Skip to main content

An official website of the United States government

You have 2 new alerts

Z1DA--Upgrade Lobby Restrooms 610A4-21-105

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: May 13, 2022 08:50 am EDT
  • Original Published Date: Mar 21, 2022 01:59 pm EDT
  • Updated Response Date: May 25, 2022 11:30 am EDT
  • Original Response Date: Apr 15, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jun 14, 2022
  • Original Inactive Date: Apr 30, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z1DA - MAINTENANCE OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Department of Veterans Affairs VA Northern Indiana Health Care System Fort Wayne , 46805

Description

PRESOLICITATION NOTICE This document serves as notification of the upcoming solicitation for the Department of Veterans Affairs/Veterans Health Administration construction project, Upgrade Lobby Restrooms 610A4-21-205 located at: Northern Indiana Health Care System 2121 Lake Avenue Fort Wayne, IN 46805 Contractor shall furnish all supervision, tools, labor, materials, equipment, incidentals, and transportation necessary to upgrade Lobby Restrooms. A need was identified to update existing restrooms and create two new restrooms designed to meet the Architectural Barriers Act Accessibility Standards (ABAAS). This project will be conducted in phases as necessary to mitigate interruptions inaccessibility. All work shall be performed in strict accordance with the terms, conditions, specifications, and drawings of the solicitation (when available) and all applicable laws, codes, and regulations. This project will be 100% set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The North American Industry Classification Code (NAICS) used for this requirement is 238220, Plumbing, Heating, and Air-Conditioning Contractors - addition, alteration, and renovation, with a standard size of $16.5M. The magnitude of this construction project will be between $2,000,000 and $5,000,000. The VA will issue an RFP or IFB on or about March 28, 2022, via BETA.SAM.gov. A site visit will be scheduled - the date, time, and location will be posted in the solicitation. Dissemination of the solicitation, specifications, and drawings is limited to the electronic medium. An offeror s mailing list will not be maintained; interested offerors should register in this notice's interested vendor s section. The offeror must be able to provide Safety or Environmental Violations. Experience Modification Rate before award of a Construction Contract must have at a minimum certification of not more than three (3) severe, or one (1) repeat or one (1) willful OSHA or EPA violation(s) in the past three years, and a current Experience Modification Rate (EMR) equal to or less than 1.0. Details on obtaining and submitting this information will be in the solicitation package. The Contracting Officer (CO) will not be able to answer any questions about this notice. Questions will only be answered that are received by Request for Information (RFI) after the solicitation and drawings have been posted to BETA.SAM.gov. Do not contact the CO or COR for General Contractor Information. It is the responsibility of the Offeror to monitor and download amendments from BETA.SAM.gov, which may be issued to the solicitation. Do not contact the CO or COR to schedule a site investigation. The accepted final project shall be in accordance with final contract documents, applicable plans, and specifications.

Contact Information

Contracting Office Address

  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA

Primary Point of Contact

Secondary Point of Contact





History