SOLICITATION NOTICE
Y -- FY25: NRM (PROJ: 673-21-144) BB Install Main Water Well and Tower
- Notice Date
- 3/13/2025 10:41:08 AM
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24825R0069
- Response Due
- 4/11/2025 1:00:00 PM
- Archive Date
- 07/19/2025
- Point of Contact
- Cynda Rosa, Contract Specialist, Phone: 813-972-2000
- E-Mail Address
-
Cynda.Rosa@va.gov
(Cynda.Rosa@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 TOTAL 100% SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. The Department of Veterans Affairs (VA), Network Contracting Office 8 (NCO 8) and the James A. Haley VAMC, Tampa, FL intends to issue a Request for Proposal (RFP) to award a single, firm fixed-price contract for Project Number: 673-21-144, Install Main Water Well and Tower. This project will require the contractor to provide all tools, materials, equipment, labor, and supervision necessary in accordance with the construction documents to complete infrastructure upgrades to improve the overall water system reliability and performance for the entire James A. Haley campus. Work will include demolishing the aged water tower and water well and building a new water tower and water well. The current water system does not have adequate water pressure and must be increased. The new water system will correct inadequate water flow, as well as increase reliability and performance of the water tower and water well that services the entire campus. The duration of the period of performance should not exceed 550 calendar days from the issuance of the Notice to Proceed (NTP). The applicable NAICS Code under this acquisition is 237110 Water and Sewer Line and Related Structures Construction with a $45 Million small business size standard. In accordance with VAAR 836.204(f), the magnitude of construction cost range is between $10,000,000.00 and $20,000,000.00. A bid bond will be required for this project and the awardee will be required to have the capability of obtaining payment and performance bonds. Solicitation Number 36C26325R0069 for this effort is tentatively scheduled to be posted to SAM.gov Contract Opportunities (https://sam.gov/opportunities) on or about April 1, 2025; however, the solicitation posting date may be delayed. The solicitation will contain all necessary specifications, drawings, and other information necessary to provide a proposal on the project. Amendments to the solicitation will be posted to the referenced web site and the solicitation. All parties must obtain the solicitation, construction documents, and amendments to the solicitation through SAM.gov Contract Opportunities web site. Hard copies will not be mailed or made available. No questions will be addressed until after the closing date for questions/clarifications/inquiries as listed in the solicitation. The date, time, and location of the Pre-Bid Site-Visit will be announced upon solicitation issuance. The solicitation will be issued in accordance with Public Law 109-461, the Veterans Benefits, Healthcare Information and Technology Act of 2006, Sections 502 and 503, as a set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. In accordance with VAAR 819.7003(b), at the time of submission of offers and prior to award of any contract, the offeror must represent to the Contracting Officer that it is a (1) SDVOSB eligible under VAAR 819.70; (2) small business concern under the NAICS code assigned to this acquisition; and (3) certified SDVOSB listed in the Small Business administration (SBA) certification database at https://veterans.certify.sba.gov/. Also, in accordance with VAAR 819.7004, the Government will not consider offers for award from offerors that do not provide the Limitation of Subcontracting formal certification with their proposal, and all such responses will be deemed ineligible for evaluation and award. In addition to being SDVOSB certified, all respondents must be registered in System for Award Management (SAM) database (http://www.sam.gov) and complete the Online Representations and Certifications Application, and if applicable Vets-4212 Report at (https://www.dol.gov/agencies/vets/programs/vets4212) prior to award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ee494a7b763f4239a0489035010b89c9/view)
- Place of Performance
- Address: James A. Haley VAMC 13000 Bruce B. Downs Blvd., Tampa, FL 33612, USA
- Zip Code: 33612
- Country: USA
- Zip Code: 33612
- Record
- SN07370945-F 20250315/250314000105 (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 |