Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 16, 2025 SAM #8542
SOLICITATION NOTICE

78 -- 618-25-205 Replace Playground Equip 36C263-25-AP-2447

Notice Date
4/14/2025 12:26:17 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26325B0014
 
Archive Date
07/13/2025
 
Point of Contact
Daniel Dobler, Contract Specialist, Phone: 651-293-3015
 
E-Mail Address
daniel.dobler@va.gov
(daniel.dobler@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 The Department of Veterans Affairs, Network Contracting Office 23, 316 Robert Street N, Suite 506, St. Paul, MN, 55401, will be issuing a solicitation Invitation for Bid (IFB) on or about 4/29/2025 to request proposals for the following project: construction services for Project # 618-25-205 Replace Playground Equip, located at the Minneapolis, MN VA Health Care System, 1 Veterans Dr, Minneapolis, MN 55417. THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. In accordance with Public Law 109-461 and VAAR 819.7003 (b), bidders must be registered and certified in the Veteran Small Business Certification (VetCert) at (https://veterans.certify.sba.gov) as a SDVOSB. Only bids from verified SDVOSB s at VetCert database at the time of bid submission shall be deemed responsive. All non-responsive bids shall be rejected and ineligible for award. CONSTRUCTION BUDGET DESIGN LIMITATIONS/PROJECT MAGNITUDE: The Magnitude of Construction is between $25,000 - 100.000. NAICS: 236220 Commercial and Institutional Building Construction SMALL BUSINESS SIZE STANDARD: $45 million PROJECT DESCRIPTION: This procurement package is for the purchase and installation of a safer, up-to-date playground equipment and the removal of the existing playground. The awarded vendor must field verify the existing conditions of the playground installation site, procure playground equipment which meets current standards and codes for playground equipment, delivery new equipment to site, assemble and install new playground equipment in the designated playground site at Fisher House location. Awarded vendor is responsible for the tear down and removal of the old playground, including all related shipping debris and construction cleanup associated with installation of the playground. The awarded vendor is also required to conduct field measurements to ensure correct sizing and fit. All work shall be in accordance with Contracting Documents, Scope of Work (SOW), NFPA, local building codes, VA facility standards, and other applicable requirements. This will be a brand name sole source for a Burke playground model number# BCI 100-164548-1 BCI Burke 5-12 Age Group Playground. The Period of Performance will be 120 days from receipt of the Notice to Proceed. This is a new requirement and there is no existing or historical procurement information relative to this requirement. The IFB (solicitation), consisting of various bid documents, specifications, drawings, forms, etc. will be available for download at System for Award Management (SAM) Contract Opportunity https://sam.gov/content/opportunities). The Contract Opportunities website is the only official location to obtain solicitation information and documents. These documents will include complete details of the solicitation and project requirements. Any amendments to the solicitation will be posted at the same location. Interested bidders are advised they are responsible for obtaining all bidding documents via Contract Opportunities, and for monitoring the Contract Opportunities website for any changes to this announcement and pending solicitation. No other information regarding scope, dates, etc. is available until issuance of the solicitation via Contract Opportunities. A bidders list will not be maintained. Hard copies of any documents regarding this project will not be mailed or made available outside of this web site. All prospective bidders must have a Unique Entity Identifier (UEI) and must be registered and active in the SAM database (http://www.sam.gov). All prospective bidders must complete electronic online Representations and Certifications within SAM. The eventual awardee shall also have on file a current Department of Labor VETS4212 Federal Contractor Reporting filing at https://www.dol.gov/agencies/vets/programs/vets4212 (if applicable). All questions must be submitted in writing to the issuing Contract Specialist via email to Daniel.Dobler@va.gov No telephone inquiries will be answered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5d64dd864c774f9eb3e8349c443afbcc/view)
 
Place of Performance
Address: Minneapolis Fisher House 5045 E 54th St, Minneapolis 55417
Zip Code: 55417
 
Record
SN07408187-F 20250416/250414230052 (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.