Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2013 FBO #4225
DOCUMENT

Y -- IL CONSTRUCTION FOR VETERANS RESIDENCE_IOWA CITY IA - Attachment

Notice Date
6/17/2013
 
Notice Type
Attachment
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
DEPARTMENT OF VETERANS AFFAIRS;DES MOINES VA REGIONAL OFFICE;VRE DIVISION;210 WALNUT STREET;DES MOINES IA 50309
 
ZIP Code
50309
 
Solicitation Number
VA33313I0032
 
Response Due
7/5/2013
 
Archive Date
9/3/2013
 
Point of Contact
REBECCA S. QUILHOT
 
E-Mail Address
rebecca.quilhot@va.gov
(rebecca.quilhot@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Announcement. There is no solicitation available at this time. The US Department of Veterans Affairs, Veterans Benefits Administration, Des Moines VA Regional Office, Vocational Rehabilitation and Employment Service (VRE), Des Moines, IA is conducting a search for sources to determine the availability and socio-economic status of companies that can perform the following work: The Contractor shall provide all labor, materials, equipment, supplies and supervision necessary to complete residential home modification consistent with the Independent Living needs of a disabled veteran. Work to be performed includes the following: Removal of the existing entry door and sidelight unit and replace with a 3'- 6" x 6'- 8" x 1 ¾" pre-hung door with 1 - 9 upper glass lights and raised panel lower. Provide new moldings and trim. Provide new lockset with lever handle. Provide interior and exterior threshold leveling strips. Installation must comply with manufacturer's specification to preserve any and all warranties. Removal of the existing storm door to deck and replace with a 3'- 0" x 6'- 8" aluminum frame storm door with fiberglass screen cloth, upper and lower glass panel, closer, and latch. Provide interior and exterior threshold leveling strips. Installation must comply with manufacturer's specification to preserve any and all warranties. Removal of the existing 3'- 0" x 6'- 8" swing door and replace with 3'- 0" x 6'- 8" pocket door. Installation must comply with manufacturer's specification to preserve any and all warranties. Repair walls on both sides of the hallway and repaint to match existing walls. Cover the wall with a 48" high sheet of 1/8" thick acrylic the length of the wall, approximately 6'- 6" each, on both sides of the hallway. Installation must comply with manufacturer's specification to preserve any and all warranties. Removal of the existing 3'- 0" x 6'- 8" swing door and replace with 4'- 0" x 6'- 8" pocket door. Provide threshold leveling strip. Installation must comply with manufacturer's specification to preserve any and all warranties. Removal of the existing 48" vanity and countertop and replace with new 48" roll under vanity with 1 door. If vanity does not include protective apron, install plumbing safety covers. Repair wall as required. Paint all bathroom walls. Installation must comply with manufacturer's specification to preserve any and all warranties. Removal of the existing door and replace with 3'- 6" x 6'- 8" metal door. Provide threshold leveling strip. Installation must comply with manufacturer's specification to preserve any and all warranties. The Government's estimated construction time for this project will be 90 days. This is based on the most current information available to date. Updated information will be posted electronically on the Federal Business Opportunities (FBO) as it shall become available. The North American Industry Classification System (NAICS) Code is 236118, and the small business size standard is $33.5M. The Government anticipates award of a firm fixed price contract. Any interested and qualified sources are requested to provide a brief capabilities statement and letter of interest to Rebecca Quilhot via email to Rebecca.Quilhot@va.gov. As part of your capability statement, please include any current or past contracts you have been awarded or the ability to obtain sufficient proof of capability for this type of contract. In addition, include what socio-economic category your company qualifies as (i.e. Small Business, SBA Certified HUB Zone Firm, SBA Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Veteran Owned Business, and Women Owned Business). Any information provided is strictly voluntary. The Government will not pay for information submitted in responses to this Sources Sought. To be considered in the research, please provide the information above not later than 3:00 CST on July 5, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9490bd16b59b299a1280b71204010d6c)
 
Document(s)
Attachment
 
File Name: VA333-13-I-0032 VA333-13-I-0032.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=815395&FileName=VA333-13-I-0032-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=815395&FileName=VA333-13-I-0032-000.docx

 
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: IOWA CITY IA
Zip Code: 52241
 
Record
SN03091296-W 20130619/130617235058-9490bd16b59b299a1280b71204010d6c (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.