Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2017 FBO #5563
DOCUMENT

Z -- Replace Mechanical Controls and Upgrade Cabs Main Elevators, B1, 657-15-200JC - Attachment

Notice Date
2/13/2017
 
Notice Type
Attachment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;#1 Jefferson Barracks Drive;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25517R0242
 
Response Due
3/31/2017
 
Archive Date
6/29/2017
 
Point of Contact
Pauline.Czajkowski
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Contractor shall prepare site as necessary for building operations to replace mechanical controls and upgrade cabs, main elevators, Building 1. Contractor shall furnish labor and materials to replace and modernize existing ten elevators, two hydraulic cart lifts and one dumbwaiter. Work shall include but not be limited to demolition, new finishes, fire suppression, plumbing, heating ventilating and air conditioning, electrical, communications installer, electronic safety and security requirements. Work shall be accomplished as required by drawings and specifications for Project No. 657-15-200JC, Replace Mechanical Controls and Upgrade Cabs, Main Elevators, Building 1. The estimated performance period is 480 calendar days after a Notice to Proceed (NTP) is issued. Location of the work is the St. Louis VA Health Care System, John Cochran (JC) Division, St. Louis, Missouri. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, this construction project is a competitive total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project cost range is between: $5,000,000.00 to $10,000,000.00. The North American Industry Classification Code (NAICS) for this procurement is 238290 with a small business size standard $15 million. This completion period includes final inspection and clean-up. Award will be made utilizing the Lowest Price Technically Acceptable (LPTA) Source Selection Process in accordance with Federal Acquisition Regulation Part 15. The successful prime contractor must perform no less than 25 percent of the Other Building Equipment Contractors labor. Proposal submission instructions will be included in the solicitation package. Contractors are advised to read the instructions and to list and number the information IAW the Instructions. Otherwise, valuable information may not be included which could result in less than a favorable rating. The government plans to award without discussions, but reserves the right to hold discussions if necessary. The offeror is responsible to monitor and download any amendments from the Federal Business Opportunities (http://www.fedbizopps.gov) website, which may be issued to this solicitation. In accordance with FAR 52.204-7 System for Award Management and Veterans Affairs Acquisition Regulation (VAAR) 802.101 VetBiz Registration, prospective contractors must be registered in the System for Award Management (SAM) and in the VetBiz databases under the applicable NAICS. Firms may obtain SAM information at https://www.sam.gov and VetBiz information at http://vip.vetbiz.gov. The solicitation package and drawings should be available for download on or about March 1, 2017 and the proposal due date will be on or about March 31, 2017. An organized site visit will be scheduled and attendance is highly recommended for any responsible sources to submit an offer which shall be considered by Department of Veterans Affairs. Only one site visit will be scheduled. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to Pauline.czajkowski@va.gov and ensure that the subject line reads 'VA255-17-R-0242.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517R0242/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-17-R-0242 VA255-17-R-0242_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3274516&FileName=VA255-17-R-0242-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3274516&FileName=VA255-17-R-0242-000.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: St. Louis VA Health Care Center;John Cochran Division;915 N. Grand Blvd.;St. Louis, MO
Zip Code: 63106
 
Record
SN04400253-W 20170215/170214100414-0cd62664e3c56658f340dfe0279e78fd (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.