Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2025 SAM #8452
SOLICITATION NOTICE

Y -- Renovate Bldg. 110 Ground Floor

Notice Date
1/15/2025 10:34:36 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24625B0013
 
Response Due
2/4/2025 11:00:00 AM
 
Archive Date
05/05/2025
 
Point of Contact
Moses Deng, Contract Specialist, Phone: 910-475-6807
 
E-Mail Address
moses.deng2@va.gov
(moses.deng2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
The Department of Veterans' Affairs is seeking the services of a qualified construction company to provide all labor, material, transportation, equipment, and qualified supervision required for the following construction project: Renovate Building 110 Ground Floor. Located at: Hampton VA Medical Center, 100 Emancipation Drive, Hampton, VA 23667 In general, the contractor shall be responsible for all facets of work, which includes, but is not limited to providing all tools, labor, materials, equipment, supervision, professional services, and expertise required to perform general construction, alterations, electrical work, and certain other items as indicated in the construction documents. The contractor shall manage and perform construction work as further defined in the contract to include, but not limited to, demolition, construction, construction management, submittals, equipment, scheduling, inspection and testing, environmental protection, recording of (As-Built) drawings and project closeout. The contractor shall also develop a schedule demonstrating fulfillment of the contract requirements such as: Project Schedule, Contractor Quality Control, Work Breakdown Structure (WBS) Plan and all other plans listed within this document to include deliverables. The contractor shall keep the Project Schedule up to date in accordance with the requirements of the contract and shall utilize the plan for scheduling, coordinating, and monitoring work under this contract (including all activities of subcontractors, equipment vendors and suppliers). Overall, the work shall be performed in strict accordance with construction drawings and specifications prepared by Department of Veterans Affairs. The contactor shall commence work under this contract promptly after Notice to Proceed (NTP), execute the work diligently, and achieve final completion and acceptance including final cleanup of the premises within five hundred forty (540) calendar days including submittals. This solicitation is anticipated to be 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set aside. Bids are solicited only from SDVOSB concerns and bids received from firms that are not SDVOSB VetCert shall not be considered. The NAICS code for this project is 236220: Commercial and Institutional Building Construction with Size Standard of $45 million. An Invitation for Bid is contemplated in accordance with Federal Acquisition Regulation (FAR) Part 14: An Invitation for Bid (IFB) with approximately 30-day response time after issuance of solicitation. Pursuant to VAAR 836-204 Magnitude of Construction, the estimated magnitude of construction is between $2,000,000 and $5,000,000. Solicitation material will be available on or about February 4, 2025. Material will include the solicitation and accompanying documents, specifications provided from the VA. Sealed Bids will be due approximately 30 days after issuance of the solicitation. Location and points of contact for site visits will be identified in the solicitation. This is a notice for informational purposes only and is not an Invitation for Bid. The government is not obligated to issue a solicitation as a result of this notice. No other information will be provided until issuance of the solicitation. No interested parties list will be maintained. Prospective contractors shall complete electronic annual representations and shall be registered in the System for Award Management (SAM) at https://www.sam.gov must be verified in the Small Business Administration s (SBA) Veteran Small Business Certification (VetCert) database (https://veterans.certify.sba.gov/) prior to submitting a bid, and shall have on file a current and complete VETS4212 report at http://www.dol.gov/vets/vets-100.html (if applicable). Bidders are further advised that failure to register in the SAM database and/or inability to provide a Unique Entity Identifier (UEI) will render your firm ineligible for award IAW FAR Clause 52.204-7(b). It is the offerors responsibility to check the SAM.gov website periodically for amendments and/or notices to the solicitation. No email, fax, or telephone inquiries will be answered as a result of this announcement. Telephone requests for plans will not be honored. No other information regarding scope, dates, etc. is available until issuance of the solicitation. A date and time for a pre-bid conference / site visit will be stated in the issued solicitation. Notice to Offerors: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.The Government will NOT reimburse any costs associated with registration, pre-bid attendance, or proposal preparation. This is a PRESOLICITATION NOTICE only. This is not a request for pricing at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3cc678f114f2442088aac14cca50f063/view)
 
Place of Performance
Address: Hampton VA Medical Center 100 Emancipation Drive, Hampton, VA 23667, USA
Zip Code: 23667
Country: USA
 
Record
SN07313721-F 20250117/250115230101 (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 |
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.