Skip to main content

An official website of the United States government

You have 2 new alerts

Z1DA--Replace Dialysis Sanitary Lines

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Dec 03, 2024 02:52 pm EST
  • Original Response Date: Dec 18, 2024 04:30 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 16, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z1DA - MAINTENANCE OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Louis A. Johnson VAMC Clarksburg , 26301

Description

Solicitation No. 36C24525B0002: The Louis A. Johnson VAMC is acquiring contractor services for the provision of labor and materials to correct deficiencies related dialysis sanitary lines running from ICU rooms. All work shall be conducted per the requirements of this scope of work and all drawings and specifications. The contractor shall comply with all infection prevention measures as described below. Workdays are Monday-Friday excluding federal holidays, apart from any utility or operational shutdowns. All work must be completed within 90 calendar days, beginning on the first scheduled day of work, and concluding upon final cleaning and VA occupancy. Work hours shall be 5:00 pm-3:00 am (Afternoon Shift). Work to be phased in the lab area will be expedited and on a 7-day work schedule until completion of the phases. This project is located at the Louis A. Johnson VAMC, 1 Medical Center Dr., Clarksburg WV, 26301. Project Number is 540-24-111. Competition for this procurement is restricted to Service-Disabled Veteran Owned Small Businesses (SDVOSB). Only SDVOSB/VOSB Firms currently verified in Veterans Small Business Certification (VetCert) U.S. Small Business Administration (SBA) at https://veterans.certify.sba.gov. SDVOSB/VOSB Firms that submit bids on SDVOSB/VOSB set-asides that are not verified will be deemed nonresponsive (Invitation for Bid). Estimated construction cost range is $500,000.00 to $1,000,000. The firm must be a general construction firm approved under NAICS: 236220, size standard: $45 million. The offeror shall obtain any and all necessary licenses or permits required to perform this work in the State of West Virginia. Prospective contractors must be registered and current in the following website: https://veterans.certify.sba.gov to be eligible for award. A Joint Venture Agreement (JV Agreement) must be completed at the time of the bid opening and conform to JV requirements. JV Agreements shall be submitted with the bid. Bids will be accepted from only responsible and responsive contractors. There will be a pre-bid site visit for this project which will be held at Louis A. Johnson VAMC, 1 Medical Center Dr., Clarksburg WV, 26301. All interested parties are encouraged to attend the site visit. The date of the site visit will be confirmed in the solicitation. Interested parties must obtain a visitor s pass from the Police Security Office, additional information about temporary badging will be included in the solicitation. All questions generated from the site visit shall be submitted in writing to the contracting officer to robert.hallock@va.gov. Prospective contractors may acquire solicitation documents, which are only available in .pdf electronic format by registering and downloading plans and specifications from the SAM.GOV Contract Opportunities website https://sam.gov/content/opportunities. Firm site visit and bid opening dates will be provided on the solicitation once issued. There will be a public bid opening, and only mailed or hand delivered bids are going to be accepted. NO ELECTRONIC BIDS WILL BE ACCEPTED. Bidders are advised that award will be made to the responsive/responsible bidder with the lowest price. The procurement is subject to availability of funds.

Contact Information

Contracting Office Address

  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA

Primary Point of Contact

Secondary Point of Contact





History