Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2019 FBO #6536
MODIFICATION

Y -- Replace Animal Research Facility Phase 3 - 539-327

Notice Date
10/16/2019
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;260 E University Avenue, 2nd Floor;Cincinnati, OH 45219-2356
 
ZIP Code
45219-2356
 
Solicitation Number
36C25019B0019
 
Response Due
8/30/2019
 
Archive Date
1/14/2020
 
Point of Contact
Ronald Heidemann,
 
E-Mail Address
ronald.heidemann@va.gov
(ronald.heidemann@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 2 Replace Animal Research Facility Phase 3 THIS PROJECT IS SET ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB) ONLY The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 10 has a requirement to add additional space to Building 14 via project Replace Animal Research Facility Phase 3 (Project 539-327) at the Cincinnati VA Medical Center, 3200 Vine Street, Cincinnati, OH 45220-2213. The Contractor shall provide all labor, supervision, materials and equipment to professionally facilitate the following: This project includes construction of 22,000 GSF of wet labs and administrative spaces to building 14. New finishes, plumbing, HVAC, electric, technology, HVAC controls, fire alarm, and security devices are included within the project requirements. Adjustment/integration into existing equipment is required. All work shall be conducted in complete accordance with the project specifications, and drawings (to be published in the Solicitation, if issued). All work shall be closely coordinated with VA Contracting Officer (CO) and Contracting Officer s Representative (COR). DURATION OF PROJECT: All work shall be completed within the Period of Performance (POP) indicated in the solicitation. Estimated POP is 450 calendar days. SOLICITATION DOCUMENTS: The solicitation documents (if issued) will be posted at www.fbo.gov on or about October 16, 2019, with proposals due approximately 30 days later. Dissemination of the solicitation, specifications and drawings is limited to electronic medium. All interested Offerors (primes & subcontractors) should register at www.fbo.gov so that others will know of your interest in participating in this procurement, and for automatic receipt of updates or amendments. An Offeror's mailing list will NOT be prepared nor distributed by the Contracting Officer, as it is the Offerors responsibility to register at the www.fbo.gov website. SET-ASIDE INFORMATION: This solicitation shall 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). Responding SDVOSBs MUST be classified as a small business 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, www.sam.gov, Dun & Bradstreet, to name a few, to be eligible for award. Offerors MUST ensure registration in these websites is accurate, complete, and have not expired prior to proposal due date. Project magnitude is between $5,000,000.00 and $10,000,000.00. The North American Industrial Classification Standard (NAICS) code assigned to this construction project is 236220, Commercial and Institutional Building Construction, with a small business size standard of $39.5 million. The offeror shall obtain all necessary licenses and/or permits required to perform this work in the state of Ohio. BONDS: In form of Bid, Payment and Performance shall be required. SITE VISIT: A one-time only site visit shall be scheduled for this project. Site-visit information to be included in the solicitation package. All interested parties are encouraged to attend the site visit. All questions generated from the site visit shall be submitted in writing to the contracting officer via email (ronald.heidemann@va.gov). SOLICITATION AMENDMENTS: Amendments to the solicitation shall be posted at www.fbo.gov. Paper copies of the amendment(s) WILL NOT be individually mailed. By registering to 'Watch This Opportunity', you will be notified by e-mail of any new amendments that have been issued and posted. No other notification of amendment(s) shall be provided. Offerors are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers as prescribed by FAR 52.215-1 [Instruction to Offerors Competitive Acquisition], Paragraph (b) [Amendments to solicitations]. Offerors should re-visit the website periodically to look for updates. Questions shall be emailed to ronald.heidemann@va.gov. The Contracting Officer cannot guarantee that a response to e-mailed questions will be received. Answers to received questions shall be consolidated and posted to FBO. All emails pertaining to this project must identify the project and contain: 539 327 Replace Animal Research Facility Phase 3 (Bldg. 14) in the Subject line. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS IS A PRE-SOLICITATION NOTICE ONLY. A SOLICITATION IS NOT CURRENTLY AVAILABLE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/36C25019B0019/listing.html)
 
Place of Performance
Address: Cincinnati VA Medical Center;3200 Vine Street;Cincinnati, OH
Zip Code: 45220-2213
 
Record
SN05475756-W 20191018/191016230625-4767f538e601e509eeb762b2ab5dc5b8 (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.