Skip to main content

An official website of the United States government

You have 2 new alerts

Y1DZ--598-19-127 | CON | B104 Renovations - LETC

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: Solicitation (Updated)
  • Updated Published Date: May 17, 2024 10:42 am CDT
  • Original Published Date: May 17, 2024 10:36 am CDT
  • Updated Date Offers Due: Jun 18, 2024 01:00 pm CDT
  • Original Date Offers Due: Jun 03, 2024 01:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Aug 02, 2024
  • Original Inactive Date: Aug 02, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1DZ - CONSTRUCTION OF OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:

Description

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. This acquisition is for the renovation of Building 104 - LETC at the Eugene J. Towbin Healthcare Center. The anticipated contract award date is approximately 60 days or less after receipt of proposals. The recommended period of performance is 180 calendar days after issuance of the Notice to Proceed. Location of the work is at the Eugene J. Towbin Veterans Affairs Medical Center, 2200 Fort Roots Drive, North Little Rock, Arkansas 72114. Contractor shall furnish all supervision, labor, material, tools, and equipment to renovate approximately 10,557 SF to meet LETC requirements. Scope includes full replacement of all building restrooms and shower rooms, principally to conform to ADA/ABA accessibility requirements, the addition of a structural beam to provide adequate support for a large existing copier, and new flooring through all spaces. Mechanical upgrades are limited to providing a new cooling tower for the building, with a small number of unitary cabinets replaced as part of the restroom work described above. Work includes construction labor and supervision for architectural, mechanical, electrical, plumbing, fire protection, interior finishes work, and certain other items as required by provided construction documents 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 $500,000.00 and $1,000,000.00. 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. The RFP number for this project is 36C25624R0082. 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