SOLICITATION NOTICE
Z -- Project 541-21-506 Accessibility for AC 17 & 18 Fire Dampers Fire Dampers VAMC CLEVELAND
- Notice Date
- 5/21/2025 12:59:52 PM
- 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
- 36C25025B0035
- Response Due
- 6/5/2025 1:30:00 PM
- Archive Date
- 09/12/2025
- Point of Contact
- Lakeisha Jackson, Contract Specialist, Phone: (216) 447-8300 ext 49622, Fax: N/A
- E-Mail Address
-
Lakeisha.Jackson@va.gov
(Lakeisha.Jackson@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- The Louis Stokes Veterans Affairs Medical Center (LSVSMC) Cleveland, OH, has a requirement for Project 541-21-506, Provide Accessibility for AC 17 and 18 Fire Dampers . The Contractor shall provide all labor, materials, equipment, supervision, and any other items required to complete project Provide Accessibility for AC 17 and 18 Fire Dampers , at the Louis Stokes Veterans Affairs Medical Center, 10701 East Blvd., Cleveland, OH 44106, in accordance with the specifications and drawings. The Provide Accessibility for AC 17 and 18 Fire Dampers project will include all construction requirements shown or implied in the Drawings and Specifications to Provide Accessibility for AC 17 and 18 Fire Dampers . This is a multi phased project that will provide access to fire dampers within the return air shaft for HVAC Units AC 17 & 18 located from floors 2 through the penthouse of the Louis Stokes Cleveland VA Medical Center. This project will be solicited pursuant to the Veterans' First Program and Public Law 109-461 as a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.219-73 (d) (3), the SDVOSB Contractor is required to perform a minimum of (15%) of the construction work on the project. Duration of the project should not exceed One Hundred Sixty-Five (165) calendar days from receipt of the Notice to Proceed (NTP). A one-time only site visit will be scheduled, and that information will be in the solicitation package. Solicitation documents, including specifications and drawings, will be available electronically on or about June 10,2025, with bid opening approximately 30 days later, at the following website: www.sam.gov. **NOTE: Interested Bidders are strongly encouraged to register at www.sam.gov to receive notification of actions including posting of the solicitation and any amendments. By registering to Watch This Opportunity , you will be notified by e-mail of any new amendments that have been issued and posted. Bidders are advised to re-visit the website periodically to look for updates, as they are responsible for obtaining and acknowledging all amendments to solicitation prior to the time for receipt of offers are prescribed by Federal Acquisition Regulation (FAR) 52.214-3, Amendments to Invitations. Amendments to the solicitation will be posted at www.sam.gov. Paper copies of the amendment will NOT be individually mailed. All requests for information are required to be in writing to the Contracting Officer. No telephone inquiries will be accepted. It is the interested Bidders responsibility to be sure your questions were received in the contracting office for a response. Questions received after the cut off period will not be provided response. Questions may be emailed to Lakeisha.Jackson@va.gov. The Contracting Officer cannot guarantee that a response to e-mailed questions will be received. One Hundred and Twenty (120) day bid acceptance period will be required. Bond information: A 20% Bid bond must be submitted with bid. Performance bond and payment bond will be required from the Contractor receiving award. A pre-proposal conference shall be held at a date, time, and location to be provided in the solicitation. In accordance with VAAR 836.204, the magnitude of this project is between $250,000.00 and $500,000.00. Bidders must be listed in the Small Business Administration (SBA) Dynamic Small Business Search at https://dsbs.sba.gov/search/dsp_dsbs.cfm and currently registered in System for Award Management (SAM) at www.sam.gov to be eligible for award. Bidders MUST ensure registration in these websites are accurate, complete and have not expired prior to bid opening date. North American Industrial Classification Standard (NAICS) code assigned to this construction project is 236220, Commercial and Institutional Building Construction Contractors, with a small business size standard of $45.0 million. Contracting Office Address: Department of Veterans Affairs, Network Contracting Office 10 6100 Oak Tree Blvd., Suite 490 Independence, OH 44131 Point of Contact(s): Lakeisha Jackson, Contract Specialist (216) 447-8300 Ext. 49622 Lakeisha.Jackson@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/58f4b8b07053459aaadfd602879a1124/view)
- Place of Performance
- Address: Louis Stokes Veterans Affairs Medical Center 10701 East Blvd., Cleveland, OH 44106, USA
- Zip Code: 44106
- Country: USA
- Zip Code: 44106
- Record
- SN07451040-F 20250523/250521230044 (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 |