Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
DOCUMENT

Z -- Replace Automatic Transfer Switches St Cloud MN 100% SDVOSB Set Aside - Attachment

Notice Date
4/24/2012
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26312B0497
 
Response Due
6/8/2012
 
Archive Date
9/6/2012
 
Point of Contact
Kathryn Crowthers
 
E-Mail Address
Contract Specialist
(kathryn.crowthers@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Z - Replace Automatic Transfer Switches St Cloud MN 100% SDVOSB Set-aside The Department of Veteran Affairs Network 23 Contracting Office (NCO 23), on behalf of the St. Cloud VA Health Care System, 4801 Veterans Drive, St. Cloud, MN 56303 anticipates soliciting bids from certified Service Disabled Veteran Owned Small Businesses (SDVOSB) in NAICS Code 236220, Commercial and Institutional Building Construction. The planned project includes all labor, materials, tools and equipment required for the replacement of three automatic transfer switches for the St Cloud VA Health Care System backup generators, replacement of three Building 1 transfer switches, and the addition of a transformer and switch to supply a large 208 chiller for Building 1. The scope of planned construction includes but is not limited to: General Requirements, Concrete and Electrical. Construction will be in accordance with existing approved plans and specifications. This project is called "Upgrade Transfer Switches" and has project number 656-12-193. Interested parties shall note that a site walk is tentatively scheduled for Thursday, May 17, 2012. Confirmation of the site walk date and time will be included in any solicitation issued. Any acquisition that follows this pre-solicitation notice will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 14 - Sealed Bidding and Part 36 - Construction and A-E Contracting, and other applicable regulations. After bids are publicly opened, an award will be made with reasonable promptness to the responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and the price-relate factors included in the invitation. The estimated period of performance is 270 days from notice to proceed (NTP). Magnitude of Construction is estimated between $100,000 and $250,000. NAICS code is 236220, Commercial and Institutional Building Construction. Solicitation documents, including specifications and drawings, are planned to be issued on or about May 9, 2012. Proposals will be due on or after June 8, 2012 (exact date will be announced in the solicitation and will be no less than 30 days after an actual solicitation is issued). These dates are not firm and may change due to unforeseen events. Offerors are advised to closely watch www.fbo.gov for all communications related to this planned solicitation. This notice is for informational purposes only and is not an invitation for bids. The Government is not obligated to issue a solicitation as a result of this notice. No other information is available until issuance of the solicitation. No bidders list is maintained. All interested vendors are encouraged to register on this website. Prospective contractors shall note that this solicitation is planned as a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. Offerors must be verified as an SDVOSB in the Department of Veterans Affairs VetBiz system in order to be eligible for award (www.vetbiz.gov). Offerors must be registered in the Central Contractors Registration (CCR) database in order to be eligible for award. CCR registration must be current and active (www.bpn.gov/ccr). Online Representations and Certifications (ORCA) also apply to this solicitation (www.orca.bpn.gov). Bid, performance and payment bonds will be required. Contractors shall submit all questions as well as any noted solicitation ambiguities in writing, via email, to Contracting Officer Kathryn Crowthers, at: kathryn.crowthers@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26312B0497/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-12-B-0497 VA263-12-B-0497_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=327764&FileName=VA263-12-B-0497-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=327764&FileName=VA263-12-B-0497-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: St. Cloud VA Medical Center;4801 Veterans Drive;Saint Cloud;MN
Zip Code: 56303-2099
 
Record
SN02729639-W 20120426/120424235126-f3fc441a0bd8e06c622abaf59bb429ac (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.