Z1DA--Create Code Compliant Research Laboratory 657-23-113JB, Space in Building 1

Agency:
State: Missouri
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Mar 8, 2024
Due: Apr 24, 2024
Publication URL: To access bid details, please log in.
Follow
Z1DA--Create Code Compliant Research Laboratory 657-23-113JB, Space in Building 1
Active
Contract Opportunity
Notice ID
36C25524R0053
Related Notice
36C25524R0053
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
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)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 08, 2024 02:17 pm CST
  • Original Response Date: Apr 24, 2024 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z1DA - MAINTENANCE OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Jefferson Barracks VAMC St. Louis , MO 63125
    USA
Description
Pre-Solicitation Notice
36C25524R0053

FCA Create Code Compliant Research Laboratory Space in Building 1

Project Number: 657-23-113JB

Jeferson Barracks VA Medical Center, St. Louis Missouri, 63125 has a requirement for construction services for Project 657-23-113JB FCA Create Code Compliant Research Laboratory Space in Building 1
The contractor will provide all labor, materials, tools, equipment, supervision and completely prepare site to perform work for the project as required by solicitation documents, drawings and specifications.

GENERAL SCOPE OF WORK:

Work includes, but is not limited to, general construction and alterations necessary for creating two laboratory spaces and/or rooms. Contractor shall provide all supervision, tools, labor, materials, equipment, transportation, incidentals, and testing necessary to completely prepare site for building operations, including demolition and removal of existing structures, installation of new flooring, wall finishes, and ceiling, and furnish labor and materials and perform the work. Electrical Work: Work includes all labor, material, equipment, and supervision for removing existing devices, wiring and conduit, new lighting, power circuits, raceways and devices, new technology wiring, raceways, devices. Mechanical Work: Work includes all labor, material, equipment, and supervision for modifying existing outside air ducts and equipment, new ductwork and supply/return/exhaust distribution HVAC systems, new blower coil units, new exhaust fans, new HVAC controls and piping. Plumbing Work: Work includes all labor, material, equipment, and supervision for removal of existing sanitary, venting, domestic water piping and new sanitary/vent/domestic cold and hot water piping, new DI/Type 2/Type 1 water systems, new med air/CO2/N/LPG/vacuum systems and piping.

END OF GENERAL SCOPE OF WORK

Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, this construction project is a competitive total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code of 236220.

The project cost range is between $500,000 and $1,000,000. The North American Industry Classification Code (NAICS) for this procurement is 236220 with a small business size standard $39.5 million. The duration of the project is estimated to be 210 calendar days after receipt of notice to proceed. This completion period includes final inspection and clean-up. Award will be made utilizing the Best Value Selection Process in accordance with Federal Acquisition Regulation Part 15. The successful prime contractor must perform no less than 15 percent of the General Construction labor for the project. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions but reserves the right to hold discussions if necessary. The offeror is responsible to monitor and download any amendments from the SAM Business Opportunities (https://sam.gov/) website, which may be issued to this solicitation.

In accordance with FAR 2.101 and FAR 52.204-7, current (up to date) registration in System of Award Management (SAM) is required for prime contractors under the applicable NAICS. In accordance with the Veterans Affairs Acquisition Regulation (VAAR) 802.101, VetCert Registration is required to be complete for prospective (SDVOSB) contractors prior to the solicitation due date. Additionally, firms must have completed the VETS-4212 report for the Department of Labor. Firms may obtain SAM- information at http://www.SAM.gov, VETS 4212 information at http://www.dol.gov, and VetCert information at https://veterans.certify.sba.gov. The solicitation package and drawings should be available for download on or about March 25, 2024 and the proposal due date will be approximately 30 days after the solicitation is issued. An organized site visit will be scheduled, and the information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation or drawings will be provided; and telephone requests or questions will NOT be accepted. Please email requests or questions to James.Petrik@va.gov and ensure that the subject line reads " Project 657-23-113JB FCA Create Code Compliant Research Laboratory Space in Building 1

Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

LU24001 15 Feb 2024 31 Dec 2024 Small Ruminant and Meat Processing Facility

Lincoln University

Bid Due: 12/31/2024

Follow USACE St. Louis District - Procurement Integrated Enterprise Environment (PIEE) Solicitation Module

Federal Agency

Bid Due: 9/30/2024

Bid Title: Sanitary Sewer Service & Grinder Station Improvements Category: Construction Services Bid

City of Osage Beach

Bid Due: 11/02/2026

IFB 2024-04-1926-MH Queeny Park Hawk Ridge Trail Bridge Replacement IFB 2024-04-1926-MH Queeny Park

St. Louis County

Bid Due: 5/07/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.