Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2025 SAM #8464
SOLICITATION NOTICE

Z -- Tuck Point and Seal Ambulatory Care Addition of Bldg 1 PN:589A4-23-103,

Notice Date
1/27/2025 10:11:42 AM
 
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
36C25525R0037
 
Response Due
3/21/2025 12:00:00 PM
 
Archive Date
06/19/2025
 
Point of Contact
James Petrik, Contract Specialist, Phone: 913-946-1143
 
E-Mail Address
james.petrik@va.gov
(james.petrik@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
THIS IS A PRESOLICITATION NOTICE ONLY PRESOLICITATION NOTICE- Tuck Point and Seal Ambulatory Care Addition of Bldg. 1. Project Number 589A4-23-103 Scope of work: The work scope for the ACA Building is as follows: Removal of existing sealants and replacement with new custom color-matched two-part urethane sealants installed using a new sealant manufactured approved backer rod. As noted on the prints, this sealant connects all face stone and stone caps. Complete brick-and-mortar replacement of roughly fifty square feet. Remove the existing weep rope and replace it with new stainless-steel weep covers. Clean, seal, and paint the windows and storefronts indicated on the drawings. Clean, seal, and paint the main entrance carport on Flag Avenue. The main entrance will require accommodating VA patients who will continue to use this entrance while work continues. Both carports will get box gutters lined with PVC roofing and seal the skylight s glass and metal roof systems. Removal of organic, dirt, carbon, and pollution on select stone, concrete, and brick to treat these areas with a water repellent. Recertification of the lightning protection system will be required at the box gutter areas. Contractor quality control person can double as a project superintendent and will be following the document s testing and reporting requirements. Project will require night shift work. Brick, Stone, and Weep Holes: The drawing shows that select Brick and Stone will have its adjacent sealant and weep rope replaced with new color-matched urethanes and stainless-steel covers. Typical Window / Storefront The framing and glazing will be wet-glazed, and the frames will be sealed using color-matched urethane sealants. These efforts will be coordinated by the contractor s quality control staff. Skylight work The framing and glass will be wet-glazed, and the frames will be sealed using color-matched urethane sealants. The standing seam roof will be treated, two-part urethane sealed and coated in a color-matched finish. The open box gutter will be lined with a new PVC roofing system. The existing roof drains will be inspected and tested. Project Phasing / Workflow Phases two to five are projected to be completed in 300 calendar days. This includes the noted weather delay days. It is imperative that when the weather conditions are outside of the manufacturer's specifications for material installation, work stops until those conditions can be met. The contractor quality control monitors all conditions that comply, and when not, the CQC can stop work and will notify the COR. The Estimated range to complete this work is $1,000,000.00 to $2,000,000.00, 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, VAAR 836.204, this construction project will be solicited as a Total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The North American Industry Classification Code (NAICS) for this procurement is 236220 (General Construction Contractors), with a small business size standard of $45 million. The duration of the project will be 300 calendar days from Notice to Proceed to include contract closeout. This period of performance includes submittals, all construction work, close-out documents, final inspection and cleanup of the premises and completion of as-built drawings. Award will be made utilizing the Lowest Price Technical Acceptable (LPTA) Best Value type. Source Selection Process in accordance with Federal Acquisition Regulation Part 15. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions. Offerors are responsible to monitor and download all Solicitation documents, Specifications, Drawings from the Sam contract opportunities website: https://sam.gov/content/opportunities and any amendments that may be issued for this solicitation. In accordance with FAR 52.204-7, Required SAM and in accordance with Veterans Affairs Acquisition Regulation (VAAR) 802.101, SBA Veteran Small Business Certification (VetCert) Registration, prospective contractors must be registered in SAM and in the SBA Vetcert databases under the applicable NAICS. Firms may obtain SAM information at https://sam.gov/content/home and SBA VetCert https://veterans.certifysba.gov. The solicitation package and drawings should be available for download on or about February 13,2025, and the proposal due date will be on or about March 17, 2025. 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 questions will NOT be accepted. Please email questions to jeanette.Mathena@va.gov and james.petrik@va.gov ensure that the subject line reads "" Tuck Point and Seal Ambulatory Care Addition of Building 1 Project Number 589A4-23-103, Solicitation Number: 36C25525R0037
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/18226f87a7264e9882565407dfdea9b3/view)
 
Place of Performance
Address: Harry S. Truman VAMC 800 Hospital Drive, Columbia, MO 65201, USA
Zip Code: 65201
Country: USA
 
Record
SN07323887-F 20250129/250127230107 (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 |
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.