The Department of Veterans Affairs Syracuse Office, is looking for firms that are classified under one or more of the following socio-economic programs: SDVOSB, VOSB, HUBZone, 8(a), SDB, and/or WOSB to perform the work at the Syracuse VA Medical Centers Rome Outpatient Clinic in Rome NY. Firms must be a General Construction firm registered in CCR as a small business under the NAICS Code of 236220 (33.5Mil) and must demonstrate that they have the bonding capacity for a contract award between $250,000 and $500,000. The firms must also demonstrate their capability of performing 15% of the total work with their own forces.
The proposed contract will encompass work :
Remove all existing vinyl wall coverings, ceiling tile, corridor floor carpet, cove base and mastic in each awarded zone.
General Construction will also consist of, but not limited to, installation of new floor tile and cove base, wall restoration, and new ceiling tile. This renovation project will also include, but not limited to, the replacement and/or addition of wainscot wall protection, corner guards, door protection and ceiling light fixture additions.
The majority of dust and odor producing construction will be performed after clinic hours.
OPTION # 1: In addition to the Base Scope noted above, an Optional cost shall be submitted to include ALL the above stated scope of work within the Option #1 corridor area.
OPTION # 2: In addition to the Base Bid Scope noted above and Option #1, an Optional cost shall be submitted to include ALL the above stated scope of work within the Option #2 corridor area.
OPTION # 3: In addition to the Base Scope noted above, Option #1 and Option #2, an Optional cost shall be submitted to include ALL the above stated scope of work within the Option #3 corridor area.
The proposed solicitation for this work (competitive RFP) is planned for issue in MAY 2009 for award in JUNE 2009. Firms having the skills, qualifications and capabilities to perform this work are invited to provide information to contribute to this market survey effort to assist in planning for the method of procurement. Responses must include 1. Company Name, 2. Address, 3. Point of Contact, 4. Phone Number, Fax Number, and E-mail Address, 5. DUNS Number, 6. Evidence of Bonding Capacity provided by Surety, 7. Construction Experience as a Prime Contractor for Similar Size Projects and Complexity, 8. Demonstration of Capability of Performing 15% of the Work with their own forces. This information should be emailed to the contracting officer at
[email protected] by May 4 th. PHASE II of this project will be announced separately as RECOVERY project.
This is NOT a Request for Proposals and the Government is seeking information for market research purposes only. Firms failing to respond to this Request for Information will not be precluded from responding to the solicitation when issued. Firms responding to this RFI will need to respond again to a future separate FBO announcement of the anticipated procurement action in order to receive the solicitation documents.
Bid Protests Not Available