Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
SOLICITATION NOTICE

Z -- RECOVERY Z--Replace Elevators B91 & B122 Leavenworth Stimulus

Notice Date
12/22/2009
 
Notice Type
Presolicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th St. Trwy;LEAVENWORTH KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA-255-10-RA-0162
 
Response Due
1/7/2010
 
Archive Date
2/6/2010
 
Point of Contact
LoLa A. Feeney
 
E-Mail Address
Contracting Officer
(Lola.Feeney@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RECOVERY ACT: Contractor shall provide labor, equipment, testing and hardware to furnish specified alterations and new components on three elevators in building 91 and two elevators in building 122. New air-conditioning to be provided in building 91 elevator pent house along with new controls and elevator cab renovation in both buildings 91 and 122 in accordance with specifications and drawings for Project 589A6-07-135, Replace Elevator Controls B91/B122, Dwight D. Eisenhower VAMC, Leavenworth, Kansas. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, this construction project is a competitive total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project cost range is between: $1,000,000.00 to $2,000,000.00. The North American Industry Classification Code (NAICS) for this procurement is 238290 with a small business size standard $14.0 million. The estimated completion period for this work is 365 calendar days for Bid Item #1 and 150 calendar days for Bid Item #2 after receipt of notice to proceed. This completion period includes final inspection and clean-up. Award will be made utilizing the Lowest Price Technically Acceptable (LPTA) Source Selection Process in accordance with Federal Acquisition Regulation Part 15. The successful prime contractor must perform no less than 25 percent of the General Construction labor. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions, but reserves the right to hold discussions if necessary. The offeror is responsible to monitor and download any amendments from the Federal Business Opportunities (http://www.fedbizopps.gov) website, which may be issued to this solicitation. In accordance with FAR 52.204-7, Required Central Contractor Registration and in accordance with FAR 2.101, Veterans Affairs Acquisition Regulation (VAAR) 802.101, VetBiz Registration, prospective contractors must be registered in Central Contractor Registration (CCR) and in the VetBiz databases under the applicable NAICS. Firms may obtain CCR information at http://www.ccr.gov and VetBiz information at http://vip.vetbiz.gov. PLEASE NOTE: The solicitation package and drawings were issued under Solicitation VA-255-10-RP-0506 on 24 November 2009. Amendment 0003 changed the solicitation number from VA-255-10-RP-0506 to VA-255-10-RA-0162 on 22 December 2009. This synopsis is being issued only to establish a RECOVERY ACT NOTIFICATION. No hard copies of the solicitation or drawings will be provided. Please email requests or questions to Lola.Feeney@va.gov and ensure that the subject line reads "VA-255-10-RA-0162".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA-255-10-RA-0162/listing.html)
 
Place of Performance
Address: 4101 S. 4th St. Trafficway;Leavenworth, KS
Zip Code: 66048
 
Record
SN02029699-W 20091224/091222235403-0a4944188e93ad7a7fa3bb83295315f7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.