Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

Y -- Project 506-10-122 - Relocate Cardboard Compactor

Notice Date
3/16/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA-251-10-IB-0164
 
Response Due
3/31/2010
 
Archive Date
6/29/2010
 
Point of Contact
Aaron S. LacyContracting Officer
 
E-Mail Address
Aaron Lacy, Contracting Officer
(Aaron.Lacy@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a pre-solicitation announcement for the Department of Veterans Affairs, VA Ann Arbor Health Care System Medical Center located in Ann Arbor, Michigan. An Invitation for Bid will be issued on or about April 5, 2010 for a construction project to Relocate Cardboard Compactor. This announcement is a total set-aside for Service Disabled Veteran Owned Small Business. The VA is seeking a Contractor to provide all labor, supervision, materials, and equipment necessary to perform the following work: Project 506-10-122 Relocate Cardboard Compactor as detailed in the contract drawings and specifications. This project will include, but is not limited to; architectural, mechanical, electrical, structural, and demolition (modification to existing area) work to construct a loading dock addition to accommodate both the existing cardboard compactor and an existing trash compactor unit. Several utilities will have to be run through an approved conduit underneath the new loading dock addition. Contractor shall relocate pump and all utilities for the cardboard compactor. The pump will be housed inside, next to the trash compactor pump and motor. The new loading dock addition will be constructed out of galvanized steel. See drawings for details on supports, beams, attachments, and site work. The contractor shall install around the perimeter of the loading dock addition a weather approved expansion joint where the dock meets the walls (see drawings for details). The top plate of the loading dock will be thick galvanized steel, perforated to allow water drainage. This galvanized steel plate will be a non-slip surface approved by resident engineer. The steel plate shall be spanned parallel to the dimension of 188, such that the flooring will span the shortest distance between the support columns.To accommodate the relocation of this unit, the curb will have to be moved east a certain distance (see drawings for details) and a drain will be made into a catch basin. The new curb will be cut flush with the new stairs to be installed. The existing light pole will have to be relocated (see drawings for details). The existing concrete will be saw cut and removed from the area be contractor. Contractor shall compact soil and pour concrete as specified (see site work drawings). An 8 concrete pad shall be installed to support the loading dock addition (see drawings for details). All concrete removed will be disposed of offsite by the contractor. Once site work and ramp construction are completed, contractor will have to relocate our cardboard compactor to the new site and hook up all utilities. Contractor will be given specifications, drawings, and a site utility plan to show underground utilities. All measurements and locations shall be field verified by the contractor. Completion time: 90 days from receipt of Notice to Proceed. Prior to commencing work, general contractor shall provide proof that an OSHA certified "competent person" (CP) (29 CFR 1926.20(b) (2) with 30-hour OSHA certification will maintain a presence at the work site whenever the general or subcontractors are present. Employees of general contractor or subcontractors shall have the 10-hour OSHA certified Construction Safety course and /or other relevant competency training, as determined by VA Contracting Officer with input from the ICRA team. This construction project is set-aside for Service-Disabled Veteran-Owned Small Business firms (SDVOSB). The North American Industry Classification Code (NAICS) for this procurement is 236220 and size standard $33.5 million applies. In accordance with FAR 36.204, disclosure of the magnitude of this construction project is between $25,000 and $100,000. The government intends to award a Firm Fixed Price Contract in May 2010. This notice is for informational purposes only and is not a request for submission of offers. No other information is available until issuance of the solicitation. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and VA will provide no hard copies. The solicitation, consisting of various bid documents, specifications, forms, and drawings will only be available for download at no charge at the Federal Business Opportunities (FBO) System website (http://www.fbo.gov) on or about April 5, 2010 with a due date to be specified in the Solicitation. Further details of all dates and events, including site visit and bid opening date, will be available in the solicitation. All interested bidders (prime contractors & subcontractors) should register at www.fedbizopps.gov so that others will know of your interest in participating in this procurement and for automatic receipt of updates and/or amendments. A Bidder's Mailing List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Bidder's responsibility to register at the FedBizOpps website. Bidders are advised that they are responsible for obtaining all bid documents and acknowledging any amendments, and should re-visit the FBO website periodically to check for any modifications to this notice, updates, or amendments without further notice from the VA. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov, shall be registered in the Central Contractor Registration (CCR) database at http://www.ccr.gov, and be registered at http://www.vip.vetbiz.gov prior to award of a contract. Prospective contractors are encouraged to obtain certification at VetBiz.gov. Address all questions in writing to the issuing office via email at aaron.lacy@va.gov or by fax to (317) 988-1809. No telephone inquiries will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA-251-10-IB-0164/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Ann Arbor Health Care System;2215 Fuller Road;Ann Arbor, MI
Zip Code: 48105
 
Record
SN02093783-W 20100318/100316235435-5f346499d362ffa7d99ebc03754d3563 (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.