DOCUMENT
Y -- Ground Floor Phase 2A at VAMC Manhattan Campus NY - Attachment
- Notice Date
- 5/26/2015
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Office of Construction and Facilities;Management Eastern Region (003C4C);8380 Colesville Road, Suite 420;Silver Spring MD 20910
- ZIP Code
- 20910
- Solicitation Number
- VA10115R0070
- Response Due
- 7/10/2015
- Archive Date
- 9/8/2015
- Point of Contact
- Angeleque Batkins
- E-Mail Address
-
que.batkins@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Department of Veterans Affairs (VA), Office of Construction and Facilities Management, has a requirement to renovate and repair the Central Stores Processing and Loading Dock - Warehouse-Central. Provide all CMU block walls, doors, hardware, windows, and frames, to delineate and enclose the required areas. Provide all lighting, ceiling, and finish work to provide a complete and usable space. Reuse existing Mechanical system. Provide heated air curtain at doorway to dock. Provide permanent fire alarm, lighting, power, security access and cameras, and low voltage systems as per the Construction Documents to provide a complete and usable area. Work to include relays, controls, switches, etc. to provide an operational system. Provide all hot and cold water, vent, sanitary and storm drainage work and systems within and serving the area as per the Construction Documents to provide a complete and usable area. Provide all fire protection work and systems within and serving the area as per the Construction Documents to provide a complete and usable area. This procurement is a service disabled veteran owned small business set-aside and is to be competed as Solicitation Number VA101-15-R-0070. The estimated cost for this project is $1,000,000-$2,000,000. The applicable North American Industry Classification System (NAICS) is 236220 and the small business size standard is $36.5 Million. The approximate Construction Duration will be 240 calendar days after the issuance of the notice to proceed. The contractor shall provide all labor, materials, transportation, supervision, supplies and tools necessary to complete the work. NOTICE TO PRIME (GENERAL) CONTRACTORS: The Prime Contractor must be registered in the System for Award Management (SAM) database at http://www.sam.gov AND VetBiz at VetBiz.gov as a Service Disabled Veteran Owned Small Business at the time of submission of its offer. SOLICITATION and AMENDMENTS: Prospective Offerors must obtain copies of solicitation documents from FedBizOpps, which will be available on or about June 10, 2015. By registering at FedBizOpps (http://www.fbo.gov) the Offerors will have access to downloading plans, specifications and amendments, which will be available only in Adobe PDF electronic format. The Offerors must be registered in SAM and have a DUNS Number to download documents. By registering for the Register to Receive Notification list at http://www.fbo.gov, you will be notified by e-Mail of any new amendments that have been issued and posted. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Request for Proposal will be issued on or about June 10, 2015. PRE-PROPOSAL CONFERENCE: A Pre-Proposal conference will be held at a day and time to be determined. A site visit will be conducted immediately following the Pre-Proposal conference. There will be no public bid opening. All Offerors must ensure that their firms have the ability to provide both 100% Performance and Payment Bonds. In addition, the Offerors will be required to submit a bid guarantee (Bid Bond) with their proposal. The proposals will be evaluated and award made utilizing the Trade Off method per FAR Part 15. Offerors are advised award may be made without discussion. If you have any questions, please contact Angeleque Batkins at angeleque.batkins@va.gov. In the subject line of any e-mail sent, identify: PHASE 2A VA101-15-R-0070.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10115R0070/listing.html)
- Document(s)
- Attachment
- File Name: VA101-15-R-0070 VA101-15-R-0070_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2065997&FileName=VA101-15-R-0070-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2065997&FileName=VA101-15-R-0070-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101-15-R-0070 VA101-15-R-0070_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2065997&FileName=VA101-15-R-0070-000.docx)
- Place of Performance
- Address: VAMC Manhattan Campus;423 East 23rd Avenue;New York NY
- Zip Code: 10010
- Zip Code: 10010
- Record
- SN03742717-W 20150528/150526235210-30c72ffefec6d5d2e7d2218afc07432b (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 |