DOCUMENT
Y -- Replace Existing Flooring and Substructure at the Data Center Operation (DCO) facility computer room - Attachment
- Notice Date
- 5/12/2016
- Notice Type
- Attachment
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
- ZIP Code
- 20420
- Solicitation Number
- VA101CFM16N0132
- Response Due
- 5/23/2016
- Archive Date
- 6/22/2016
- Point of Contact
- Krystal Glasper
- E-Mail Address
-
l.glasper@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- PRESOLICITATION NOTICE FOR HINES INFORMATION TECHNOLOGY CENTER ACCESS FLOORING AND SUBSTRUCTURE SYSTEM UPGRADE PROJECT The Department of Veteran Affairs (VA), Office of Information & Technology (OIT), has a requirement to replace existing flooring and substructure at the Data Center Operation (DCO) facility computer room at Hines Information Technology Center (VA-HITC) located at 1st Avenue North of 22nd Street, Building 215, Hines, Illinois 60141. The SDVOSB contractor shall provide all necessary materials, parts, labor, tools, equipment and supervision to perform work related to the removal of existing access flooring and substructure and installation of new access flooring and substructure without operational disturbance to IT computer room equipment during ongoing project work. The contractor shall disconnect any hangers support connected to access flooring structure and install new independent supports as required (electrical conduit, power outlets, steam and chill water pipes, etc.). All work must be in accordance with (IAW) the construction documents that will be supplied for this project. All work must meet code and be performed in accordance with the contract drawings and specifications and statement of work. All work will also be IAW the VA's Master Specifications located at http://www.cfm.va.gov/TIL/spec.asp. The contractor shall provide a contractor Quality Control System which could include field testing, inspections, and systems testing. The solicitation will be 100% set aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. The SDVOSB must be a General Contractor company with an approved NAICS Code of 238330, Size Standard $15.0 Million, and sufficient bonding capacity (100% payment and performance bonds required). Additionally, offerors will be required to submit a bid guarantee with their proposal. The magnitude of construction cost for this project is between $500,000.00 and $1,000,000.00 with a completion period of 270 calendar days after receipt of notice to proceed. NOTICE TO PRIME (GENERAL) CONTRACTORS: The SDVOSB must be registered in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM and be registered and CGE certified and visible as a SDVOSB firm on the VetBiz Vendor Information Pages website located at https://www.vip.vetbiz.gov, at the time of proposal submission and at the time of award. SOLICITATION and AMENDMENTS: Prospective Offerors must obtain copies of solicitation documents from FedBizOpps, by registering at FedBizOpps (https://www.fedbizopps.gov). The offerors will have access to download 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 signing up for the "Register to Receive Notification list" at https://www.fedbizopps.gov, you will be notified by email 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. PRE-PROPOSAL CONFERENCE: A pre-proposal conference will be held. Information regarding the site visit will be contained in the forthcoming solicitation, in the event one is issued. Contractor shall visit the site prior to proposal submission in order to be fully acquainted with existing site conditions and scope of work. There will be no public bid opening. The proposals will be evaluated and award made utilizing the Best Value, Trade-Off method IAW FAR Part 15. Offerors are advised that award may be made without discussion. If you have any questions, please contact Krystal Glasper at krystal.glasper@va.gov. In the subject line of any email sent, identify: Access Flooring System Upgrade Project, Hines, IL. ** THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS IS A PRESOLICITATION NOTICE ONLY. A SOLICITATION IS NOT AVAILABLE AT THIS TIME. **
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA101CFM16N0132/listing.html)
- Document(s)
- Attachment
- File Name: VA101CFM-16-N-0132 VA101CFM-16-N-0132.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2728867&FileName=VA101CFM-16-N-0132-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2728867&FileName=VA101CFM-16-N-0132-000.docx
- File Name: VA101CFM-16-N-0132 (5) SOW-Compter Rm Flooring Project by CO_05052016.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2728868&FileName=VA101CFM-16-N-0132-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2728868&FileName=VA101CFM-16-N-0132-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101CFM-16-N-0132 VA101CFM-16-N-0132.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2728867&FileName=VA101CFM-16-N-0132-000.docx)
- Record
- SN04115260-W 20160514/160512234811-3c18dd7915c2f5881fd07b35bc674bd6 (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 |