
ZIP Code
40511
 
Solicitation Number
36C24918R0402
 
Response Due
7/26/2018
 
Archive Date
11/2/2018
 
Point of Contact
Matthew R. Whisman
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Pre-Solicitation Notice The Department of Veterans Affairs (VA), Lexington VA Medical Center in Lexington, KY is issuing a Pre-Solicitation Notice for the Two-Phase Design-Build Solicitation Number 36C24918R0402 to Renovate Areas (Site Prep) for High Tech/High Cost Equipment. The Offeror must be a General Construction company with an approved NAICS Code 236220, Size Standard $36.5. In accordance with P.L. 109-461, this acquisition is 100% set-aside for Service Disabled Veteran-Owned Small Business (SDVOSB) concerns. In order to be eligible to receive an award under this solicitation, the SDVOSB contractor must be listed and viewable in the Vetbiz Registry located at www.vip.vetbiz.gov. The VetBiz listing will be checked both at the time of offer submission, as well as prior to award. Offerors are advised that the fast-track re verification program ended September 30, 2012. Consequently, Offerors in "reverification" status will not be eligible to submit offers for this project. In accordance with FAR 52.204-7, System For Award Management (SAM), all prospective offerors must have an active SAM's registration at the time of offer submission. The Contractor shall provide all labor, materials, tools, equipment, transportation, supervision, coordination, and services necessary to Renovate Areas (Site Prep) for High Tech/High Cost (HC/HT) Equipment. This project requires a contractor to design and renovate a total of six (6) different rooms for site preparation for the installation of the new equipment within the footprint of the space. The contractor shall provide all technical design and construction services, supervision, labor, materials, tools, and equipment necessary for a complete engineering and construction project for this requirement. This work shall include, but is not limited to, architectural, MEP, fire protection, nurse call, patient lift, general carpentry, radiation exposure standards, infection control, asbestos, and structural components to six (6) existing individual rooms containing various pieces of radiology equipment. This project will require developing design documents based on provided schematic drawings to include all architectural, mechanical, electrical and plumbing drawings to complete required work. The magnitude of construction cost for this project is between $1,000,000 and $2,000,000 with a completion period of 180 calendar days after receipt of notice to proceed. The applicable North American Industry Classification System (NAICS) is 236220 and the small business size standard is $36.5 Million. A Project Labor Agreement (PLA) will not apply to this project. NOTICE TO PRIME (GENERAL) CONTRACTORS: The offeror must be registered in the System for Acquisition Management database at https://www.sam.gov prior to award. SOLICITATION and AMENDMENTS: Prospective Offerors must obtain copies of solicitation documents from FedBizOpps, which will be available on or about July 27, 2018. By registering at FedBizOpps (http://www.fedbizopps.gov) the Offerors will have access to downloading plans, specifications and amendments, which will be available only in Adobe PDF electronic format. The Offerors must be registered in CCR and have a DUNS Number to download documents. By registering for the Register to Receive Notification list at http://www.fedbizopps.gov, you will be notified by e-Mail of any new amendments that have been issued and posted. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. There will be no public bid opening. All Offerors must ensure that their firms have the ability to provide both 100% Performance and Payment Bonds. In addition, the Offerors will be required to submit a bid guarantee with their proposal. The proposals will be evaluated and award made utilizing the Best Value, Trade -Off method per FAR Part 15. Offerors are advised award may be made without discussion. If you have any questions, please contact Matthew Whisman at Matthew.Whisman@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918R0402/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24918R0402 36C24918R0402.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4474374&FileName=36C24918R0402-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4474374&FileName=36C24918R0402-000.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: Lexington VA Medical Center;1101 Veterans Drive;Lexington, KY
Zip Code: 40502
 
Record
SN04986722-W 20180713/180711230917-39e93fcac3e1eeeb8105343316e637c0 (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  © 1994-2020, Loren Data Corp.