DOCUMENT
Z -- 695-10-220 - Repair Collapsed Roof and Structural Supports (Construction) - NRM - 695 MILW - Attachment
- Notice Date
- 5/29/2012
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- VA69D12B0802
- Archive Date
- 8/27/2012
- Point of Contact
- Dean Regazzi
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- PRE-SOLICITATION NOTICE -695-10-220, Bldg.-2 REPAIR COLLAPSED ROOF and STRUCTURAL SUPPORTS (CONSTRUCTION), at the Clement J. Zablocki VAMC, Milwaukee, Wisconsin. Contractor shall provide all labor, tools, materials, equipment and supervision necessary to complete repairs of the existing hole in the Bldg 2 dining room roof caused by water damage and failed structural members. Work includes all phases of general construction, necessary removal, storage and reinstallation of equipment and furnishings required by the construction documents. All work shall be in accordance with the Secretary of the Interior's Standards for the Treatment of Historic Properties 36 CFR Part 68 ("Secretary's Treatment Standards"). Ensure that all historic work performed on its behalf will be accomplished by, or under the direct supervision of, a person or persons who meet(s) or exceed(s) the pertinent qualifications in the Secretary of the Interior's Professional Qualifications Standards (36 CFR Part 61 Appendix A) ("Secretary's Professional Qualifications Standards") in those areas in which the qualifications are applicable for the specific work performed. This project is confined solely to the B wing, which is in need of immediate stabilization. The primary emphasis will be the two areas of the roof structure that have collapsed and an adjacent area that has partially collapse. As a result of the collapses, portions of the masonry walls, particularly on the first floor, were damaged by the outward thrust of the falling roof trusses. The objective will be repair of existing damage and long term stabilization of the entire wing, in compliance with the Secretary of the Interior's Standards for the Treatment of Historic Buildings, specifically the Standards for Preservation. All work shall be accomplished within 420 calendar days after receipt of the Notice to Proceed at the VA Medical Center, Milwaukee, Wisconsin in accordance with the contract documents and specifications. All detailed requirements for the contract work areas will be shown on the drawings and specifications to be provided at the official posting of the solicitation. In accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, Pursuant to 38 USC 8127(d), competition is 100% Set-Aside for Service Disabled Veteran Owned Small Business firms. The SDVOSB must be CVE certified at website: http://www.vip.vetbiz.gov and registered in the following websites: http://ccr.gov and http://orca.bpn.gov to bid on this project. The solicitation will be issued on/about June 25, 2012 with the bid opening on/about July 25, 2012. Dissemination of this solicitation is limited to electronic medium. All interested Bidders (primes & subcontractors) should register at www.fedbizopps.gov so that others will know of your interest in participating in this procurement and for automatic receipt of updates or amendments. Amendments to the solicitation will be posted at www.fedbizopps.gov. By registering to "Receive Notification", you will be notified by e-mail of any new amendments that have been issued and posted. Bidders are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers. All requests for information are required to be in writing to the Contracting Officer at dean.regazzi@va.gov. No telephone inquiries will be accepted. Award is subject to the availability of funds. There will be a pre-bid conference held for this project and all prospective bidders are encouraged to attend. Details of the pre-bid conference will be included in the solicitation package. The project magnitude range is between $1,000,000 and $2,000,000. The North American Industry Classification Code (NAICS) for this procurement is 236220 (General Construction); small business size standard of $33.5 million applies. The contractor for this project will be required to provide a minimum of 15% of his/her own work force to complete this project. Davis Bacon Act wages will be required to be paid on this project.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D12B0802/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-12-B-0802 VA69D-12-B-0802.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=350818&FileName=VA69D-12-B-0802-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=350818&FileName=VA69D-12-B-0802-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-12-B-0802 VA69D-12-B-0802.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=350818&FileName=VA69D-12-B-0802-000.docx)
- Place of Performance
- Address: Clement J. Zablocki VAMC;5000 W. National Ave.;Milwaukee, WI
- Zip Code: 53295
- Zip Code: 53295
- Record
- SN02759808-W 20120531/120529234734-a9fb7b9d45f988a5b65e299e304df827 (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 |