DOCUMENT
Z -- 657-10-117JC - REPLACE EMERGENCY POWER SYSTEM - Attachment
- Notice Date
- 9/15/2011
- Notice Type
- Attachment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Veterans Affairs;VA Medical Center;#1 Jefferson Barracks Drive;St. Louis, Mo 63125-4199
- ZIP Code
- 63125-4199
- Solicitation Number
- VA25511RP0502
- Response Due
- 7/11/2011
- Archive Date
- 10/12/2011
- Point of Contact
- Pat Czajkowski
- E-Mail Address
-
4-6575<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Award Number
- VA255-C-2206
- Award Date
- 9/12/2011
- Awardee
- J. W. FULLER CONSTRUCTION, L.L.C.;9 CLAIBORNE PL;SAINT LOUIS;MO;631191606
- Award Amount
- $4,790,000.00
- Description
- PRESOLICITATION NOTICE The Department of Veterans Affairs, VA Heartland Network 15, intends to issue a Solicitation for Project 657-10-117JC, FCA - Replace Emergency Power which is located at the John Cochran VA Medical Center, 915 N. Grand, St. Louis, Missouri. The SCOPE of WORK includes, but is not limited to: The Contractor shall supply and install in building 1 room CB02A, new generator, bypass-isolation automatic transfer switches, generator distribution switchboard, normal power substation, emergency power switch board, in building 1A, 2 new generators, 2000 gallon fuel tank, building addition for generators, bypass-isolation automatic transfer switches, normal power switchboard, emergency power switchboard, and in building 1 room A020 new emergency distribution with new outside transformer at the John Cochran VAMC Saint Louis, Missouri as required by drawings and specifications. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, this construction project is a Total Set-Aside for Service-Disabled Veterans-Owned Small Businesses (SDVOSB). The estimated magnitude of this construction project is: "Between $2,000,000 and $5,000,000." The estimated performance period for completion of construction is 365 calendar days from Notice to Proceed (NTP). SCHEDULED OPENING & CLOSING DATES. This Solicitation will be available, on or about, 6-10-2011 and the Proposals will be due, on or about, 07-11-2011. The issued Solicitation, including any amendments, shall establish the official opening and closing dates and times. Proposals received in response to this Solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for the Lowest Price Technically Acceptable Offer (LPTA). The award will be based on the evaluation factors contained in the solicitation. The government plans to award without discussions. NAICS CODE & SBA SIZE STANDARD: The North American Industry Classification System (NAICS) Code for this project is 238210 with a Small Business Size Standard of $14 Million. Offers from other than service-disabled veteran-owned small business concerns will not be considered and shall be rejected. All responsible sources may submit a proposal which shall be considered by the agency. PERFORMANCE OF WORK BY PRIME CONTRACTOR. At least Twenty-Five (25%) percent of the cost of the contract performance incurred for personnel must be spent on the concern ™s employees or the employees of other service-disabled veteran-owned small business concerns. An organized site visit is scheduled to be conducted on June 21, 2011 at 9:45 a.m. The offeror is responsible to monitor and download any amendments from the Federal Business Opportunities (http://www.fedbizopps.gov) website, which may be issued to this solicitation. In accordance with FAR 52.204-7, Required Central Contractor Registration and in accordance with FAR 2.101, Veterans Affairs Regulation (VAAR) 802.101, VetBiz Registration, prospective contractors must be registered in Central Contractor Registration (CCR) and in the VetBiz databases under the applicable NAICS. Firms may obtain CCR information at http://www.ccr.gov and VetBiz information at http://vip.vetbiz.gov. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to pauline.czajkowski@va.gov and ensure that the subject line reads œVA-255-11-RP-0502. (END OF SYNOPSIS)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25511RP0502/listing.html)
- Document(s)
- Attachment
- File Name: VA255-C-2206 VA255-C-2206_1AWD.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=256558&FileName=VA255-C-2206-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=256558&FileName=VA255-C-2206-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-C-2206 VA255-C-2206_1AWD.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=256558&FileName=VA255-C-2206-000.doc)
- Record
- SN02578721-W 20110917/110916000422-6fa77fa22a6a8132f5a7d96df57cf29c (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 |