Skip to main content

An official website of the United States government

You have 2 new alerts

Z2DA--537-19-403 - 1.5T MRI Remodel - Construction

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: May 23, 2023 09:19 am CDT
  • Original Response Date: Jul 31, 2023 11:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 29, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z2DA - REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Department of Veterans Affairs Jesse Brown VA Medical Center Chicago, , IL 60612
    USA

Description

Solicitation No: 36C25223B0025 Project: 1.5 T MRI Remodel Project Number: 537-19-403 Location: Jesse Brown VA Medical Center in Chicago, Illinois This Pre-Solicitation Notice is NOT a request for submittals of any kind. This construction project will be set-aside for Service-Disabled-Veteran-Owned-Small-Businesses (SDVOSBs). Contractor must provide all tools, materials, components, labor, and supervision for renovation of a fully functional Radiology suite at Jesse Brown VA Medical Center. Work includes general construction, necessary removal of existing structures, millwork, permanently mounted equipment, interior finishes, and certain other items. All services related to the Statement of Work (SOW) shall comply with all applicable federal, state, and local codes and regulations, and VA Codes, Standards and Executive Orders including but not limited to Jesse Brown VAMC Construction Safety Policy, VA Infection Control Policy, Jesse Brown VAMC site-specific requirements and Standard Operation Procedures and all work will be provided with one-year parts and labor warranty from date of acceptance by the VA. Work is to be completed within 427 calendar days of receipt of a Notice to Proceed. In accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, pursuant to 38 USC 8127(d), competition is restricted to SDVOSB construction firms. The solicitation, which will be posted on https://sam.gov will include all drawings, plans and specifications related to this requirement and be issued on/about June 16, 2023, with bids due on/about July 31, 2023, IAW FAR 36.213-2. The offeror is responsible to monitor and download any amendments from https://sam.gov which may be issued for this solicitation. There will be a pre-bid site visit held for this project and all prospective offerors are encouraged to attend. Details of the pre-bid site visit will be included in the solicitation package. The project magnitude range is between $2,000,000 and $5,000,000. The North American Industry Classification System (NAICS) for this procurement is 236220 (Commercial and Institutional Building Construction); size standard $39.5 million applies. In accordance with VAAR 819.7003 (b), at the time of submission of offers, and prior to award of any contracts, the offeror must represent to the CO that it is a (1) SDVOSB eligible under VAAR Subpart 819.70; (2) Small business concern under the NAICS code assigned to this acquisition; and (3) SDVOSB listed as verified in VIP database at: https://vetbiz.va.gov/. In order to receive a contract, you shall be registered and current in SAM.gov. If you are not registered with System for Award Management (SAM) you may register online at https://www.sam.gov/.

Contact Information

Contracting Office Address

  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA

Primary Point of Contact

Secondary Point of Contact





History