Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2013 FBO #4138
DOCUMENT

Y -- 630A4-10-416 Upgrade Elevators at St. Albans VA Community Living Center 179-00 Linden Blvd Jamaica, NY 11425 - Attachment

Notice Date
3/22/2013
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (10N3\NCO);James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24313R0827
 
Response Due
5/30/2013
 
Archive Date
9/6/2013
 
Point of Contact
Carlos.Molina2@va.gov
 
E-Mail Address
Contract Specialist
(carlos.molina2@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: VA243-13-R-0827 Notice Type: Sources Sought Synopsis: The Department of Veterans Affairs, Network Contracting Office 3, Bronx, NY is conducting market research/seeking sources from construction firms that are classified under one of the following small business programs: (1) Service-Disabled Veterans-Owned Small Business (SDVOSB), and/or (2) Veteran-Owned Small Business (VOSB) for the construction project Upgrade Elevators (Project 630A4-10-416) in Jamaica, NY 11425. The place of performance is the New York Harbor Health Care System, St. Albans Campus, 179-00 Linden Blvd, Jamaica, NY 11425. The estimated price range for this project is between $1,000,000.00 and $2,000,000.00. The firm must be a general construction firm with an approved NAICS Code 236220. The Small Business Size Standard of $33.5 million. Scope: 1.Contractor shall provide necessary construction phasing as required to implement the construction, with minimal impact to the medical facility (preferably after hours and/or weekends). 2.Only one elevator shall be out of service at a time. Previously worked on elevator must be completed prior to working on the next elevator. 3.Provide and install new controller and drive, selector, wire way duct, conductors, traveling cables, new hoist machine, hoist ropes, normal and final terminal stopping devices, car operating devices, limit switches, car leveling devices, emergency stop switches, hall position indicators, operating panels, position indicator, hall push buttons, hoist way doors, car doors, car door operator, top of car operating station, new elevator cab, new elevator car phone and pit switch, disconnect switches etc... for dietary Elevator S9, Passengers Elevators (P1-P3) in Building #89 and the Domiciliary elevator in Building #88 at St. Albans facility. 4.Install smoke detectors as per specification. 5.Barricades must be utilized at all times when elevator hoistway doors are held open and elevator shaft is accessible to the public. 6.There is a one year maintenance service incorporated into this project. Submit the cost for this elevator maintenance (detailed in contract specification) when submitting a proposal and include it as a line item in the schedule of values. 7.Proper construction and safety signage shall be utilized throughout the construction site, where applicable, during work. 8.All associated debris and waste must be properly disposed of immediately. Storage of construction debris and waste, on the facility, is prohibited unless otherwise authorized by the VA. 9.Contractor shall provide "As-Built" drawings, as per contract specification. 10.All construction must comply with the latest NFPA 101 Life Safety, NFPA 99 Health Care Facilities. 11.All work must fully comply with contract specifications. A bid bond as well as a payment and performance bond will be required. At this time, no solicitation exists, therefore, do not request a solicitation. Small bondable business contractors having the skills and capabilities necessary to perform the stated requirements are invited to provide information to contribute to this market survey/sources sought. Responses should include the following information: 1. Company Name, 2. Address, 3. Point of Contact, 4. Phone number and e-mail address, 5. Business size determination and qualifying Small Business status, 6. Certification of Small business Status, 7. Available Bonding Capacity, 8. Construction experience of similar projects in size and complexity. Interested small business contractors must have bonding capacity within the price range stated above. Please provide the following subject line in your response (Upgrade Elevators at St. Albans) no later than March 29, 2013 to the following email address Carlos.Molina2@va.gov. Small business concerns failing to respond to this ad will not be precluded from responding to the solicitation. Note: This is not a Request for Proposal and the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24313R0827/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-13-R-0827 VA243-13-R-0827_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=670330&FileName=VA243-13-R-0827-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=670330&FileName=VA243-13-R-0827-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03018696-W 20130324/130322234407-16bb713633d59ec5dba43019232ff334 (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.