DOCUMENT
Y -- 595-17-4-5482-0037 - DDC Control Upgrade Phase 2 Project 595-14-108 (VA-17-091839) - Attachment
- Notice Date
- 7/12/2017
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4
- Solicitation Number
- VA24417B1117
- Archive Date
- 10/10/2017
- Point of Contact
- Jeffrey.Zbezinski@va.gov
- E-Mail Address
-
jeffrey.zbezinski@va.gov
(jeffrey.zbezinski@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Veterans Integrated Service Network 04 (VISN 04) Contracting Office in Butler, PA intends to issue an Invitation for Bid (IFB) to award a single, firm fixed-price contract for Construction Services related to the Construction of DDC Control Upgrade Phase 2 project #595-14-108 all work to be performed at the Lebanon VA Medical Center, located at 1700 S. Lincoln Ave, Lebanon, PA 17042. All construction must be in compliance with applicable codes, VA policy/standards, and the terms of this contract. The requirement is to convert Buildings 6, 10, 17, 18, 22, 24, 106, and 136 from Johnson Metasys to Delta Controls. The contractor in addition to providing all tools, travel, trades, labor, materials, permits, licenses and supervision; the contractor shall provide a Delta Controls open protocol direct digital control building automation system and tie into the existing Delta Controls system. The contractor shall provide engineering, design, graphics, installation and materials to replace all DDC controls of Building s 6, 10, 17, 18, 22, 24, 106, and 136 existing HVAC equipment that resides on the M3 Johnson Controls system. The work shall include removing existing Johnson Metasys equipment and replacing with the specified Delta Controls equipment. Any necessary changes to the system to accommodate the Delta Controls equipment shall be provided and performed by the contractor. Several items for this project are sole sourced, the details will be posted in the solicitation along with drawings and specifications. The period of performance is 120 calendar days from date of award, unless otherwise directed by the Contracting Officer (CO).. The solicitation, specifications and drawings will be available at http://www.fedbizopps.gov. Amendments to the solicitation will also be posted on this website. All parties must obtain solicitation documents and amendments to the solicitation through the web site. Hard copies will not be mailed. Interested parties must go to the http://www.fedbizopps.gov web site to be entered on the Interested Vendors Mailing List and to obtain copies of the Interested Vendors Mailing List. It is the responsibility of the Contractor to frequently check the website for all notices, amendments, etc., regarding this solicitation. The Government will not be responsible for any notification not sent or received by the Contractor regarding the solicitation. The contract will be awarded in accordance with the procedures specified in the solicitation. The solicitation will be issued as an Invitation for Bid (IFB) conducted in accordance with Federal Acquisition Regulation FAR Subpart 14. This project is being solicited as a TOTAL 100 % SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE (SDVOSB). The North American Industry Classification System (NAICS) Code for this procurement is 236220, with a small business size standard of $36.5 million in annual receipts for the past three years. The Magnitude of Construction cost is between $500,000 and $1,000,000. The solicitation issue date will be on or about July 28, 2017. All questions pertaining to this solicitation must be received in writing via e-mail to Jeffrey.Zbezinski@va.gov. NO TELEPHONE REQUESTS WILL BE HONORED. All questions and Government responses will be posted to the FedBizOpps website. A pre-bid conference/site visit will be conducted for this solicitation approximately one week after solicitation posting. Time, date and location will be specified in the solicitation. All respondents must be registered in the System Award Management System (SAM) data base at time of bid submittal. Offerors must be verified in the Department of Veterans Affairs (VA), Center for Veterans Enterprise (CVE) at http://www.vetbiz.gov/ at time of bid offering in accordance with Veterans Affairs Acquisition Regulation (VAAR) Subpart 819.7003(b). Any offeror not CVE or SAM verified at time of bid submittal will be disqualified and bid will be rejected.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417B1117/listing.html)
- Document(s)
- Attachment
- File Name: VA244-17-B-1117 VA244-17-B-1117_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3652269&FileName=VA244-17-B-1117-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3652269&FileName=VA244-17-B-1117-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-17-B-1117 VA244-17-B-1117_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3652269&FileName=VA244-17-B-1117-000.docx)
- Place of Performance
- Address: Lebanon VAMC;1700 S Lincoln Ave;Lebanon, PA 17042
- Zip Code: 17042
- Zip Code: 17042
- Record
- SN04577088-W 20170714/170712235358-68e9c8721fe41a698b79f586d17bb3f5 (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 |