Skip to main content

An official website of the United States government

You have 2 new alerts

Z2DA--Repair & Replace Doors 539-22-202 - Small Business set aside

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 (Original)
  • Original Published Date: Nov 29, 2023 08:00 am EST
  • Original Response Date: Jan 16, 2024 01:30 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 15, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2DA - REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Cincinnati VAMC Cincinnati , 45220

Description

The Cincinnati VAMC, 3200 Vine Street, Cincinnati, OH 45220 and the Ft. Thomas Domiciliary, 1000 S. Ft. Thomas Avenue, Ft. Thomas, KY 41075 and Network Contracting Office (NCO) 10, intend to release an Invitation for Bid 36C25024B0002 for Repair and Replace Doors Project 539-22-202 on or about December 14, 2023. Unless additional notice is given or this notice is modified, the full solicitation, specifications, and drawings will be posted on Contract Opportunities (www.sam.gov). All general contractors and subcontractors employees shall comply with the VA security management program and obtain permission from the VA police, be identified by the project and employer, and be restricted from unauthorized access. SET-ASIDE INFORMATION: This solicitation is a 100% Set-Aside for Small Businesses. The Small Business must be small under the relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and verified on the following website: www.sam.gov, to be eligible for award. Offerors MUST ensure registration on this website are accurate, complete, and has not expired prior to bid opening and award date. An offeror s mailing list will not be maintained, therefore interested offerors should register in the interested vendor s section of this notice. Offeror must be able to provide Safety or Environmental Violations and Experience Modification Rate prior to award of a Construction Contract, must have at a minimum certification of not more than three (3) serious, 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. Project magnitude is between $500,000 and $1,000,000. The NAICS code is 236220 and the business size standard is $45 million. Duration of the project shall not exceed 730 calendar days from receipt of the Notice to Proceed (NTP). BONDS in form of Payment and Performance will be required. SITE VISIT: a one-time only site visit will be scheduled, and that information will be in the solicitation package. There will be two locations for the site visit (Cincinnati Campus and the Ft. Thomas Campus).

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