Skip to main content

An official website of the United States government

You have 2 new alerts

CON 564-17-108 | UPGRADE ROOF SYSTEMS | AMENDMENT 0003

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: Solicitation (Updated)
  • Updated Published Date: Oct 20, 2023 03:24 pm CDT
  • Original Published Date: Sep 15, 2023 11:49 am CDT
  • Updated Date Offers Due: Oct 31, 2023 05:00 pm CDT
  • Original Date Offers Due: Oct 16, 2023 05:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 15, 2023
  • Original Inactive Date: Oct 31, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2DA - REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fayetteville , AR 72703
    USA

Description

Amendment 0003 (10/20/23).  This amendment is to provide updated RFI responses, reload wage determination file, upload sign in sheets from both site visits, and add reference drawings and pictures.  The updated files can be located in the attachments tab under the following titles:

WAGE DETERMINATION WASHINGTON COUNTY 9-1-23

SITE VISIT SIGN IN SHEET II

SITE VISIT SIGN IN SHEET I

RFI RESPONSES UPGRADE ROOF SYSTEMS R2

MANHOLE COVER PHOTOGRAPHS

DRAWING- GRADING

STORM DRAINAGE PROFILE

**********************************************************************************************************************************

Amendment 0002 (10/6/23).  This amendment is to provide clarified RFI responses and will also remove the requirement for an Arkansas Contractor License from the statement of work.  An additional site visit has been scheduled for October 12, 2023 at 10:00 am local time and RFIs will be accepted until 10/16/23 at 5:00 pm local time.  The Wage Determination has been udated as well to the latest version dated 9-1-23. The RFP due date has been moved to October 31, 2023 at 5:00 pm local time.  The updated Statement of Work and RFI responses can be located under the attachments tab as "RFI RESPONSES UPGRADE ROOF SYSTEMS R1" and "SOW R1 UPGRADE ROOF SYSTEMS".

************************************************************************************************************************

Amendment 0001 (10/5/23).  This amendment is to provide responses to the RFIs recieved and to update the Aerial Photo to include approximate square footage. The RFI responses are available in the attachments tab under "RFI RESPONSES UPGRADE ROOF SYSTEMS" . The Aerial Photo is available in the attachment tab under "AERIAL PHOTO R1" No other changes are made via this amendment.

***********************************************************************************************************************************

This procurement will be issued as a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) through RFP procedures under FAR 15 and other FAR Parts and Subparts as applicable.  The Veteran Health Care System of the Ozarks (VHSO) has a requirement for Upgrade Roof Systems, Project  # 564-17-108.  The tentative date for issuing the RFP is on or around September 15, 2023 with proposals due approximately 30 calendar days later on or around October 16,2023.  The anticipated contract award date is approximately 30 days or less after receipt of proposals.  The recommended period of performance is 45 calendar days after issuance of the Notice to Proceed.  Location of the work is at the Veterans Health Care System of the Ozarks (VHSO), Main Campus, 1100 N. College Avenue, Fayetteville, AR, 72703.  The contractor shall provide all labor, materials, tools, equipment, expertise, administration, supervision, transportation, and anything else necessary to perform all work as described in the project Scope of Work (SOW), Drawings, and Specifications.  NAICS code 236220, Commercial and Institutional Building Construction is applicable to the RFP and the Small Business Size Standard is $45M.  The Construction Cost Range for this project (Magnitude of Construction) is between $100,000.00 and $250,000.00.  Interested offerors are asked to first read over the RFP and all its associated attachments/documents in their entirety prior to forwarding any questions to the Contracting Officer.  A cut-off time/date for receipt of questions will be established and listed in the RFP as well as a time/date for the scheduled Site Visit.  Only one Site Visit will be conducted and no requests for additional Site Visits or make-up Site Visits will be granted.  The RFP number for this project is 36C25623R0122 . The RFP will be posted and can be downloaded (without charge) from the SAM.gov website.  Amendments to the RFP will not be mailed, but will be posted at the SAM.gov website.  Offerors are responsible for obtaining the RFP (and associated documents/attachments) from the SAM.gov website and for acknowledging all amendments to the RFP. It is the responsibility of all interested offerors to check the SAM.gov website as necessary for any Amendments to the RFP (to include the day bids are due). In accordance with VAAR 819.7003 Eligibility, at the time of submission of a proposal, the offeror must represent to the Contracting Officer that it is a SDVOSB concern, that it is a small business concern under the NAICS Code assigned to the acquisition, and that it is verified for eligibility in the Small Business Association website (veterans.certify.sba.gov) and have the Veterans Small Business Certification. SDVOSB concerns must also be registered in the System for Award Management (SAM) database.

Contact Information

Contracting Office Address

  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA

Primary Point of Contact

Secondary Point of Contact





History