Federal Bid

Last Updated on 07 Nov 2024 at 3 PM
Solicitation
Marion Illinois

Z2DA--657A5-23-110, Renovate 3B for Patient Privacy and Intensive Care Unit,

Solicitation ID 36C25525R0015
Posted Date 07 Nov 2024 at 3 PM
Archive Date 05 Feb 2025 at 5 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office 255-Network Contract Office 15 (36c255)
Agency Department Of Veterans Affairs
Location Marion Illinois United states 62959
Renovate 3B for Patient Privacy and Intensive Care Unit Marion VA Medical Center VISN 15 Marion, IL VA Project No. 657A5 23 110 Statement of Work: The subject project includes tasking to renovate the in patient care ward located in the B wing on the third floor of Building 1 at the Marion, IL VA Medical Center. Tasking includes the complete demolition of the current space and reconstruction of all systems, including: architectural, fire/life safety, mechanical, electrical, plumbing, telecommunications, and security. The 3B ward is approximately 7,000 square feet. Renovation will require a carefully coordinated phasing plan, infection control plan and implementation of temporary HVAC systems. The 3B ward is located directly adjacent to in patient care space that will remain operational during renovations. Work shall be coordinated to mitigate any potential negative impacts on patient care. This is a multi phased project requiring detailed coordination with the assigned Contracting Officer s Representative (COR) and VA staff to effectively retain functional and uncompromised patient care services. Coordination will also be necessary to effectively complete all tasking within the project duration indicated. The contractor shall provide all labor, materials, equipment, and expertise necessary to meet the requirements described in the construction documents. All work will be performed in accordance with the SOW, all local, state, and federal codes, the approved construction documentation, manufacturer specifications and all VA requirements. Performance Period: The contractor shall complete the work required in this Statement of Work (SOW) within five hundred and fifty (550) calendar days from Notice to Proceed (NTP), unless otherwise directed by the Contracting Officer. If the contractor proposes an earlier completion date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. Work is to be performed during normal working hours (7:00 am to 4:30 pm, Monday Friday) unless otherwise stated or required. Work at the government site shall not take place on Federal holidays unless directed by the Contracting Officer. General Contractor s employees shall not enter the project site without an appropriate badge. END OF STATEMENT OF WORK. 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) only. The project construction cost range is between $1,000,000 and $5,000,000. The North American Industry Classification Code (NAICS) for this procurement is 236220 with a small business size standard $45.0 million. The duration of the project is estimated to be 550 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 Part 15. The successful prime contractor must perform no less than 15 percent of the General Construction labor for NAICS Code 236220. 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 Contract Opportunities website, which may be issued to this pre-solicitation. 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 (System of Award Management) under the applicable NAICS. Additionally, in accordance with the Veterans Affairs Acquisition Regulation (VAAR) 802.101, VIP Registration prospective (SDVOSB) and (VOSB) contractors must be registered in the VIP database which is now the Veteran Small Business Certification (VetCert) under the applicable NAICS. Firms may obtain SAM- information at http://www.SAM.gov and VIP information at Veteran Small Business Certification (sba.gov). The solicitation package and drawings should be available for download on or before July 15, 2024 and the proposal due date will be on or about 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 [email protected] and ensure that the subject line reads " Renovate 3B for Patient Privacy and Intensive Care Unit, Project #657A5-23-110, Solicitation No. 36C25525R0015 .
Bid Protests Not Available