Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
SOLICITATION NOTICE

Z--Z -- Z-Improve security and Renovate the ER and Nuclear Med Reception areas

Notice Date
8/11/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Contracting Officer, (90C), 4100 West Third Street, Dayton, Ohio 45428
 
ZIP Code
45428
 
Solicitation Number
552-36-05
 
Response Due
9/22/2005
 
Archive Date
10/22/2005
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The VA Medical Center (VAMC), 4100 West Third Street, Dayton, OH 45428 has a requirement to Improve Security and Renovate areas of the Emergency Room and Nuclear Medicine Reception areas in buildings 310 and 330. IFB 552-36-05 will be issued on or about August 22, 2005 with a closing date on or about September 22, 2005. THIS REQUIREMENT HAS BEEN SET ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS (SDVOSB). Notice of Set Aside for Service Disable Veteran Owned Small Business Concerns ? (a) the proposed contract is 100 % set aside for award to service disabled veteran owned small business concerns. Offers or quotations from other than Service Disabled Veteran Owned Small Business concerns will not be considered and shall be rejected. (b) Definitions: As used in the provision: ?Service Disabled Veteran Owned Small Business concern? ? (1) Means a small business concern ? (i) Not less than 51 percent of which is owned by one or more service disabled veteran or, in the case of any publicly owned business, not less than 51 percent of stock of which is owned by one or more service disabled veterans; and (ii) the management and daily business operation of which are controlled by one or more service disabled veterans or in the case of a veteran with permanent and severe disability, the spouse of permanent caregiver of such veteran. (2) Service disabled veteran means a veteran as defined in 38 U.S.C. 101 (2), with a disability that is service connected, as defined in 38 U.S.C. 101 (16). The Contractor shall provide, but not be limited to providing, all labor, materials, equipment, tools, supervision, permits and insurances to perform the Improve Security and Renovate Emergency Room and Nuclear Medicine Reception areas. Estimated cost range is between $250,000.00 and $500,000.00. Period of performance shall be 150 days. The North American Industrial Classification Code (NAICS) for this procurement is 236220 and the Small Business Standard is $28,500,000.00. Bid bonds, Payment and Performance bonds will be required. The solicitation package, specs and drawings will be available on or about August 22, 2005, with a bid opening date on or about September 22, 2005. There will be a non-refundable charge of $40.00 for the solicitation, specs and drawings. There will be a limited number available and they will be first come, first serve. The payment must be in the form of a certified check or money order. NO cash, personal or company checks will be accepted. Written requests for packages must be on the firm?s letterhead and include the mailing address (no P.O. Box?s), a point of contact and phone number. Electronic or telephone requests for packages will not be accepted, nor will electronic bids. Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. All correspondence regarding the solicitation contents, or general questions must be addressed in writing on the firm?s letterhead, containing a point of contact (POC), the solicitation number, phone and fax numbers and must be addressed to the Contracting Officer listed. Correspondence may be faxed to 937-262-5974. No e-mail questions or requests for information will be responded to. A ONE TIME site visit will be scheduled and that information will be in the solicitation package. Offerors are encouraged to attend. Failure to attend this ONE TIME ONLY site visit shall not relieve the successful Contractor from compliance with all of the specifications, terms and conditions of resultant contract. All offerors must be registered in www.ccr.gov to do business with the Government. Ensure your registration is correct, current and has not expired. The procurement is subject to the availability of funds. See numbered note 29.
 
Place of Performance
Address: 4100 West Third Street, Dayton, OH
Zip Code: 45428
Country: United States
 
Record
SN00868141-W 20050813/050811212018 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.