SOLICITATION NOTICE
Y -- Patient Environmental Improvements - Building 410
- Notice Date
- 4/17/2008
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs, Dayton VAMC, Department of Veterans Affairs Medical Center, VISN 10 - Contracting;Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St. (NBC);Dayton OH 45428
- ZIP Code
- 45428
- Solicitation Number
- VA-250-08-IB-0214
- Response Due
- 6/3/2008
- Point of Contact
- Bob IveyContract Specialist
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- The VA Medical Center (VAMC), 4100 West Third Street, Dayton, OH 45428 has a requirement to make Patient Environmental Improvement Renovations in Building 410. VA-250-08-IB-0214 will be issued on or about May 2, 2008 with a closing date on or about June 3, 2008. THIS REQUIREMENT HAS BEEN SET ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS (SDVOSB). Notice of Set Aside for Service Disable Veteran Owned Small Business Concerns - (a) the proposed contract is 100 % set aside for award to service disabled veteran owned small business concerns. Offers or quotations from other than Service Disabled Veteran Owned Small Business concerns will not be considered and shall be rejected. (b) Definitions: As used in the provision: "Service Disabled Veteran Owned Small Business concern" - (1) Means a small business concern - (i) Not less than 51 percent of which is owned by one or more service disabled veteran or, in the case of any publicly owned business, not less than 51 percent of stock of which is owned by one or more service disabled veterans; and (ii) the management and daily business operation of which are controlled by one or more service disabled veterans or in the case of a veteran with permanent and severe disability, the spouse of permanent caregiver of such veteran. (2) Service disabled veteran means a veteran as defined in 38 U.S.C. 101 (2), with a disability that is service connected, as defined in 38 U.S.C. 101 (16). The Contractor shall provide, but not be limited to providing, all labor, materials, equipment, tools, supervision, permits and insurances to make Patient Environmental Improvement Renovations in Building 410, as identified in drawings and specification. Work includes demolition of existing ceiling including grid, acoustic tiles and light fixtures in main lobby area; demolition of flooring in existing vestibule, waiting room, reception area, select first floor corridors, all second floor corridors, office (150B) and supply closets; demolition of existing mail boxes in existing waiting room, wall coverings throughout the north and south corridors, waiting room and reception area, construction of new supply closet, office, reception desk, and ceiling grid; installation of new mini spit systems in the new office and waiting room areas and addition of three (3) new ceiling fans; new flooring in the new waiting room, reception area, supply closet, office and vestibule; and repairing and repainting of existing and new gypsum board ceiling and wall surfaces. Estimated cost range is between $100,000.00 and $250,000.00. Period of performance shall be 120 days. The North American Industrial Classification Code (NAICS) for this procurement is 236220 and the Small Business Standard is $31,000,000.00. Payment and Performance bonds will be required. The solicitation package, specs and drawings will be available on or about May 2, 2008, with a bid opening date on or about June 3, 2008. Written requests for packages must be on the firm's letterhead and include the mailing address (no P.O. Box's), a point of contact and phone number. Electronic or telephone requests for packages will not be accepted, nor will electronic bids. Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. All correspondence regarding the solicitation contents or general questions must be addressed in writing on the firm's letterhead, containing a point of contact (POC), the solicitation number, and phone and fax numbers and must be addressed to the Contracting Officer listed. Correspondence may be faxed to (937) 262-5974. No e-mail questions or requests for information will be responded to. A ONE TIME ONLY site visit will be scheduled and that information will be in the solicitation package. Offerors are encouraged to attend. Failure to attend this ONE TIME ONLY site visit shall not relieve the successful Contractor from compliance with all of the specifications, terms and conditions of resultant contract. All offerors must be registered in www.ccr.gov and www.VetBiz.gov to do business with the Government. Ensure your registration is correct, current and has not expired. The procurement is subject to the availability of funds. See numbered note 29.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2c121ba264ef83d240b6a2bd323d7a10&tab=core&_cview=1)
- Place of Performance
- Address: Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third Street;Dayton, Ohio
- Zip Code: 45428
- Zip Code: 45428
- Record
- SN01556699-W 20080419/080417221448-2c121ba264ef83d240b6a2bd323d7a10 (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 |