Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:36C24124Q0023
This is a pre-solicitation notice synopsizing an upcoming competitive solicitation satisfying the requirements of FAR 5.201 and FAR 5.203. An invitation for bids will be posted on or about December 3,...
This is a pre-solicitation notice synopsizing an upcoming competitive solicitation satisfying the requirements of FAR 5.201 and FAR 5.203. An invitation for bids will be posted on or about December 3, 2023. This project s primary purpose is to relocate the police staff into a centralized location and to provide much needed clinical space in their correct location. The Contractor shall provide all the necessary labor, materials, coordination including coordination drawings and supervision for the work identified below. The work includes, but is not limited to: This project will include, but is not limited to, all work including construction administration, demolition, asbestos abatement, firestopping, doors & frames, metal framing, gypsum board, acoustical ceilings, dual window solar shades, flooring, painting, installation of a Variable Air Volume HVAC System, fire suppression, direct-digital controls, wiring devices, communications, telephone/data, fire alarm, aluminum windows, glazing, lighting (inclusive of tunable white lighting system), controlled access, etc. Work to be performed at VAMC Brockton in accordance with the Statement of Work, Specifications, Drawings, Federal, State, and Local Codes. Field verifies all existing areas, conditions, equipment, architecture and building systems associated with the project scope to accurately account for and bid on construction items. The Period of Performance for this project is 270 calendar days from the Notice to Proceed. The goal of this work is to Provide all professional construction services necessary to perform the relocation of the Police Service at the Brockton VAMC The magnitude of this project is between $1,000,000 and $2,000,000. The NAICS code for this procurement is 236220 and the size standard is $45 Million. The solicitation is being issued as an Invitation for Bids (IFB) under FAR Part 14. A bid bond is required, and the bid guarantee amount shall be at least 20 percent of the bid price but shall not exceed $3 million. This project is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses. All relevant solicitation documents, including specifications and drawings, may be accessed for download on the date of issue by conducting a search of Solicitation 36C24124Q0023 on https://sam.gov/content/opportunities under Contract Opportunities. Any amendments to the solicitation will be posted solely to this website. It is the responsibility of the offeror to verify the number of amendments issued. All offerors must be registered in the System for Award Management (SAM): https://www.sam.gov/SAM/ SDVOSB firms must be verified by the SBA Veteran Small Business Certification (VetCert): Veteran Small Business Certification (sba.gov) https://veterans.certify.sba.gov/