SOLICITATION NOTICE
Z -- 542-25-107 | Provide New Loading Dock Lift Building 13 | NCO 4 Construction East (VA-25-00031530)
- Notice Date
- 3/26/2025 8:40:10 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24425B0007
- Response Due
- 4/12/2025 7:00:00 AM
- Archive Date
- 05/12/2025
- Point of Contact
- Vanessa Chmielewski, Contract Specialist, Phone: 412-860-7204
- E-Mail Address
-
vanessa.chmielewski@va.gov
(vanessa.chmielewski@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 542-25-107 New Loading Dock Lift The Coatesville Veterans Affairs Medical Center (CVAMC), 1400 Blackhorse Hill Road, Coatesville, PA intends to issue a solicitation to supply and install a hydraulic loading dock list and its required pit and all mechanical necessities. Any disruption to the facility shall be coordinated through the Contracting Officer s Representative (COR) and Contracting Officer. Suitable line voltage electric will be supplied by CVAMC personnel. Contractors are to be fully briefed on the importance of tool safety where applicable to patient care. Contractor shall provide all supervision, necessary labor, tools, equipment, permits, testing and reports in accordance with all federal, state and local codes and regulations and materials to perform the job. All debris shall be removed from site and recycled along with tickets and weights. Any construction damage incurred because of installation is the responsibility of the contractor. If at any time during the construction something is uncovered that poses a risk to safety or function in any facet of the CVAMC, the contractor shall cease production and notify the COR and shall not proceed until authorized in writing by the Contracting Officer. Scope of Work: Form pit and 12-inch-thick protective wall encasement with steel curb angle iron with four 3 PVC drain holes and with 1/2-inch rebar cage. Extend pit walls down to 3 feet below finished grade. Point protective wall encasement and dock at an approximate 20-degree angle from the existing loading dock and fill in angles with concrete at wall and dock. (Coordinate alignment with VA COR). Pour 4000 psi concrete around new pit area. Ensure reinforced concrete pad holding the hydraulic lift is capable of 6000 pounds. Provide Certificate of Compliance with concrete. Reference attached detail. Provide and install new electrical disconnect, rigid conduit and electric wiring for new hydraulic lift. Backfill as needed and pour new concrete to existing dock height in area that held the old scissor lift and control box. Provide and install one (1) Hydraulic Dock Lift as a basis of design/salient characteristics Advance Lifts Model T2-60608 Recessed Dock Lift, with 10-year structural assembly warranty and 2-year parts and labor hydraulic assembly warranty. Conform to ANSI MH29.1 Minimum 6,000-pound capacity; 3000-pound axle capacity ends and sides 5 HP Motor; approximately 10 FPM travel velocity Deck to accommodate vehicle decks from 12 to 48 and platform dimensions of 6 -0 x 8 -0 Hydraulic fail safe Equipped with handrails and safety chains. Black and yellow safety striping and warning decals Maintenance stand Removable safety maintenance leg Safety checker plate deck and lip Toe guards (full range) Lip length 20 (nominal) Installation Style: Pit Model Power unit: self-contained 208V 3 phase 60 htz, with power unit cover for weather protection Provide 200V Motor Option Optional Hydraulic Oil: OIL22 standard dock lift Provide oil immersion heater. Wall mounted push button controls with key lock-out (NEMA 4X) Provide Bellows Screen option Bumpers: rubber truck bumpers bolted to wall Controls to be mounted on exterior wall of warehouse at functional location. All portions of the lift must be resistant to corrosion. Provide drain holes in the concrete walls at the pit floor level. Provide 3-inch schedule 40 PVC conduit with long sweep elbows for hydraulic hose between pit and power unit, or as recommended by manufacturer. Provide rigid steel electrical conduit sized per NEC and per lift manufacturer recommendations for electrical conductors. Half-lap conduits below the slab with 10-mil PVC tape. Seal around all penetrations. Extend storm leader at pavement up through new dock slab. Provide new copper downspout from gutter to the extended storm leader and secure to the wall. Provide gravel infill compacted to 95% Vendor shall supply own transportation to and from work site. All construction work must be contained within a 6-foot-high secured chain link fence and is a hardhat area. Vendor shall supply all necessary tools and equipment to accomplish job. Vendor will be assigned a 12x30 construction laydown area which must be secured. Vendor must supply their own PortaPotty with hand wash station. Vendor shall work Monday Friday between 7AM and 5PM except for federal holidays Concrete pour must be scheduled in advance to minimize traffic restrictions. All work must follow VA PG 18-1, VHA, EPA, and OSHA safety regulations and subject to frequent inspections. All work must conform to National, State, and Local building codes. Contractor will have 60 days from Notice To Proceed barring supply chain issues. Equipment shall have full parts and labor warranty for two years and a structural warranty for 10 years. Contractors shall provide qualified Masons for this job. This acquisition is being issued in accordance with FAR Part 14 Sealed Bidding procedures. In accordance with FAR 36.204, the magnitude of this construction project is between $100,000.00 and $250,000.00. The Solicitation documents and drawings will be available for download from the website https://www.sam.gov on or about April 15, 2025. Potential bidders are responsible for monitoring this site for the release of the solicitation package and any other pertinent information. The Government will not provide paper copies of the solicitation. Bidders shall be responsible for downloading their own copy of the solicitation package, drawings, and subsequent amendments, if any. Telephone, written, facsimile, or e-mail requests for the solicitation will NOT be honored. It is essential that interested parties register on the bidders mailing list at https://www.sam.gov, ""Interested Vendor List"". Individual copies of the Bidder's Mailing List WILL NOT be prepared nor distributed by the Contracting Officer. The solicitation amendments issued to the IFB will be posted to the website and bidders are advised it is their responsibility to obtain and acknowledge all amendments. Paper copies of amendments will NOT be individually mailed. This solicitation is to be issued as a 100% Set-Aside Service-Disabled Veteran Owned Small Business (SDVOSB). The bidder shall be small business under relevant North American Industrial Classification Standard (NAICS) code and shall be registered and current in the following websites: www.sam.gov and www.vetbiz.gov. Bidders shall ensure registrations in these websites are not expired and are correct, current and valid. The NAICS code for this project is 236220 Commercial and Institutional Building Construction and the small business size standard $45 Million. The only pre-bid Site Visit will be posted in the solicitation. The exact date/time/location of the Site Visit will be specified in the solicitation. The solicitation documents will be posted at the SAM.gov website (http://www.sam.gov) on or about April 15, 2025. Note: All prospective bidders shall be registered and certified in VETBIZ as a Certified SDVOSB in order to be considered for award (Class Deviation VAAR 804.1102 VIP Database).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ab539f7a5b3e4e4395ef62924c603f30/view)
- Place of Performance
- Address: Coatesville VAMC 1400 Blackhorse Hill Road, Coatesville 19320
- Zip Code: 19320
- Zip Code: 19320
- Record
- SN07386598-F 20250328/250326230053 (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 |