SOLICITATION NOTICE
Z -- 657A4-24-104, Urgent Care Access Improvement
- Notice Date
- 6/14/2024 12:25:12 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25524R0085
- Response Due
- 8/1/2024 12:00:00 PM
- Archive Date
- 10/30/2024
- Point of Contact
- Abby Monroe, Contract Specialist, Phone: 913-758-9916
- E-Mail Address
-
Abby.Monroe2@va.gov
(Abby.Monroe2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- TITLE OF PROJECT: 657A4-24-104 - Urgent Care Access Improvement Solicitation 36C25524R0085 Scope of work: The General Description: The Department of the Veterans Affairs John J. Pershing VAMC, 1500 N Westwood Blvd Poplar Bluff, MO 63901 is seeking to award a single contract to a Service Disabled Veteran Owned Small Business (SDVOSB) for the following task; Urgent Care Access Improvement. The project will install an exterior door and stairs for roof access in the stairwell between the 2nd and 3rd floors in Building 1 of the John J. Pershing VA Medical Center. This will require the removal of an existing window, installing a roof access door into the existing window opening, and installing exterior metal stairs with handrails for access to the roof. Access door and hardware shall be compatible with VA TIL design requirements (core to be provided by VA). All aspects of the design must be OSHA compliant, and an exterior platform is acceptable if deemed required to meet standards. The project will also install a patient platform stair lift for motorized wheelchair from the ground floor staircase to the Lower-level Urgent care. The lift shall have a Minimum lift capacity of 400lbs and ability to fold and store away from foot traffic adjacent to stairwell. Lift shall be an Artira type lift manufactured by Garaventa Lift Company or equal. Contractor responsible for modifications to stairwell for complete installation. Power requirements as required by manufacturer and to be installed on isolated circuit back to existing Urgent Care electrical closet by contractor. Flexible electrical conduit (MC Cable) is not permissible and must be solid piped. Material submittals and installation details must be approved by COR prior to installation. Load calculations must be stamped by registered professional engineer for OSHA loadings, as well as modifications to infrastructure for installation of chair lift. All installations are subject to VA TIL Design Requirements, including but not limited to the following: VA TIL Specifications, VA Design Guides, and VA Design Manuals. It is anticipated that asbestos containing materials (ACM) may be present within the scope of work. It is the responsibility of the contractor to verify all ACM materials and abate as necessary within the confinements to complete the above-described scope. Contractor shall review any as-built drawings, specifications, and field verifications in conjunction with the performance of this project. Contractor will submit field drawings and materials as required by the specifications for the project. All project work shall be installed in accordance with all applicable standards available at time of installation to include published commercial specifications as well as standards and preferences expressed in this document. All installation details shall be fully coordinated with VA CO and on-site Contracting Officer s Representative (COR). Period of Performance for all work is 120 calendar days. The facility location is the John J. Pershing VA Medical Center, 1500 N. Westwood Blvd., Poplar Bluff, Missouri 63901. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, this procurement is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The estimated cost magnitude is between $100,000 - $250,000. The North American Industry Classification Code (NAICS) for this procurement is 236220 - Commercial and Institutional Building Construction with a small business size standard of $45.0 million. The duration of the project is estimated to be 120 calendar days after receipt of notice to proceed. This completion period includes final inspection and clean-up. Award will be made utilizing the Best Value Lowest Price Technically Acceptable Source Selection Process in accordance with Federal Acquisition Regulation (FAR) 15.101-2. Proposal submission instructions will be included in the solicitation package. 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 System of Award Management (SAM) Business Opportunities (https://sam.gov/) website, which may be issued to this pre-solicitation. In accordance with VAAR 852.219-75(a)(1)(ii), in the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in VAAR 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in VAAR 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. In accordance with FAR 52.204-7, registration in SAM is required and in accordance with FAR 2.101, prospective contractors must be registered in SAM under the applicable NAICS code. Additionally, in accordance with the Veterans Affairs Acquisition Regulation (VAAR) 819.7003, only businesses verified under the applicable NAICS and listed in the small business administration (SBA) registry https://veterans.certify.sba.gov, shall be considered. Firms may obtain SAM information at https://www.sam.gov and VIP information at Veteran Small Business Certification at https://veterans.certify.sba.gov. The solicitation package and drawings should be available for download on or before July 1, 2024, and the proposal due date will be on or about August 1, 2024. An organized site visit will be scheduled, and the information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. 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 Abby.Monroe2@va.gov, Contract Specialist and Arnold.Payne@va.gov, Contracting Officer. Please make sure that the subject line reads, Project: 657A4-24-104 - Urgent Care Access Improvement END OF NOTICE
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8597f0a2a7aa44d182be9e32d75b94b3/view)
- Place of Performance
- Address: John J. Pershing VA Medical Center 1500 N. Westwood Blvd, Poplar Bluff 63901
- Zip Code: 63901
- Zip Code: 63901
- Record
- SN07098180-F 20240616/240614230124 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |