DOCUMENT
Y -- Ambulatory Care Center - Flooring Replacement Veteran Affairs Medical Center (VAMC) H.J. Heinz III Division Pittsburgh, PA - Attachment
- Notice Date
- 6/11/2015
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4C);8380 Colesville Road, Suite 420;Silver Spring, MD 20910
- ZIP Code
- 20910
- Solicitation Number
- VA10115R0135
- Response Due
- 6/19/2015
- Archive Date
- 9/17/2015
- Point of Contact
- John Ezell
- E-Mail Address
-
holson<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Department of Veterans Affairs, Office of Construction and Facilities Management (CFM), Eastern Regional Office, Silver Spring, Maryland has a requirement to replace the flooring (approximately 50,000 square feet) in the Ambulatory Care Center (Building 71) located at the Veteran Affairs Medical Center (VAMC), H. J. Heinz III Division, Pittsburgh, Pennsylvania. Project includes removing old flooring, installing a moisture mitigation system and installing new flooring. This procurement is set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB). The estimated cost of this project is between $2,000,000 and $5,000,000. The applicable North American Industry Classification System (NAICS) code is 236220 and the small business size is $36.5 million. The approximate construction duration is 475 days after the issuance of the notice to proceed. The project will be a collaborative effort between the VAMC Pittsburgh, the contractor, vendors of specialized equipment and CFM. The contractor shall coordinate with CFM and the vendors to present a schedule to complete this task. The contractor shall provide all labor, materials, transportation, supervision, supplies and tools necessary to move all furniture, equipment and ancillary supplies from the construction area to a pre-designated location or an off-site storage facility that is bonded and climate controlled. After floor replacement the contractor shall be responsible for reinstalling all furniture, equipment and ancillary supplies. The contractor shall also be responsible for providing recalibration of all equipment with the specific vendor currently providing warranty to the equipment. Recalibration shall guarantee continuation of the warranty. The prime contractor must be registered in the System for Award Management (SAM) database at https://www.sam.gov. The prime contractor must also be registered in the Office of Small and Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP) at https://www.vip.VetBiz.gov at the time of award. Prospective Offerors must obtain copies of solicitation do cuments from FedBizOpps. By registering at FedBizOpps (https://www.fbo.gov) the Offerors will have access to downloading plans, specifications and amendments, which will be available only in Adobe PDF electronic format. The Offerors must be registered in SAM and have a DUNS Number to download documents. By registering for the Register to Receive Notification list at fbo.gov, you will be notified by email of any new amendments that have been issued and posted. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Request for Proposal will be issued on or about June 24, 2015. A Pre-Proposal conference will be held at a day and time to be determined. A site visit will be conducted immediately following the Pre-Proposal conference. There will be no public bid opening. All Offerors must ensure that their firms have the ability to provide both 100% Performance and Payment Bonds. In addition, the Offerors will be required to submit a bid guarantee (Bid Bond) with their proposal. The proposal will be evaluated and award made utilizing the Best Value Continuum/Tradeoff Process per FAR Part 15. Offerors are advised award may be made without discussion. If you have questions, please contact John Ezell at John.Ezell@va.gov. In the subject line of any email sent, identify: Floor Replacement Pittsburgh ACC VA101-15-R-0135.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10115R0135/listing.html)
- Document(s)
- Attachment
- File Name: VA101-15-R-0135 VA101-15-R-0135_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2102169&FileName=VA101-15-R-0135-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2102169&FileName=VA101-15-R-0135-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101-15-R-0135 VA101-15-R-0135_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2102169&FileName=VA101-15-R-0135-000.docx)
- Place of Performance
- Address: 1010 Delafield Road;Ambulatory Care Center;Building 71, VAPHS;Heinz Campus, Pittsburgh, PA
- Zip Code: 15215
- Zip Code: 15215
- Record
- SN03761003-W 20150613/150611234833-9294b6c0292a1a5f4d24d48fc90826ea (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 |