DOCUMENT
Y -- Grand Junction VAMC Mental Hygiene Ward Window Replacement - Attachment
- Notice Date
- 3/29/2011
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25911RQ0168
- Response Due
- 4/29/2011
- Archive Date
- 7/28/2011
- Point of Contact
- H. Reb Conn
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- VISN 19 Contracting located at 4100 E. Mississippi Street, Glendale, CO 80246 is soliciting offers from experienced and qualified Service Disabled Veteran Owned Small Businesses to provide all necessary labor, materials, services, equipment to perform construction services at the Grand Junction VAMC in Grand Junction, CO to prepare two (2) window areas of rooms 5011-1 and 5012-1 for the installation of new window panes with 7/16" laminated clear inserts. Preparation for the new windows would require any demolition damage to the exterior EFIS (DRY-VIT) to be repaired to match the existing surface finish. Upon the installation of the new window panes, the remaining window recesses shall be filled with a metal stud frame. Within this stud frame, an anodized mill finish aluminum fixed ―" thick polycarbonate clear panel window pane meeting ASTM F1233 attack rating of 1.4 shall be installed. The interior aluminum window assembly shall not exceed two (2) foot by two (2) foot. Any exposed fastening devices shall be tamper resistant and approved by the COTR prior to use and installation. The metal stud frame shall be covered with 5/8" DENS-PLY, taped and finished to match adjacent surfaces. All new surfaces shall be flush to the existing wall. The project shall be completed within 90 calendar days of Notice to Proceed. The estimated project cost range is between $ 25,000 and $ 100,000. The VA is issuing this Request for Proposals in accordance with FAR Part 15 as a Lowest Priced Technically Acceptable (LPTA) best value to the Government. Proposals will be evaluated and award will be made on the basis of the offeror meeting the minimum standards which are stated within the following evaluation criteria and the lowest overall price: Technical Capability - describe the education, training, and experience of your construction crew and supervisor as it relates to their ability to perform a job of this size and scope. All proposed crew and supervisor shall have the minimum education, training and experience as is normally expected of a company actively providing the required services and should have demonstrated experience to perform a project such as this within a VA Medical Center hospital. All offerors shall include a copy of their current state contractor's license with their proposals. Past Performance/References - All offerors shall provide the names, addresses and phone numbers of at least three previous customers on jobs of similar size and scope within the past 2 years in order that the VA may assess the level of competence demonstrated on these jobs. All three references must provide a favorable reference check to the Government. Schedule - provide a project schedule which indicates that the entire project shall be complete in no more than 90 calendar days from receiving a Notice to Proceed. Price - provide an itemized cost proposal showing all materials as well as quantities and unit pricing for each item. Provide hours for each trade along with their hourly wage rate. Also provide amounts for supervision, equipment, mobilization, subcontractors, profit, overhead, bonds and any other direct cost that comprises the total proposed amount. In accordance with P.L.109-461, this acquisition is restricted to Small Business Concerns Owned and Controlled by Service Disabled Veterans (SDVOSBs). NAICS Code 236220, which is for Commercial and Institutional Building Construction. The small business size standard for this NAICS is $33.5 million. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, prior to receiving an award of a contract under this SDVOSB set- aside. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. Solicitation documents should be available electronically on or about April 13th, 2011 at the FedBizOpps website at http://www.fedbizopps.gov. NO HARD COPIES OF THIS SOLICITATION WILL BE ISSUED. A site visit and pre-proposal conference is tentatively scheduled for April 20 at 9:00AM Mountain Time in Bldg 6 Conference Room at the Grand Junction VA Medical Center, at 2121 North Avenue, Grand Junction, CO. Prospective offerors are encouraged to attend this site visit to familiarize themselves with the project, project site and conditions which may affect your proposal. Upon review of the solicitation documents, prospective offerors are encouraged to provide questions and comments in writing in regards to the solicitation documents prior to the scheduled site visits. Solicitation number VA-259-11-RQ-0168 has been assigned and should be referenced on all correspondence regarding this announcement and solicitation. Interested firms are reminded that in accordance with FAR Part 4.11, prospective contractors are required to have an active registration in the Central Contractor Registration (CCR) and in accordance with FAR part 4.12, prospective contractors must complete electronic on line annual representations and certifications (ORCA) database prior to award of a contract. Both may be accessed at the Business Partner Network (BPN) website at http://www/bpn.gov/. All SDVOSBs submitting an offer must be registered and will be verified by the Contracting Officer in the VetBiz Information pages located at http://vip.vetbiz.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25911RQ0168/listing.html)
- Document(s)
- Attachment
- File Name: VA-259-11-RQ-0168 VA-259-11-RQ-0168_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=186796&FileName=VA-259-11-RQ-0168-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=186796&FileName=VA-259-11-RQ-0168-000.doc
- File Name: VA-259-11-RQ-0168 S03 PRE-SOLICITATION NOTICE GJVAMC MENTAL HYGIENE WARD WINDOW REVISIONS.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=186797&FileName=VA-259-11-RQ-0168-001.DOC)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=186797&FileName=VA-259-11-RQ-0168-001.DOC
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Record
- SN02411806-W 20110331/110329234617-ed7c95b2e57e14ebf09c0a7340e98b46 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |