Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2011 FBO #3549
SOLICITATION NOTICE

Y -- BLDG 17 Roof

Notice Date
8/11/2011
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Sheridan VAMC (See VA Rocky Mountain Consolidated Contracting Center) - Department of Veterans Affairs Medical Center
 
ZIP Code
00000
 
Solicitation Number
VA25911IB0164
 
Response Due
9/15/2011
 
Archive Date
11/14/2011
 
Point of Contact
Jason D Brown (Contracting)
 
E-Mail Address
5-3680<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A CORRECTION: SOLICITATION NUMBER VA-259-11-0156 IS HEREBY CANCELLED AND REPLACED WITH SOLICITATION NUMBER VA-259-11-IB-0164. ALL FUTURE DOCUMENTS ISSUED UNDER THIS SOLICITATION CAN BE VIEWED UNDER SOLICITATION NUMBER VA-259-11-IB-0164. THE SOLICITATION WILL CONDUCTED UNDER FAR PART 14. PLEASE REVIEW THE BELOW DESCRIPTION FOR ALL OTHER INFORMATION. THIS SATISFIES THE 15-DAY PRESOLICITATION REQUIREMENT OF FAR 5.203. VA-259-11-IB-0164 PROJECT # 666-11-825 BLDG 17 ROOF PROJECT FBO PRESOLICITATION DESCRIPTION The VA Medical Center Sheridan Wyoming, located at 1898 Fort Road, Sheridan, Wyoming is soliciting proposals for "BLDG 17 Roof" Project #666-11-825. The Department of Veterans Affairs (VA), Veterans Integrated Service Network 19 (VISN 19), is soliciting bids under Solicitation Number VA-259-11-IB-0164 for the following: Construction services are required at the VA Medical Center in Sheridan Wyoming, located at 1898 Fort Road, Sheridan, Wyoming 82801 to remove, repair and replace the roofing on BLDG 17, a historic structure located on the Sheridan VAMC as indicated in the plans and specifications under Project Number 666-11-825. Item I: Construction work shall include demolition of the existing slate shingles, removal of gutters and downspouts, removal of damaged or rotten eaves, fascia or other mouldings removed back to solid wood, and installation of new roofing elements (sheathing, sealants, underlayment, shingles) using best industry practices. All new trim elements shall be primed and painted to match the existing undisturbed building, and installation of new gutters and downspouts that will connect into the existing underground storm system. Deductive alternates: Deductive alternates, if need be, will be subtracted from the base bid in the order listed below until the VA reaches a price that will meet the project budget. The base bid shall be for all items indicated in the drawings and specifications. Alternate 1: All Items indicated in the statement of work, less the installation of new gutters and downspouts. CONTRACT DURATION: Performance period is approximately 45 calendar days from date of receipt of Notice to Proceed. The estimated construction range is between $25,000 and $100,000. METHOD OF AWARD: THE GOVERNMENT CONTEMPLATES AWARD OF A FIRM FIXED-PRICE CONSTRUCTION CONTRACT SOLICITED AS A SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET ASIDE. Award will be made on a competitive basis under Federal Acquisitions Regulations (FAR) 14 to a responsible business responding to this solicitation. In accordance with P.L. 109-461, Veterans First Contracting Program, this acquisition is set aside for Service Disabled Veteran Owned Small Business concerns. NAICS Code 238160 is applicable to this acquisition with a Business Size Standard of $14.0 million. Solicitation documents will be available electronically on or about August 15, 2011, at the FedBizOpps website at http://www.fedbizopps.gov. NO HARD COPIES OF THIS SOLICITATION WILL BE ISSUED. A MANDATORY site visit and pre-proposal conference is scheduled for 10:00 a.m. on Thursday, August 25, 2011, in BLDG 5 Rm 219 at the Sheridan VAMC, 1898 Fort Road, Sheridan, Wyoming 82801. Prospective bidders are required to attend this site visit to familiarize themselves with the project site and conditions which may affect their cost proposal. Failure to attend the mandatory site visit will mean that the non-attender's bid will not be considered. This will be the only site visit allowed; alternate site visit requests will not be accommodated. Upon review of the solicitation documents, prospective bidders are encouraged to provide questions and comments, in writing, in regards to the solicitation documents prior to the scheduled site visit. Solicitation number VA-259-11-IB-0164 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 FAR Part 4.12, prospective contractors must complete electronic on line annual representations and certifications (ORCA) databases prior to award of a contract. Both can be accessed at the Business Partner Network (BPN) website at http://www.bpn.gov/. Additionally, prospective contractors must also be registered, visible AND VERIFIED as a Service Disabled Veteran Owned Small Business at http://www.vetbiz.gov/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC666/ShVAMC666/VA25911IB0164/listing.html)
 
Record
SN02531173-W 20110813/110812000044-7cbc01d102f64a1dc7b73eacba2ade60 (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 |
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.