Sign up to access Documents
Signup now
TITLE OF PROJECT: 657A4-24-305 - Install Urgent Care Elevator Two Solicitation 36C25525R0112 Scope of work: The General Description: The Department of the Veterans Affairs John J. Pershing VAMC, 1500 N Westwood Blvd Poplar Bluff, MO 63901 is seeking to award a single contract to a Service-Disabled Veteran Owned Small Business (SDVOSB) for the following tasks; shall install a 3-stop hydraulic elevator (P-8) within the existing vacant shaft in the Urgent Care lobby of the John J. Pershing VA Medical Center. The contractor will complete all necessary demolition, renovation, construction, and installations needed to provide a fully functional elevator. The contractor will install all elevator equipment and support systems outlined within the provided construction documents. The contractor will complete all renovations/modernizations to the existing elevator (P-7) as outlined within the construction documents. The contractor will complete all work in compliance with all applicable local, State, and Federal codes and regulations. Contractor will provide all labor, equipment, materials, supplies, and supervision required to successfully complete the project. END OF SCOPE OF WORK Contractor shall review any as-built drawings, specifications, and field verifications in conjunction with the performance of this project. Contractor will submit field drawings and materials as required by the specifications for the project. All project work shall be installed in accordance with all applicable standards available at time of installation to include published commercial specifications as well as standards and preferences expressed in this document. All installation details shall be fully coordinated with VA CO and on-site Contracting Officer s Representative (COR). Period of Performance for all work is 230 calendar days. The facility location is the John J. Pershing VA Medical Center, 1500 N. Westwood Blvd., Poplar Bluff, Missouri 63901. Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, this procurement is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The estimated cost magnitude is between $1,000,000 - $5,000,000. The North American Industry Classification Code (NAICS) for this procurement is 238290 Other Building Equipment Contractors with a small business size standard of $22.0 million. The duration of the project is estimated to be 230 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 Lowest Price Technically Acceptable Source Selection Process in accordance with Federal Acquisition Regulation (FAR) 15.101-2. 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 System of Award Management (SAM) Business Opportunities (https://sam.gov/) website, which may be issued to this pre-solicitation. In accordance with VAAR 852.219-75(a)(1)(iii), In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. In accordance with FAR 52.204-7, registration in SAM is required and in accordance with FAR 2.101, prospective contractors must be registered in SAM under the applicable NAICS code. Additionally, in accordance with the Veterans Affairs Acquisition Regulation (VAAR) 819.7003, only businesses verified under the applicable NAICS and listed in the small business administration (SBA) registry https://veterans.certify.sba.gov, shall be considered. Firms may obtain SAM information at https://www.sam.gov and VIP information at Veteran Small Business Certification at https://veterans.certify.sba.gov. The solicitation package and drawings should be available for download on or before July 11, 2025. 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. END OF NOTICE