DOCUMENT
Y -- 512-13-3-999-0126 Expand OIF/OEF and Renovate Bldg 80H for OP Mental Health - Attachment
- Notice Date
- 6/20/2013
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer (90C);P.O. Box 1000, Bldg. 101, Room 41;Perry Point MD 21902
- ZIP Code
- 21902
- Solicitation Number
- VA24513B0201
- Response Due
- 6/19/2013
- Archive Date
- 9/17/2013
- Point of Contact
- Jerry Jones
- E-Mail Address
-
Jones6@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- THIS PROCUREMENT IS A 100% SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) FIRMS. VISN 5 Network Contracting anticipates the award of a firm-fixed-price contract for minor Project No. 512-519 Expand and Renovate Building 80H for Outpatient Mental Health - (Construction). Provide all labor, equipment, materials and supervision to renovate existing Building 80H at Perry Point VA Medical Center. This work entails an extensive renovation of the building's mechanical, plumbing, and electrical systems plus an architectural overhaul of building finishes, and other improvements to be constructed as necessary for the successful completion of the project. A new 5,000 GSF two floor addition will be added to the West end of the existing building. Employee Identification and Security Clearance will be required for all contractor employees. Proper identification (i.e. valid citizen and non-citizen ID cards, valid passport or naturalization papers) to receive the required access for the VA Medical Center. All work is to be completed within approximately 18 months after date of receipt of notice to proceed. This includes final inspection and clean-up. The applicable North American Industry Classification System Code for this procurement is 236220. To be considered a small business under this code the SBA size standard must not exceed $33.5 Million. The construction cost range for the project is between $5,000,000 and $10,000,000. The Invitation for Bid solicitation will be issued on or before August 2, 2013. All information for this solicitation will be posted on FedBizOpps http://www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Bidders will be responsible for downloading their own copy of the solicitation package, drawings and subsequent amendments, if any. The solicitation will be issued pursuant to the authority of Public Law 109-461, 38 U.S.C. 8127 and 8128. Telephone, written, facsimile, or e-mail requests for the solicitation will NOT be honored. Potential bidders MUST register at FedBizOpps www.fedbizopps.gov in order to receive notifications and/or changes to the solicitation. Potential bidders are responsible for monitoring this site for the release of the solicitation package and any other pertinent information. The Interested Vendors List (IVL) will be activated and may be accessed and printed from the FedBizOpps website. All interested parties MUST be registered in System for Award Management (SAM) and Veterans Information Pages (VIP) Databases by the date set for receipt of bids. If you are not registered with VIP, you may go online at Vendor Information Pages (VIP) at: www.vetbiz.gov database as a SDVOSB firm. NOTE: Only SDVOSB firms currently VERIFIED in the Veterans Information Pages (VIP) at www.vetbiz.gov are eligible to submit offers. SDVOSB firms that submit offers that are not listed on VIP will be deemed technically unacceptable, and also must have current record in the Online Representations and Certifications Application (ORCA) prior to submission of proposal. To complete Representations and Certifications with ORCA, you may go online at https://orca.bpn.gov. Contractor will be required to submit documentation that specifies the contractor in question has no more than three serious, or one repeat, or one willful OSHA or EPA violation(s) in the past 3 years and has an Experience Modification Rate (EMR) of equal to or less than 1.0. The Contracting Officer for this procurement is Jerry Jones, (410) 642-2411, X-2922, email: jerry.jones6@va.gov. All interested contractors must ensure that their firms have the ability to provide 100% Performance and Payment Bonds. Award of contract will be SUBJECT TO THE AVAILABLITY OF FUNDS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24513B0201/listing.html)
- Document(s)
- Attachment
- File Name: VA245-13-B-0201 VA245-13-B-0201_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=825360&FileName=VA245-13-B-0201-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=825360&FileName=VA245-13-B-0201-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA245-13-B-0201 VA245-13-B-0201_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=825360&FileName=VA245-13-B-0201-000.docx)
- Place of Performance
- Address: Veterans' Affairs Maryland Health Care System;Building 80H;Perry Point, Maryland
- Zip Code: 21902
- Zip Code: 21902
- Record
- SN03094924-W 20130622/130620235038-614c353782329d8c7546eb931634fde6 (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 |