Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 3 PM
Solicitation
Chicago Illinois

Y1DZ--Construct Women's Health Clinic Project 537-327 Chicago, IL - Jesse Brown VAMC

Details

Solicitation ID 36C77625B0012
Posted Date 01 Jul 2025 at 3 PM
Response Date 04 Aug 2025 at 3 PM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office Pcac (36c776)
Agency Department Of Veterans Affairs
Location Chicago Illinois United states 60612

Possible Bidders

Cdw Government Limited Liability Company

Herndon Vernon hills Chicago

National Industries For The Blind

Wayne Earth city Alexandria

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Sign up to access Documents

Signup now

Page 1 of 1 INTRODUCTION: The Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) anticipates soliciting bids and subsequently awarding a single Firm-Fixed-Price contract for the construction of the new women s health clinic, second story addition of building 30 at the Jesse Brown VA Medical Center located at 820 S. Damen Ave., Chicago IL 60612. PROJECT DESCRIPTION: This will be a new construction of approximately 16,350 square feet. The project area/site is directly above a fully functioning clinical space on the first floor of building 30, which will need to remain operational during construction. This project does require phasing and some relocation of first floor services. The project will require both vertical and horizontal adjacencies providing a dedicated private entrance to the clinic with access control. Demolition will include all work that needs to be reconfigured. This includes demolition of existing roofing, new exterior wall openings to provide access to the additional space, as well as associated structural, fire protection, plumbing, mechanical, and electrical items that require alteration, relocation, or replacement. New work will include a new building shell and interior buildout at the second-floor level. Interior spaces generally consist of drywall assemblies finished with paints. A combination of Acoustical Ceiling Tile (ACT), and gypsum ceilings will be incorporated in the work. Flooring will be a combination of finish products including ceramic/porcelain tile and resilient tile; no carpet. Building services, structure, and the building envelope will be extended to facilitate all required utilities and systems including HVAC, domestic cold and hot water, sewer, electrical, data, and medical gases. ADMINISTRATIVE: The solicitation will be issued as a Invitation for Bid (IFB) conducted in accordance with FAR Part 14 and will be evaluated in accordance with the procedures listed in the solicitation. The solicitation will be advertised as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers received from other than SDVOSB concerns will not be considered. The applicable North American Industry Classification System (NAICS) code is 236220 with a size standard of $45 million. The solicitation is anticipated to be issued in the summer of 2025. The period of performance is approximately 708 calendar days from the issuance of the Notice to Proceed. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000 and $20,000,000. This notice is not a request for competitive offers. All questions must be submitted in writing to the issuing office via email to contract specialist, [email protected], and contracting officer, [email protected]. Telephone calls will not be accepted. -END-