Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOLICITATION NOTICE

Y -- Renovation and Expansion of VA Medical Center Community Based Outpatient Clinic located in Springfield Ohio

Notice Date
12/15/2008
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs, Dayton VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH 45428
 
ZIP Code
45428
 
Solicitation Number
VA-250-08-IB-0368
 
Response Due
1/5/2008
 
Archive Date
3/5/2008
 
Point of Contact
Les BodineContract Specialist<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The Department of Veterans Affairs Medical Center (VAMC), 4100 West Third Street, Dayton, OH 45428 has a requirement to renovate and expand the Springfield Ohio Community Based Outpatient Clinic (SCBOC) located at Burnett Plaza Shopping Center, 510-512 South Burnett Road, Springfield Ohio, 45505. VA250-08-IB-0368 will be issued on or about DECEMBER 18, 2008 with sealed bids due approximately 30 days later. The bid opening date will be provided in the solicitation. The project consists of renovating existing interior space and also expanding the clinic by approximately 2000 square feet. The 2000 square feet to be added exists under roof and adjoins the SCBOC. THIS REQUIREMENT IS 100 PER CENT SET ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) concerns and the proposed contract will be awarded to a service disabled veteran owned small business. Offers or quotations from other than Service Disabled Veteran Owned Small Business concerns will not be considered and shall be rejected. DEFINITIONS: "Service Disabled Veteran Owned Small Business Concern" means a small business concern, 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 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. Service disabled veteran means a veteran as defined in 38 U.S.C. 101, with a disability that is service connected, as defined in 38 U.S.C. 101 (16). The firm must be SMALL under relevant North American Industrial Classification Standard (NAICS) CODE 236220 and the firm must be REGISTERED and CURRENT in the following websites: http://www.vip.vetbiz.gov, http://www.ccr.gov, and https://orca.bpn.gov to be eligible for award. Offerors must ensure registrations in these websites are not expired and are correct, current and valid. The Contracting Officer is not responsible for correcting information. The Contracting Officer is not responsible for incomplete Joint Ventures. Each of the parties of firms qualifying as a joint venture under the SDVOSB program, must be a small business and, one of the parties, the managing participant, must be an SDVOSB. The Joint Venture Agreement (JV Agreement) must be completed at the time of bid opening and conform to JV requirements. JV Agreements should be submitted with the bid. The Small Business Size Standard is $31,000,000.00. Bid Bond, Payment Bond, and a Performance Bond will be required. The estimated project price range is between $250,000.00 and $500,000.00. PROJECT: The Contractor shall provide, but is not limited to, all labor, materials, equipment, tools, supervision, permits and insurance to complete VAMC project within an estimated 180 days after award. The project is titled SCBOC Renovation and Expansion and requires increasing the size of the clinic and renovating portions of the existing clinic, obtaining required permits from the City of Springfield Ohio, compliance with City requirements and inspections, and obtaining an occupancy permit upon completion of the project. The Solicitation, Specifications, and Drawings will be posted on this FedBizOpps website (http://www.fbo.gov on or about December 18, 2008. Electronic drawings are deemed sufficient for quoting; however, a limited number of hardcopy drawings will be available upon your written request, limited to one copy per requestor. If the initial supply is exhausted, the time required for VAMC to reproduce and mail additional copies of drawings could impact the preparation of your quote. Contracting Officer is not responsible for the time required to provide additional drawings. Electronic or telephone requests for drawings will not be accepted. Specifications will be provided electronically at FBO. Neither electronic bids nor faxed bids will be accepted. Once the Solicitation is posted, ALL REQUESTS FOR DOCUMENTS, QUESTIONS, OR INFORMATION MUST BE IN WRITING, addressed to Contracting Officer, Veterans Affairs Medical Center, Building 408, NBC Contracting, 4100 West Third Street, Dayton Ohio 45428, and sent after the date that Solicitation VA-250-08-IB-0368 is posted. No other person is authorized to provide project information. No other organization, including the A/E is authorized to provide project information or answer questions. All correspondence regarding the contents of Solicitation VA-250-08-IB-0368 must be sent in writing on the firm's letterhead, containing a point of contact (POC), the solicitation number, and phone and fax numbers and must be addressed to the Contracting Officer. Correspondence regarding the solicitation may be faxed to (937) 262-5974. All interested Offerors (subs and prime) should register at http://www.fbo.gov so that others will know of your interest in participating in this procurement. Registrants will also automatically receive any updates or amendments. A Bidder's mailing list will not be prepared nor distributed by the Contracting Officer, as it is the interested vendors and prospective subcontractors responsibility to register in the FBO website. A ONE-TIME SITE VISIT IS PLANNED FOR THE WEEK OF JANUARY 5, 2008. SITE VISIT INFORMATION WILL BE IN THE SOLICITATION PACKAGE. DUE TO SECURITY REQUIREMENTS, ALL SITE VISIT ATTENDEES MUST BE PRE-REGISTERED IN ORDER TO ATTEND. ANY INDIVIDUAL NOT PREGISTERED WILL BE EXCLUDED FROM THE SITE VISIT. Failure to attend the site visit shall not relieve the successful Bidder from compliance with all specifications, drawings, terms and conditions of a resultant contract. Any amendments to the solicitation will be posted at http://www.fbo.gov. Paper copies of amendments will NOT be individually mailed. Offerors are reminded they are responsible for obtaining and acknowledging in writing all amendments to the solicitation prior to the time for receipt of offers as prescribed by FAR 52.214-3 Amendments to Invitations for Bid. Bidders are responsible for revisiting the website periodically to look for updates. No telephone inquiries will be accepted. An award is subject to availability of funds.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5d8e04483d22e6f865d45cec291746ee&tab=core&_cview=1)
 
Place of Performance
Address: Springfield CBOC;Burnett Plaza Shopping Center;510-512 South Burnett Road;Springfield OH<br />
Zip Code: 45505<br />
 
Record
SN01718656-W 20081217/081215214736-5d8e04483d22e6f865d45cec291746ee (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.