SOLICITATION NOTICE
Z -- 529-22-102 Replace CLC Nurse Call System Construction Keneisha Coleman NCO 4 Construction West VA-25-00062822
- Notice Date
- 4/7/2025 12:05:17 PM
- 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
- 36C24425R0073
- Response Due
- 5/22/2025 8:00:00 AM
- Archive Date
- 07/21/2025
- Point of Contact
- Keneisha Coleman, Contracting Specialist, Phone: 814-505-9032
- E-Mail Address
-
Keneisha.Coleman@va.gov
(Keneisha.Coleman@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- The Veterans Integrated Service Network #04 (VISN 04) Contracting Office / Butler Veteran Administration Medical Center anticipates soliciting a Request for Proposal (RFP) and subsequently awarding a single, Firm-Fixed-Price contract that will be the Best Value to the Government based on evaluation factors and price. All construction must be in compliance with applicable codes, VA policy/standards, and the terms of this contract. The contractor shall provide all tools, travel, trades, labor, materials, permits, licenses, and supervision for construction of the Replace CLC Nurse Call System construction project as specified in the Scope of Work. Note: This notice is NOT a request for proposal at this time. Project Scope Summary The contractor shall provide all, labor, materials, tools and equipment necessary for construction of a project described here along with other specified tasks as further defined in a request for proposal (RFP) for Replace CLC Nurse Call System Project No. 595-22-102. The project shall be completed in accordance with current VA guidelines, EPA requirements, VA Specifications and developed specifically to meet local requirements for the Butler VA Medical Center in Butler PA. The resultant contract of this procurement is to provide required completion of the referenced project and perform construction. Selection/Administration: This project is a Best Value solicitation. The Request for Proposal shall set forth the requirements for responding to the solicitation as well as all evaluation factors. The solicitation and scope of work will be available at Contracting Opportunities http://SAM.gov. Amendments to the solicitation will also be posted on this website. All parties must obtain solicitation documents and amendments to the solicitation through the website. Hard copies will not be mailed. It is the responsibility of the Contractor to frequently check the website for all notices, amendments, etc., regarding this solicitation. The Government will not be responsible for any notification not sent or received by the Contractor regarding the solicitation. The contract will be awarded in accordance with the procedures specified in the solicitation. This contract is being procured in accordance with the Federal Acquisition Regulation (FAR) Subpart 15. This contract is set-aside 100% for Service-Disabled Veteran Owned Small Business s (SDVOSB) capable of completing work under the North American Industrial Classification System (NAICS) code 236220 Commercial & Industrial Building & Construction with a size standard of $45.0 million in annual receipts for the past three years. The contract will be awarded as a Firm Fixed Price (FFP) contract. The period of performance is 365 calendar days from receipt of the Notice to Proceed. The Magnitude of Construction cost is between $1,000,000 and $5,000,000. The solicitation issue date will be on or about May 22, 2025. All questions pertaining to this solicitation must be received in writing via e-mail to Keneisha.Coleman@va.gov and Christopher.McDevitt@va.gov. NO TELEPHONE REQUESTS WILL BE HONORED. All questions and Government responses will be posted to the SAM.gov website. A pre-bid conference/site visit will be conducted on April 29th, 2025 at 10:00 am EST. Attendees will meet at the front entrance of Building 20 on the Butler VAMC Campus. All respondents must be registered in the System Award Management System (SAM) database at time of bid submittal. Offerors must be verified in the Department of Veterans Affairs (VA), Center for Veterans Enterprise (CVE) at http://www.vetbiz.gov/ at time of proposal offering in accordance with Veterans Affairs Acquisition Regulation (VAAR) Subpart 819.7003(b). Any offeror not CVE or SAM verified at time of proposal submittal will be disqualified and proposal will be rejected.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/64b812f8703d405ab0203286bbaa3c4f/view)
- Place of Performance
- Address: Butler VAMC 353 North Duffy Road, Butler 16001, USA
- Zip Code: 16001
- Country: USA
- Zip Code: 16001
- Record
- SN07399572-F 20250409/250407230050 (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 |