Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

Z -- 659-20-102_B2-SPS-SewerDeficiency (VA-21-00048243)

Notice Date
4/7/2021 5:58:14 AM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24621R0072
 
Response Due
4/22/2021 9:00:00 AM
 
Archive Date
06/21/2021
 
Point of Contact
Mark Griffin, Contracting Officer, Phone: 704-638-9000 13630
 
E-Mail Address
mark.griffin2@va.gov
(mark.griffin2@va.gov)
 
Awardee
null
 
Description
PRESOLICITATION NOTICE Project #659-20-102 B2 SPS Sewer Deficiencies The Department of Veterans Affairs, 1601 Brenner Ave Salisbury, NC has a requirement for a contractor to provide all labor, material, supplies, equipment, transportation, permits, license and qualified supervision for Project 659-20-102, to Replace Nurse Call at the W.G. Bill Hefner VA Medical Center, Salisbury, NC. General Scope: This project will consist of four items: ITEM 1: DUPLEX SANTIARY SEWER PUPMP STATION: Contractor shall provide all tools, labor, materials, equipment, traffic controls, permits, and supervision to complete work related, but not limited, to: 1. Removal of existing concrete sidewalk as necessary for installation of new pump station. 2. Excavation as required for installation of new pump station. 3. Furnish and install new duplex sanitary sewer pump station and associated control panel. 4. Backfill around new pump station and restore turf grass. 5. Replace portion of concrete sidewalk removed during installation of the pump station. ITEM II, SANITARY SEWER FORCE MAIN: work includes all tools, labor, materials, equipment, traffic controls, permits, and supervision, etc. to complete work related, but not limited, to: 1. Removal of existing concrete sidewalk as necessary for installation of new 4-inch sanitary sewer force main. 2. Removal of existing asphalt pavement and concrete curb and gutter at proposed force main location in front of the Building 5 dumpster pad. 3. Furnish and install new 4-inch sanitary sewer force main as indicated on the project drawings. This includes: a. Install portion of new 4-inch force main under existing concrete loading dock area, asphalt driveway to Building 5 dumpster pad, and concrete driveway to oxygen tanks utilizing horizontal directional drilling method as indicated on the project drawings. b. Install all portions of new 4-inch force main outside existing concrete loading dock area, asphalt driveway to Building 5 dumpster pad area, and concrete driveway to oxygen tanks area utilizing open cut method as indicated on the project drawings. c. Connect new 4-inch force main to new duplex sanitary sewer pump station and existing sanitary sewer manhole at Parking Lot 19 entrance. 4. Backfill pipe trench and restore turf grass areas. 5. Replace portions of concrete sidewalk removed during installation of sanitary sewer force main. 6. Replace and restore any concrete or asphalt areas damaged during the installation of the 4-inch force main. ITEM III, Electrical Work: Work includes all labor, material, equipment and supervision to perform the required electrical construction work on this project including, but not limited, to: Furnish and install new power from existing electric panel to new duplex sanitary sewer pump station and associated control panel. ITEM IV, Plumbing Work: Work includes all labor, material, equipment and supervision to perform the required Mechanical construction work on this project including, but not limited, to: 1. Removal of portions of the existing 4-inch sanitary sewer drainpipe and associated fittings and indicated on the project drawings. 2. Installation of a new 6-inch sanitary sewer drainpipe and connection to new duplex sanitary sewer pump station. 3. Connection of existing SPS equipment to new 6-inch sanitary sewer drainpipe. All work, including final cleanup and completion of any punch list items shall be performed within one hundred and fifty (150) days after the receipt of notice to proceed. Estimated magnitude of construction project is between $250,000 and $500,000. NAICS CODE: 237120 Size Standard: $39.5 Million This solicitation is anticipated to be a Total Service-Disabled Veteran Owned Small Business Set-Aside. Solicitation material will be available on or about July 1, 2021. Any specifications, drawings and amendments will be posted on this web site. Proposals will be due approximately 30 days after issuance of the solicitation. Location and points of contact for site visits will be identified in the solicitation. This notice is for informational purposes only and is not a request for proposals. The Government is not obligated to issue a solicitation as a result of this notice. No other information is available until issuance of the solicitation. No bidders list is maintained. All interested vendors should register on this website. It is the offerors responsibility to check the web site periodically for any amendments/notices to the solicitation. Prospective contractors must be registered in the System for Award Management (SAM) database in order to obtain access in www .beta.sam.gov. SAM and http://www.vip.vetbiz.gov registration must be current and active to be eligible for contract award. Contractors please note: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA; you now have the availability to enter and maintain your reps and certs with your proposal. Any questions regarding this announcement and all future announcements regarding this project must be emailed to mark.griffin2@va.gov. NO TELEPHONE REQUEST FOR BIDDING MATERIAL WILL BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d4c505acf1c34f19ace260474fa08a21/view)
 
Place of Performance
Address: W.G. Hefner VAMC 1601 Brenner Ave, Salisbury 28144
Zip Code: 28144
 
Record
SN05964947-F 20210409/210407230114 (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  © 1994-2020, Loren Data Corp.