Z1DA--Renovate Halls and Walls Basement and First Floor
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: Apr 27, 2023 12:04 pm EDT
- Original Published Date: Apr 26, 2023 04:25 pm EDT
- Updated Response Date: May 22, 2023 10:00 am EDT
- Original Response Date: May 11, 2023 10:00 am EDT
- Inactive Policy: Manual
- Updated Inactive Date: Sep 20, 2023
- Original Inactive Date: Aug 18, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z1DA - MAINTENANCE OF HOSPITALS AND INFIRMARIES
- NAICS Code:
- Place of Performance: Fayetteville , NC 28301USA
Description
PRESOLICITATION NOTICE
This is a Pre-Solicitation announcement to inform potential offerors of the Department of Veterans Affairs intent to advertise an Invitation for Bids (IFB) on Project #565-21-101; Renovate Halls and Walls Basement and First Floor Project at the Fayetteville VAMC. An Invitation for Bid (IFB) is planned to be issued on or about May 22, 2023. Contractor shall Renovate the corridors on the basement and first floor of Building 1. Renovate the corridors on the basement and first floor of Building 1. Renovation includes but is not limited to ceiling tiles, painting, wall protection, handrails, flooring, outlets and fixture covers, grills/louvers and modernizing of elevator facades, wayfinding signage, replacing speakers, storefronts, cabinetry, modernizing 2 stairwells, and replacing doors. See drawings and specifications for all required work. This project requires numerous phases in order to keep the facility and surrounding corridors open for use for the duration of the project. The expectation is almost all work shall occur between 5 p.m. Friday nights and be completed/cleared/clean and open for business Mondays by 6 a.m. The drawing set currently indicates over twenty phases. These phases were developed to minimize impact to facility operations and limit areas to what could possibly be accomplished over a weekend as outlined above. Only one phase can be expected to be allowed to occur at a time. Due to the restricted areas involved, the contractor must have materials on site (or off-site) and stored in conditions acceptable to manufacturer of approved materials to be able to be installed when ready. Restricted areas will also prevent storage of any excess materials inside the project area during construction. Only materials needed for immediate use can be expected to have room to be on site at any given time. This work will require a crew or crews to be coordinated in a well thought out plan to be able to have each phase completed and opened for use during normal Monday Friday business hours 7 a.m. to 5 p.m. This requires the contractor to have an approved phase schedule that covers all required work and disciplines and order with durations. Manufacturer required drying/cure times must be shown. The contractor will have a by-phase quality control plan that coincides with each phase plan to ensure all work is being done properly and tests/inspections are accomplished when required and document for the record. Each phase must address how the contractor will mobilize, access and handle infection control requirements. The North American Industry Classification Code (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction with a small business size standard of $39.5 million. The magnitude of this construction project is between $2,000,000 and $5,000,000. The Government intends to award a Firm Fixed Price Contract within 120 days from bid opening date. This acquisition is a 100% set-aside for qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB). Only offers from verified SDVOSBs registered in the VETCERT database (https://veterans.certify.sba.gov/) at the time of bid submission are eligible for consideration. Electronic email submissions only, no hard copy submissions will be considered. This notice is for informational purposes only and is not a request for submission of offers. No other information regarding scope, dates, etc. is available until issuance of the solicitation via Contract Opportunities at https://sam.gov. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the VA will provide no hard copies. The solicitation, consisting of various bid documents, specifications, forms, and drawings will be available for download from https://sam.gov on or about May 22, 2023. Further details of all dates and events, including site visit and bid due date, will be available in the solicitation. Contract Opportunities website is the ONLY official location to obtain solicitation information and documents. A bidders list is not maintained. Offerors are advised that they are responsible for obtaining all bid documents and acknowledging any amendments and should monitor the Contract Opportunities website for any changes to this announcement or pending solicitation. Prospective contractors shall complete electronic annual representations and shall be registered in SAM and shall be verified in VETCERT prior to submitting a bid. The eventual potential awardee shall also have on file a current VETS 4212 report filed at https://www.dol.gov/agencies/vets/programs/vets4212 (if applicable). Address all questions in writing to Contract Specialist Angelo Harris via email at angelo.harris@va.gov. No fax or telephone inquiries will be answered.
Attachments/Links
Contact Information
Contracting Office Address
- 100 EMANCIPATION DR
- HAMPTON , VA 23667
- USA
Primary Point of Contact
- Angelo Harris
- angelo.harris@va.gov
- Phone Number 910-488-2120
Secondary Point of Contact
History
- Nov 08, 2023 11:55 pm ESTSpecial Notice (Original)
- Sep 20, 2023 11:55 pm EDTPresolicitation (Updated)
- Jun 12, 2023 05:28 pm EDTSolicitation (Original)
- Apr 26, 2023 04:25 pm EDTPresolicitation (Original)