Skip to main content

An official website of the United States government

You have 2 new alerts

Y1DA--36C77624R0109 Minor Construction - Day Treatment Center Topeka, KS

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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 (Updated)
  • Updated Published Date: Nov 21, 2024 12:55 pm EST
  • Original Published Date: Jun 18, 2024 03:19 pm EDT
  • Updated Response Date:
  • Original Response Date:
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 12, 2024
  • Original Inactive Date: Sep 25, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1DA - CONSTRUCTION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Colmery-O'Neil VA Medical Center 2200 Southwest Gage Boulevard Topeka , KS 66622
    USA

Description

Page 1 of 1 INTRODUCTION: The Department of Veterans Affairs (VA), Program Contracting Activity Central (PCAC) anticipates soliciting proposals and subsequently awarding a single, Firm-Fixed-Price contract for the Design-Bid-Build (DBB) Project #589-500 Construct Day Treatment Center at the Colmery-O Neil VA Medical Center (VAMC) located in Topeka, KS. PROJECT DESCRIPTION: The Contractor shall furnish all labor, tools, material, equipment, and supervision to construct approximately 4,016 SF of Day Treatment Center space and Parking spaces. Work includes general construction, abatement, necessary removal of existing structures construction, concrete (buildings only), steel, plumbing, HVAC, electrical, millwork, permanently mounted equipment, interior finishes, pavement, sidewalks, and certain other items. All project work shall be installed in accordance with all applicable standards available at time of installation to include published commercial specifications as well as standards and preferences expressed in this document. All installation details shall be fully coordinated with VA CO and on-site Contracting Officer s Representative (COR). Period of Performance for all work is 270 days. Contractor shall be responsible for meeting all fire, safety and VA standards as specified in Statement of Work, Drawings, and Specifications. All testing shall be provided to COR in digital and paper copies. All products shall be submitted on to COR and examples displayed prior to installation. Materials shall be onsite prior to starting the portion of the work. All utility outages shall be coordinated well in advance with the COR before notification time begins. Utility outages shall be reflected on the contractor s construction schedule. ADMINISTRATIVE: The solicitation will be issued as a Request For Proposal (RFP) conducted in accordance with FAR Parts 15, 19, and 36 and will be evaluated in accordance with the Lowest Priced Technically Acceptable (LPTA) procedures listed in the solicitation. The solicitation will be advertised as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers received from other than SDVOSB concerns will not be considered. The applicable NAICS code is 236220 with a size standard of $45.0 million. The solicitation will be issued around mid to late November 2024. This notice is not a request for competitive offers. The Magnitude of Construction is expected to be between $5,000,000.00 and $10,000,000.00. All questions must be submitted in writing to the issuing office via email to Mary.Sisson@va.gov. Telephone calls will not be accepted. -END-

Contact Information

Contracting Office Address

  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA

Primary Point of Contact

Secondary Point of Contact





History