Skip to main content

An official website of the United States government

You have 2 new alerts

Y1DA--CON | 564-17-140 Renovate Med/Surg Inpatient Unit 2B

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 01, 2023 08:12 am CDT
  • Original Response Date: Nov 10, 2023 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 09, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Y1DA - CONSTRUCTION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Veterans Healthcare System of the Ozarks 1100 N. College Ave. Fayetteville , 72703
    USA

Description

Presolicitation Notice Page 1 of 3 SUBJECT* CON | 564-17-140 Renovate Med/Surg Inpatient Unit 2B GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 39216 SOLICITATION NUMBER* 36C25624R0024 RESPONSE DATE/TIME/ZONE 11-15-2023 14:00 CENTRAL TIME, CHICAGO, USA ARCHIVE 60 DAYS AFTER THE RESPONSE DATE SET-ASIDE SDVOSBC PRODUCT SERVICE CODE* Y1DA NAICS CODE* 236220 PLACE OF PERFORMANCE Veterans Healthcare System of the Ozarks 1100 N. College Ave. Fayetteville AR POSTAL CODE 72703 COUNTRY USA CONTAC T INFORMATION CONTRACTING OFFICE ADDRESS Department of Veterans Affairs G.V. (Sonny) Montgomery VAMC 1500 E. Woodrow Wilson Dr. Jackson MS 39216 POINT OF CONTACT* Contract Specialist Victor McNair victor.mcnair@va.gov 601-955-3428 *=Required Field Presolicitation Notice Presolicitation Notice Page 2 of 3 ADDITIONAL INFORMATION AGENCY S URL URL DESCRIPTION AGENCY CONTACT S EMAIL ADDRESS EMAIL DESCRIPTION Presolicitation Notice Presolicitation Notice Page 3 of 3 ____________________________________________________________________________ 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. The Veterans Healthcare System of the Ozarks (VHSO) has a requirement for Renovation of Med/Surg Inpatient Unit 2B, Project No. 564-17-140. The tentative date for issuing the RFP is on or around November 20, 2023, with proposals due approximately 30 calendar days later on-or-around December 21, 2023 (the RFP will state the exact time/date that proposals are due). The anticipated contract award date is approximately 30 calendar days or less after receipt of proposals. The recommended Contract Performance Period is 420 calendar days after issuance of the Notice to Proceed. Location of the work is Bldg. 1 at the Veterans Healthcare System of the Ozarks located in Fayetteville, Arkansas 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 project Scope of Work, Drawings, and Specifications. NAICS Code 236220 is applicable to this RFP and the Small Business Size Standard is $45M. The Construction Cost Range for this project (Magnitude of Construction) is between $5,000,000.00 and $10,000,000.00. Interested offerors are asked to please 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 36C25624R0024. The RFP will be posted and can be downloaded (without charge) from the SAM.gov website. Amendments to this 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 and certified by SBA to compete for federal contracts as a Certified Service-Disabled veteran-owned small businesses (SDVOSB) at the Department of Veterans Affairs under the VA's Vets First program. Information on SBA certification can be found at Veteran Small Business Certification (sba.gov). Information on SAM Registration can be found at https://sam.gov/. End of Document

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