Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2025 SAM #8642
SOLICITATION NOTICE

Z -- 542-24-108 | Install New CLC Accessible Route Phase 1 | NCO 4 Construction East

Notice Date
7/23/2025 12:24:49 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24425B0022
 
Response Due
8/6/2025 7:00:00 AM
 
Archive Date
09/05/2025
 
Point of Contact
Vanessa Chmielewski, Contract Specialist, Phone: 412-860-7204
 
E-Mail Address
vanessa.chmielewski@va.gov
(vanessa.chmielewski@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
Install New CLC Accessible Route Phase 1 The Coatesville Veterans Affairs Medical Center (CVAMC), 1400 Blackhorse Hill Road, Coatesville, PA intends to issue a solicitation for installation of a sidewalk from Building 138 CLC along the east side of New York Avenue up to Blackhorse Hill Road, terminating in an 8 ft. wide by 10 ft. deep landing at Blackhorse Hill Road. Work shall be performed after hours due to extensive traffic in this doorway. Any additional disruption to the facility shall be coordinated through the Contracting Officer s Representative (COR) and Contracting Officer. Suitable line voltage electric will be supplied by CVAMC personnel. Contractors are to be fully briefed on the importance of tool safety where applicable to patient care. Contractor shall provide all supervision, necessary labor, tools, equipment, permits, testing and reports in accordance with all federal, state and local codes and regulations and materials to perform the job. The work must adhere to the current Architectural Barriers Act Accessibility Standards (ABAAS) and VA Barrier Free Design Guide, as well as VA Specifications. Any construction damage incurred because of installation is the responsibility of the contractor. If at any time during the construction something is uncovered that poses a risk to safety or function in any facet of the CVAMC, the contractor shall cease production and notify the COR and shall not proceed until authorized in writing by the Contracting Officer. Scope of Work: This project is to include the installation of approximately 200 feet of reinforced >3000 psi concrete sidewalk six feet wide by 6 inches thick with >6 inches of mechanically tamped gravel base. The sidewalk shall not exceed a 1:20 pitch (5% grade) and shall have 6 ft. x 6 ft. clear flat landings at the proper ABAAS measured distances. Where a guardrail is indicated, extend the sidewalk 12 inches beyond the inside face of the handrail in compliance with ABAAS. Provide a maximum 2% cross slope where required to facilitate rainwater runoff. The sidewalk must not channel rainwater along its surface at any location. The sidewalk shall have soil retention curbs (hardscape) where necessary to prevent wash out. Provide four (4) American with Disabilities Act (ADA) crosswalk matts as required at roads and service drives. Pin with rebar when new sidewalks meet existing sidewalk. Install expansion and construction joints where required. The existing grade will require a cutting and filling as required to achieve an even pitch of the sidewalk route and of adjacent grass-area grades to gradually taper to existing from the edges of the new sidewalk to facilitate lawn maintenance. Grass-area grades are to match the grade of the sidewalk edges as closely as practical. Excavate, level, and finish-rake the surrounding grade. The construction perimeter is to be fenced in with 6-foot-high fence and locking gate. A 12 x40 space will be offered to the contractor for a construction trailer or dumpster at our laydown yard. Dumpsters must be secured to prevent entry. The contractor is to provide their own properly maintained Portable Potty. Contractor is to maintain a clean, orderly, and safe project perimeter to include dirt washouts, grass cutting, and orderly materials and equipment. The contractor shall provide underground utility investigation in consultation with all available VA documentation. The contractor will additionally utilize PA Call before you dig to assess any PECO and PA American Water lines along Blackhorse Hill Road. Contractors are to provide EPA approved concrete washout containers. All demolished concrete will be recycled, and receipts provided to the COR. The contractor shall wash off all vehicles to prevent the spread of mud. The contractor is responsible to identify all utilities underground with ground penetrating radar, keep a paper copy on the jobsite, and provide the digital mapping to the COR for the CVAMC database. The contractor shall repair all damages incurred in the vicinity of the construction site and have all grading to be hand raked, adding four inches of topsoil on the south side of Blackhorse Hill Road, grass-seeded and covered with straw-infused mesh and watered until project completion. This acquisition is being issued in accordance FAR Part 14 Sealed Bidding procedures. In accordance with FAR 36.204, the magnitude of this construction project is between $25,000 and $100,000. The Solicitation documents and drawings will be available for download from the website https://www.sam.gov on or about August 6, 2025. Potential bidders are responsible for monitoring this site for the release of the solicitation package and any other pertinent information. The Government will not provide paper copies of the solicitation. Bidders shall be responsible for downloading their own copy of the solicitation package, drawings, and subsequent amendments, if any. Telephone, written, facsimile, or e-mail requests for the solicitation will NOT be honored. It is essential that interested parties register on the bidders mailing list at https://www.sam.gov, ""Interested Vendor List"". Individual copies of the Bidder's Mailing List WILL NOT be prepared nor distributed by the Contracting Officer. The solicitation amendments issued to the IFB will be posted to the website and bidders are advised it is their responsibility to obtain and acknowledge all amendments. Paper copies of amendments will NOT be individually mailed. This solicitation is to be issued as a 100% Set-Aside Service-Disabled Veteran Owned Small Business (SDVOSB). The bidder shall be small business under relevant North American Industrial Classification Standard (NAICS) code and shall be registered and current in the following websites: www.sam.gov and SBA vetcert address, https://veterans.certify.sba.gov/. Bidders shall ensure registrations in these websites are not expired and are correct, current and valid. The NAICS code for this project is 236220 Commercial and Institutional Building Construction and the small business size standard $45 Million. The only pre-bid Site Visit will be posted in the solicitation. The exact date/time/location of the Site Visit will be specified in the solicitation. The solicitation documents will be posted at the SAM.gov website (http://www.sam.gov) on or about August 6, 2025. Note: All prospective bidders shall be registered and certified in SBA vetcert, https://veterans.certify.sba.gov/ as a Certified SDVOSB in order to be considered for award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d4eaa00850dd4937b897633e7d0814fc/view)
 
Place of Performance
Address: Coatesville VAMC 1400 Blackhorse Hill Road, Coatesville 19320
Zip Code: 19320
 
Record
SN07520771-F 20250725/250723230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.