SOLICITATION NOTICE
Z -- 3rd, 6th, & 8th Floor, East to West Elevator -Renovate Halls & Walls
- Notice Date
- 12/4/2024 12:59:50 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24725R0024
- Response Due
- 12/19/2024 10:00:00 AM
- Archive Date
- 01/03/2025
- Point of Contact
- Kimberly Devlin, Contract Specialist, Phone: 706-627-2796
- E-Mail Address
-
kimberly.devlin@va.gov
(kimberly.devlin@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- THIS PRESOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL. VENDORS SHOULD NOT SUBMIT FORMAL PROPOSALS UNTIL THE RFP IS POSTED TO THIS WEBSITE. CONSTRUCTION SERVICES This acquisition is a 100% set aside for Certified� Service-Disabled Veteran-Owned Small Businesses. Prospective Contractors are cautioned that proposal submitted in response to this solicitation must meet the criteria identified in VAAR Clause 852.219-73, VA Notice of Total Set-Aside for� Certified� Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION). Prospective Contractors must comply with VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION). In the case of a contract for General Construction Contractors, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73. Any work that a similarly situated subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm, must be certified and listed in the SBA certification database (https://veterans.certify.sba.gov/) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualification. For a Joint Venture to be considered eligible as an SDVOSB, the joint venture� 13 CFR 128.402 and the managing joint venture partner make the representations under paragraph (c) of this clause.� A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph 852.219-73(d) of the clause will be performed by the aggregate of the joint venture participants. Failure of a prospective SDVOSB to meet these certification requirements by the SBA shall result in elimination from consideration. Firms are required to report to VETS -4212 Federal Contractor Reporting in accordance with FAR 52.222-37, Employment Reports on Veterans at https://www.dol.gov/agencies/vets/programs/vets4212. Contract Information A Firm-Fixed Price (FFP) Construction Contract is contemplated for: Project/Title: 521-25-101|3rd, 6th, & 8th Floor, East to West Elevator -Renovate Halls & Walls Work Location: Birmingham VA Medical Center, Birmingham, AL., 35233. Magnitude of Construction: Between $500,000 and $1,000,000. Estimated/Target Completion Period: __calendar days after issuance of Notice to Proceed (NTP). NAICS Code: 236220, Commercial and Institutional Building Construction, a size standard of $45 million. Project Information/Statement of Task This project will consist of demolition and installation, one for one, replacement of all ceiling tiles. It will also include the application of new paint color on all the walls, the demolition & installation of new wall protection, the demolition & installation of new cove base, the demolition of existing flooring, and the installation of new commercial grade rubber tile. The included drawings specify which areas will receive the work specified. Reference the green highlighted areas within the included drawings for areas within scope. All work shall be performed/installed per the manufacturer s instructions and the project specifications. The most stringent requirements shall govern. In addition to providing product, that meets our needs and specifications. Delivery dates and shipments are to be delivered will be coordinated with the Birmingham VAMC Engineering POC or Interior Designer will be required of the selected vendor. Selection Criteria This requirement will be procured utilizing Trade-Off Source Selection process, providing the Best Value to the Government. Submission Criteria/Requirements Solicitation number 36C24725R0024, inclusive of all pertinent documents, specifications, and drawings, is scheduled for publication on or around December 23, 2024, on the SAM.gov website under the Contract Opportunities section. All amendments to the solicitation will be disseminated exclusively through this website. Offerors are responsible for confirming the quantity of amendments issued. Site Visits A pre-proposal site visit will be held. Date and time will be announced in the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7c6fe68fea5c4fd2906f72f65857a380/view)
- Place of Performance
- Address: Birmingham VA Medical Center 700 19th Street, Birmingham 35233, USA
- Zip Code: 35233
- Country: USA
- Zip Code: 35233
- Record
- SN07281221-F 20241206/241204230108 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |