Missouri Bids > Bid Detail
Z1DA--657-21-117JB Correct Deficiencies Identified During Triennial Testing - STL, Construction (VA-21-00104212)
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159369211192090 |
Posted Date: | Oct 27, 2022 |
Due Date: | Nov 11, 2022 |
Solicitation No: | 36C25523R0009 |
Source: | https://sam.gov/opp/6db4336f45... |
Active
Contract Opportunity
Notice ID
36C25523R0009
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Oct 27, 2022 06:50 am CDT
- Original Response Date: Nov 11, 2022 10:00 am CST
- Inactive Policy: Manual
- Original Inactive Date: Jan 10, 2023
- Initiative:
- Original Set Aside:
- Product Service Code:
-
NAICS Code:
-
Place of Performance:
Jefferson Barracks VAMC 1 Jefferson Barracks Dr St. Louis , MO 63125
Pre-Solicitation Notice
36C25523R0009
Project: FCA - Correct Deficiencies Identified During Triennial Testing
Project Number: 657-21-117JB
The Jefferson Barracks Division (VA Medical Center) of the VA Saint Louis Health Care System,
St. Louis Missouri has a requirement to correct deficiencies identified during triennial testing. The contractor will provide all labor, materials, tools, equipment, supervision and completely prepare site to perform the work for this project. This project will correct high-priority electrical deficiencies identified during FY2019 Triennial Electrical Testing required under VHA Directive 1028.
Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, this construction project is a competitive total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project costs range is between $700,000.00 to $1,000,000.00.
The North American Industry Classification Code (NAICS) for this procurement is 238210 with a small business size standard $16.5 million. The duration of the project is estimated to be 180 calendar days after receipt of notice to proceed. This completion period includes submittals, final inspection, closeout documents, clean-up, and as-built-drawings.
Award will be made utilizing the Best Value Tradeoff Source Selection Process in accordance with Federal Acquisition Regulation Part 15. The successful prime contractor must perform no less than 25 percent of the labor for NAICS Code 238210.
Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions but reserves the right to hold discussions if necessary. In accordance with FAR 52.204-7, prospective contractors must be registered in SAM (System of Award Management) and in accordance with FAR 2.101, Veterans Affairs Acquisition Regulation (VAAR) 802.101, prospective Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses must be registered in SAM (System of Award Management) and in the Veterans Enterprise VetBiz Registry under the applicable NAICS. Firms may obtain SAM information at http://www.sam.gov and VetBiz information at http://vip.vetbiz.gov.
The solicitation, including specifications and drawings, will be posted to Sam at SAM.gov | Home on or about November 15, 2022. The offeror is responsible to monitor and download any amendments from the Sam website, which may be issued to this solicitation. Only one organized site visit will be scheduled, and attendance is encouraged for any responsible sources to submit an offer which shall be considered by Department of Veterans Affairs. The date, time, and place of the site visit will be posted in the solicitation documents. 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 Jennifer.Sotomayor@va.gov, and Kevin.Knight2@va.gov and ensure that the subject line reads "657-21-117JB FCA - Correct Deficiencies Identified During Triennial Testing .
36C25523R0009
Project: FCA - Correct Deficiencies Identified During Triennial Testing
Project Number: 657-21-117JB
The Jefferson Barracks Division (VA Medical Center) of the VA Saint Louis Health Care System,
St. Louis Missouri has a requirement to correct deficiencies identified during triennial testing. The contractor will provide all labor, materials, tools, equipment, supervision and completely prepare site to perform the work for this project. This project will correct high-priority electrical deficiencies identified during FY2019 Triennial Electrical Testing required under VHA Directive 1028.
Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, this construction project is a competitive total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The project costs range is between $700,000.00 to $1,000,000.00.
The North American Industry Classification Code (NAICS) for this procurement is 238210 with a small business size standard $16.5 million. The duration of the project is estimated to be 180 calendar days after receipt of notice to proceed. This completion period includes submittals, final inspection, closeout documents, clean-up, and as-built-drawings.
Award will be made utilizing the Best Value Tradeoff Source Selection Process in accordance with Federal Acquisition Regulation Part 15. The successful prime contractor must perform no less than 25 percent of the labor for NAICS Code 238210.
Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions but reserves the right to hold discussions if necessary. In accordance with FAR 52.204-7, prospective contractors must be registered in SAM (System of Award Management) and in accordance with FAR 2.101, Veterans Affairs Acquisition Regulation (VAAR) 802.101, prospective Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses must be registered in SAM (System of Award Management) and in the Veterans Enterprise VetBiz Registry under the applicable NAICS. Firms may obtain SAM information at http://www.sam.gov and VetBiz information at http://vip.vetbiz.gov.
The solicitation, including specifications and drawings, will be posted to Sam at SAM.gov | Home on or about November 15, 2022. The offeror is responsible to monitor and download any amendments from the Sam website, which may be issued to this solicitation. Only one organized site visit will be scheduled, and attendance is encouraged for any responsible sources to submit an offer which shall be considered by Department of Veterans Affairs. The date, time, and place of the site visit will be posted in the solicitation documents. 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 Jennifer.Sotomayor@va.gov, and Kevin.Knight2@va.gov and ensure that the subject line reads "657-21-117JB FCA - Correct Deficiencies Identified During Triennial Testing .
Attachments/Links
Primary Point of Contact
- Jennifer A Sotomayor
- jennifer.sotomayor@va.gov
- Phone Number 913-946-1144
Secondary Point of Contact
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.