Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2011 FBO #3534
DOCUMENT

Y -- BLDG 17 Roof - Attachment

Notice Date
7/27/2011
 
Notice Type
Attachment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
CONTRACTING OFFICER;SHERIDAN VAMC;1898 FORT ROAD;BLDG 5 RM 225;SHERIDAN, WY 82801
 
ZIP Code
82801
 
Solicitation Number
VA25911RP0156
 
Response Due
9/15/2011
 
Archive Date
11/14/2011
 
Point of Contact
JASON BROWN
 
E-Mail Address
3680<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VA-259-11-RP-0156 PROJECT # 666-11-825 BLDG 17 ROOF PROJECT FBO PRESOLICITATION DESCRIPTION The VA Medical Center Sheridan Wyoming, located at 1898 Fort Road, Sheridan, Wyoming is soliciting proposals for "BLDG 17 Roof" Project #666-11-825. The Department of Veterans Affairs (VA), Veterans Integrated Service Network 19 (VISN 19), is soliciting bids under Solicitation Number VA-259-11-RP-0156 for the following: Construction services are required at the VA Medical Center in Sheridan Wyoming, located at 1898 Fort Road, Sheridan, Wyoming 82801 to remove, repair and replace the roofing of BLDG 17, a historic structure located on the Sheridan VAMC. Construction work shall include demolition of the existing slate shingles, removal of gutters and downspouts, removal of damaged or rotten eaves, fascia or other mouldings removed back to solid wood. A structural assessment of the trusses, dormers and eaves including the wood sheathing underneath and removal and replacement of damaged or rotten wood, exterior Inspection and stabilization of the existing brick chimneys. Installation of new roofing elements (sheathing, sealants, underlayment, shingles) using best industry practices. All new trim elements shall be primed and painted to match the existing undisturbed building, installation of new gutters and downspouts that will connect into the existing underground storm system and brick replacement and tuck pointing of the existing chimney stacks. Deductive alternates: Deductive alternates, if need be, will be subtracted from the base bid in the order listed below until the VA reaches a price that will meet the project budget. The base bid shall be for all items indicated in the drawings and specifications. Alternate 1: All items indicated in the statement of work, less the brick replacement and tuck pointing of the chimneys. Alternate 2: All Items indicated in the statement of work, less the brick replacement and tuck pointing of the chimneys, and the installation of new gutters and downspouts. The Contractor will repair and reinstall the existing gutters and downspouts if Alternate 2 is chosen. CONTRACT DURATION: Performance period is approximately 45 calendar days from date of receipt of Notice to Proceed. The estimated construction range is between $25,000 and $100,000. METHOD OF AWARD: THE GOVERNMENT CONTEMPLATES AWARD OF A FIRM FIXED-PRICE CONSTRUCTION CONTRACT SOLICITED AS A SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET ASIDE. Award will be made on a competitive basis under Federal Acquisitions Regulations (FAR) 15 to a responsible business responding to this solicitation. In accordance with P.L. 109-461, Veterans First Contracting Program, this acquisition is set aside for Service Disabled Veteran Owned Small Business concerns. NAICS Code 238160 is applicable to this acquisition with a Business Size Standard of $14.0 million. Solicitation documents will be available electronically on or about August 12, 2011, at the FedBizOpps website at http://www.fedbizopps.gov. NO HARD COPIES OF THIS SOLICITATION WILL BE ISSUED. A site visit and pre-proposal conference is scheduled at a time to be determined in BLDG 5 Rm 219 at the Sheridan VAMC, 1898 Fort Road, Sheridan, Wyoming 82801. Prospective bidders are encouraged to attend this site visit to familiarize themselves with the project site and conditions which may affect their cost proposal. This will be the only site visit allowed; alternate site visit requests will not be accommodated. Upon review of the solicitation documents, prospective bidders are encouraged to provide questions and comments, in writing, in regards to the solicitation documents prior to the scheduled site visit. Solicitation number VA-259-11-RP-0156 has been assigned and should be referenced on all correspondence regarding this announcement and solicitation. Interested firms are reminded that in accordance with FAR Part 4.11, prospective contractors are required to have an active registration in the Central Contractor Registration (CCR) and FAR Part 4.12, prospective contractors must complete electronic on line annual representations and certifications (ORCA) databases prior to award of a contract. Both can be accessed at the Business Partner Network (BPN) website at http://www.bpn.gov/. Additionally, prospective contractors must also be registered, visible AND VERIFIED as a Service Disabled Veteran Owned Small Business at http://www.vetbiz.gov/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC666/ShVAMC666/VA25911RP0156/listing.html)
 
Document(s)
Attachment
 
File Name: VA-259-11-RP-0156 VA-259-11-RP-0156.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=223823&FileName=VA-259-11-RP-0156-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=223823&FileName=VA-259-11-RP-0156-000.doc

 
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: 1898 FORT ROAD;SHERIDAN, WY
Zip Code: 82801
 
Record
SN02511610-W 20110729/110727234450-e6710fe5c0af34ed8107a451119b8599 (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.