Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
DOCUMENT

Z -- Const: FCA-Update HVAC, Toilets, Windows, PB - Attachment

Notice Date
9/21/2011
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VA Medical Center;VISN 15 Contracting Office;#1 Jefferson Barracks Drive;St. Louis, MO 63125-4199
 
ZIP Code
63125-4199
 
Solicitation Number
VA25511RP0443
 
Response Due
6/24/2011
 
Archive Date
10/15/2011
 
Point of Contact
Pat Czajkowski, Contracting Officer
 
E-Mail Address
e.czajkowski@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Award Number
VA255-C-2214
 
Award Date
9/15/2011
 
Awardee
DUNBAR MECHANICAL CONTRACTORS, LLC;4165 BRUNSWICK RD;MEMPHIS;TN;381332136
 
Award Amount
$2,855,000.00
 
Description
PRESOLICITATION NOTICE The Department of Veterans Affairs, VA Heartland Network 15, intends to issue a Solicitation for Construction Services for Project 657A4-10-205, FCA-Update Heating, Ventilation, and Air Conditioning Phase 10, Toilets Phase 3 and Windows, Bldgs. 2-6 which is located at the John J. Pershing VA Medical Center, 1500 N. Westwood Blvd., Poplar Bluff, Missouri. The SCOPE of WORK includes, but is not limited to: General construction, HVAC, architectural, plumbing, mechanical, fire protection, electrical, window replacement for Project 657A4-10-205, FCA - Update Heating Ventilation and Air Conditioning Phase 10, Renovate Toilets Phase 3 and Replace Windows Bldgs. 2-6 as required by drawings and specifications. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Heath Care and Information Technology Act of 2006, this construction project is a Total Set-Aside for Service-Disabled Veterans-Owned Small Businesses (SDVOSB). The estimated magnitude of this construction project is: "Between $2,000,000 and $5,000,000." The estimated performance period for completion of construction is 462 calendar days from Notice to Proceed (NTP). SCHEDULED OPENING & CLOSING DATES. This Solicitation will be available, on or about, 05-24-201 and the Proposals will be due, on or about, 06-24-2011. The issued Solicitation, including any amendments, shall establish the official opening and closing dates and times. Proposals received in response to this Solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15 for the Lowest Price Technically Acceptable Offer (LPTA). The award will be based on the evaluation factors contained in the solicitation. The government plans to award without discussions. NAICS CODE & SBA SIZE STANDARD: The North American Industry Classification System (NAICS) Code for this project is 236220 with a Small Business Size Standard of $33.5 Million. Offers from other than service-disabled veteran-owned small business concerns will not be considered and shall be rejected. All responsible sources may submit a proposal which shall be considered by the agency. PERFORMANCE OF WORK BY PRIME CONTRACTOR. At least Fifteen (15%) of the cost of the contract performance incurred for personnel must be spent on the concern's employees or the employees of other service-disabled veteran-owned small business concerns. An organized site visit will be included in the solicitation. 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 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. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to pauline.czajkowski@va.gov and ensure that the subject line reads "VA-255-10-RP-0443. (END OF SYNOPSIS)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25511RP0443/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-C-2214 VA255-C-2214_1 AWD.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=260028&FileName=VA255-C-2214-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=260028&FileName=VA255-C-2214-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02587556-W 20110923/110922001631-b5c5170822112ad89eafba5d07b24caf (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.