SOLICITATION NOTICE
Z -- Lower Level Pharmacy Flooring Replacement IFB 553-25-500
- Notice Date
- 3/4/2025 7:20:58 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25025B0023
- Response Due
- 3/20/2025 12:00:00 PM
- Archive Date
- 05/19/2025
- Point of Contact
- Angelo D Vivio, Contract Specialist
- E-Mail Address
-
Angelo.Vivio@va.gov
(Angelo.Vivio@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 36C25025B0023 - Lower-Level Pharmacy Flooring Replacement - 553-25-500 VAMC Detroit, MI Page 3 of 3 This is a Pre-Solicitation announcement to inform potential offerors of the Department of Veterans Affairs intent to advertise for bids the project entitled Lower-Level Pharmacy Flooring Replacement Project No. 553-25-500 to be accomplished at the John D. Dingell Veterans Administration Medical Center (VAMC) located in Detroit, MI. An Invitation for Bid (IFB) is planned to be issued on or about March 20th, 2025. General: This project is at the John D. Dingell VA Medical Center located at 4646 John R. St. in Detroit, Michigan to provide and install ICRA barriers and meet VA ICRA requirements. The selected construction contractor will remove, prep, and replace the existing heat welded sheet flooring and coved borders with troweled polyurethane mortar system flooring located at the Lower-Level Pharmacy. Total floor area is approximately 766 S.F. Repairs shall include the Clean Room LL101, Non-Hazardous Buffer Area LL101A, HAC LL101B, Ante Room LL102, and Hazardous Buffer Area LL102A. The certified installation team will mechanically grind all accessible areas with dustless floor grinders. Prepare floor surface and install new flooring and integral 4 high cove per manufacturers specifications. Repairs shall include one or more of the following methods: Patch and paint all walls. Remove and reinstall wall mounted items. Move I.V. hoods from rooms to temporary storage area. Re-install hoods and recertify. VA will move furniture, computers, phone, supplies, and movable equipment. Thoroughly clean the area after floor installation. VA EMS will terminally clean rooms before moving items back in and pharmacy use. Work shall include the Clean Room LL101, Non-Hazardous Buffer Area LL101A, HAC LL101B, Ante Room LL102, and Hazardous Buffer Area LL102A. The certified installation team will mechanically grind all accessible areas with dustless floor grinders. Prepare floor surface and install new flooring and integral 4 high cove per manufacturers specifications. Period of performance is Twenty-One (21) calendar days from receipt of Notice to Proceed. The North American Industry Classification Code (NAICS) for this procurement is 236220 Commercial and Institutional Building Construction with a small business size standard of $45 million. Magnitude of cost for this project is between $25,000 and $100,000. The Government intends to award a Firm Fixed Price Contract within 120 days from bid opening date. This acquisition is a 100% set-aside for qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB). Only offers from verified SDVOSBs registered in the Vendor Information Pages (VIP) database (https://vetbiz.va.gov) at the time of proposal submission are eligible for consideration. This notice is for informational purposes only and is not a request for submission of offers. No other information regarding scope, dates, etc. is available until issuance of the solicitation via Contract Opportunities at beta.sam.gov. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the VA will provide no hard copies. The solicitation, consisting of various bid documents, specifications, forms, and drawings will be available for download from the Contract Opportunities website located at https://sam.gov on or about March 20th, 2025. Further details of all dates and events, including site visit and bid due date, will be available in the solicitation. Contract Opportunities website is the only official location to obtain solicitation information and documents. A bidders list is not maintained. Offerors are advised that they are responsible for obtaining all bid documents and acknowledging any amendments and should monitor the Contract Opportunities website for any changes to this announcement or pending solicitation. Prospective contractors shall complete electronic annual representations and shall be registered in the System for Award Management (SAM) at https://beta.sam.gov and shall be verified in the Vendor Information Pages located at https://vetbiz.va.gov prior to submitting an offer. The eventual potential awardee shall also have on file a current VETS4212 report filed at https://www.dol.gov/agencies/vets/programs/vets4212 (if applicable) and a current registration with the System for Award Management website located at https://sam.gov . Address all questions in writing to Contract Specialists Willona Harris at willona.harris@va.gov and Angelo Vivio via email at angelo.vivio@va.gov . No fax or telephone inquiries will be answered. END OF NOTICE
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/03e431ffa37448f9b67369773033dd44/view)
- Place of Performance
- Address: John D. Dingell VA Medical Center 4646 John R St., Detroit 48201
- Zip Code: 48201
- Zip Code: 48201
- Record
- SN07360321-F 20250306/250304230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |