DOCUMENT
Z -- Add Domestic Water Pressure Booster Project Number: 757-19-203 Chalmers P. Wylie Ambulatory Care Center; Columbus, Ohio - Attachment
- Notice Date
- 4/9/2018
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 10;3140 Governor ™s Place Blvd., Suite 210;Kettering OH 45409-1337
- ZIP Code
- 45409-1337
- Solicitation Number
- 36C25018B0581
- Response Due
- 5/28/2018
- Archive Date
- 9/4/2018
- Point of Contact
- Contract Specialist
- E-Mail Address
-
matthew.curtis1@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is not a Solicitation. This is a Pre-Solicitation Notice only. PROJECT: 757-19-203, Add Domestic Water Pressure Booster The Contractor shall provide all labor, materials and supervision to construct the renovations and improvements at the Chalmers P. Wylie VA Ambulatory Care Center at 420 N. James Rd., Columbus, OH 43219. The major scope items include: replacement of a water pressure booster pump set, reconfiguration of main water lines, installation of real-time water monitoring equipment, installation of chlorine injection ports, and installation of thermostatic mixing valves at sinks across the facility. The project also includes: interior demolition, plumbing, electrical, technology and minor architectural work as well as equipment installation. Project work will be predominately performed during off-hours/weekends. All work shall be performed per the drawings and specifications. The base bid period of performance for construction is 200 calendar days. All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access. Project magnitude is between $500,000 and $1,000,000. The NAICS code for this project is 238220: Plumbing, Heating, and Air-Conditioning Contractors and the business size standard is $15.0 million. SET-ASIDE INFORMATION: This solicitation will be issued pursuant to the authority under Public Law 109-461 (38 U.S.C. 8127) and is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The SDVOSB must be small under the relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and verified in the following websites: http://www.vip.vetbiz.gov and www.sam.gov, to be eligible for award. Bidders MUST ensure registration in these websites are accurate, complete and have not expired prior to bid opening date. BOND INFORMATION: Bonds in the form of Bid, Payment and Performance will be required. SITE VISIT INFORMATION: A one-time site visit will be scheduled for this project. The information for this site-visit will be published in the solicitation package. SOLICITATION: The solicitation documents will be posted on www.fbo.gov on or about April 25, 2018, with bid opening approximately 30 days later. Dissemination of the solicitation, specifications and drawings is limited to electronic medium. All interested Bidders (primes & subcontractors) should register at www.fbo.gov so others will know of your interest in participating in this procurement and for automatic receipt of updates or amendments. A Bidder's mailing list WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Bidders responsibility to register at the www.fbo.gov website. SOLICITATION AMENDMENTS: Amendments to the solicitation will be posted at www.fbo.gov. Paper copies of the amendment will NOT be individually mailed. By registering to "Watch This Opportunity," you will be notified by email of any amendments issued and posted. No other notifications will be provided. Bidders are reminded they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time prescribed by FAR 52.214-3, Amendments to Invitation for Bids. It is recommended for bidders to re-visit the website periodically for possible updates. All requests for information (RFIs) are required to be in writing to the Contracting Specialist and shall be received within ten (10) days prior to bid opening; no telephone inquiries will be accepted. It is the interested bidder s responsibility to be sure your questions were received in the contracting office, prior to the 10-day cut off period. At the Contracting Officer s discretion, questions received after the cutoff period may not receive responses. Questions may be emailed to matthew.curtis1@va.gov. The Contracting Officer/Specialist cannot guarantee a response to emailed questions will be received. This is not a Solicitation. This is a Pre-Solicitation Notice only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25018B0581/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018B0581 36C25018B0581.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4212113&FileName=36C25018B0581-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4212113&FileName=36C25018B0581-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018B0581 36C25018B0581.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4212113&FileName=36C25018B0581-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Chalmers P. Wylie Ambulatory Care Center;420 N. James St.;Columbus, Ohio
- Zip Code: 43219-1834
- Zip Code: 43219-1834
- Record
- SN04883185-W 20180411/180409230835-6e5b9b3a2fa31f2a7ef9e7cf7eb383bb (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 |