Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SOLICITATION NOTICE

Z -- Repair Elevators/Install CLC Elevator

Notice Date
10/13/2021 1:34:54 PM
 
Notice Type
Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25021B0051
 
Response Due
10/21/2021 8:00:00 AM
 
Archive Date
11/20/2021
 
Point of Contact
Jeremy S Nee, Contract Specialist
 
E-Mail Address
Jeremy.Nee@va.gov
(Jeremy.Nee@va.gov)
 
Awardee
null
 
Description
Page 3 of 3 Repair Elevators & Install CLC Elevator THIS PROJECT IS SET ASIDE FOR SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB) ONLY The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 10 has a requirement to Repair Existing Elevators and Install Elevator in CLC Main Entry (Project 538-20-206) at the Chillicothe VA Medical Center, 17273 OH-104, Chillicothe, OH 45601. The contractor shall furnish all labor, materials and equipment necessary to complete new construction including, but is not limited to, architectural, mechanical, electrical, and plumbing requirements as shown on drawings and specifications. The general scope of this project includes performing work such as installing car top rails, maintenance of doors, repair of leaking power units, and replacement of pump fittings at (8) elevators and (2) machine rooms. It also includes modernization of (2) elevators which includes tasks such as installing new HVAC temperature sensors in the existing machine rooms, demolition of existing and installation of a new split system heat pump unit (1 location only), lighting upgrades, new elevator controller, new interior finishes, etc. Lastly, the project also includes installation of a new elevator system in B210/B211 CLC Connector (shaft and empty machine room is existing). The work shall include infection control, dust prevention, and noise and vibration control/reduction measures from construction work. The project shall also include phasing to accommodate the Medical Center s ongoing operations. All work shall be conducted in complete accordance with the project Statement of Work (SOW), specifications, and drawings (to be published in the Solicitation, if issued). ICRA requirements; Type D Construction project, Patient Risk Group as Low Risk, ICRA Class III. All work shall be closely coordinated with VA Contracting Officer (CO) and Contracting Officer s Representative (COR). DURATION OF PROJECT: All work shall be completed within the Period of Performance (POP) indicated in the solicitation. Estimated POP is 365 calendar days from issuance of the Notice to Proceed. SOLICITATION DOCUMENTS: The solicitation documents (if issued) will be posted to Contract Opportunities https://beta.sam.gov/ on or about June 25, 2021, with proposals due approximately 30 days later. Dissemination of the solicitation, specifications and drawings is limited to electronic medium. All interested Offerors (primes & subcontractors) should register at https://beta.sam.gov/ so that others will know of your interest in participating in this procurement, and for automatic receipt of updates or amendments. An Offeror's mailing list will NOT be prepared nor distributed by the Contracting Officer, as it is the Offerors responsibility to register at the https://beta.sam.gov/ website. SET-ASIDE INFORMATION: This solicitation shall be issued pursuant to the authority under Public Law 109-461 (38 U.S.C. 8127) and is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). Responding SDVOSBs MUST be classified as a small business under the relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and verified in the following websites: https://vetbiz.va.gov/, and https://beta.sam.gov/, to be eligible for award. Offerors MUST ensure registration in these websites is accurate, complete, and have not expired prior to proposal due date. Project magnitude is between $500,000.00 and $1,000,000.00. The North American Industrial Classification Standard (NAICS) code assigned to this construction project is 236220, Commercial and Institutional Building Construction, with a small business size standard of $39.5 million. In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.219-10(d) (3), the SDVOSB Contractor or SDVOSB Sub-Contractor shall be required to perform a minimum of 15% of the construction work on this project. The offeror shall obtain all necessary licenses and/or permits required to perform this work in the state of Ohio. BONDS: A hard copy and electronic copy in form of Bid, Payment and Performance shall be required. SITE VISIT: A one-time only site visit shall be scheduled for this project. Site-visit information to be included in the solicitation package. All interested parties are encouraged to attend the site visit. All questions generated from the site visit shall be submitted in writing to the contracting officer via email (Jeremy.Nee@Va.Gov). SOLICITATION AMENDMENTS: Amendments to the solicitation shall be posted at https://beta.sam.gov/. Paper copies of the amendment(s) WILL NOT be individually mailed. By registering to ""Watch This Opportunity"", you will be notified by e-mail of any new amendments that have been issued and posted. No other notification of amendment(s) shall be provided. Offerors are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers as prescribed by FAR 52.215-1 [Instruction to Offerors Competitive Acquisition], Paragraph (b) [Amendments to solicitations]. Offerors should re-visit the website periodically to look for updates. Questions shall be emailed to Jeremy.Nee@Va.Gov. The Contracting Officer cannot guarantee that a response to e-mailed questions will be received. Answers to received questions shall be consolidated and posted to Contract Opportunities https://beta.sam.gov/. All emails pertaining to this project must identify the project and contain: 538-20-206 Repair Elevators & Install CLC Elevator in the Subject line. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS IS A PRE-SOLICITATION NOTICE ONLY. A SOLICITATION IS NOT CURRENTLY AVAILABLE.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cfbe774f5d504b0a98b62196f44a3cbb/view)
 
Record
SN06156740-F 20211015/211013230111 (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.