Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:36C24623B0050
PRESOLICITATION FOR PROJECT #652-20-117 Fisher House 1 Egress Stair (Construction) The contractor shall be responsible for performing all required work associated with the construction of an egress st...
PRESOLICITATION FOR PROJECT #652-20-117 Fisher House 1 Egress Stair (Construction) The contractor shall be responsible for performing all required work associated with the construction of an egress stair as defined in the specifications and drawings. The contractor shall provide all tools, labor, materials, equipment, supervision, professional services, and expertise required to perform general construction, alterations, electrical work, concrete work, masonry work, and certain other items as indicated in the construction documents. The contractor shall manage and perform construction period services as further defined in the contract to include, but not limited to, permitting, demolition, construction, construction management, submittals, equipment, scheduling, inspection and testing, environmental protection, recording of (As-Built) drawings and project closeout. The contractor shall also develop a schedule demonstrating fulfillment of the contract requirements such as: Project Schedule, Contractor Quality Control, Work Breakdown Structure (WBS) Plan, Environmental Plan and all other plans listed including deliverables. The contractor shall keep the Project Schedule up to date in accordance with the requirements of the contract and shall utilize the plan for scheduling, coordinating, and monitoring work under this contract (including all activities of subcontractors, equipment vendors and suppliers). NAICS CODE: 236220 Commercial & Institutional Building Construction Standard Size: $45 Million Product Service Code: Z2FA - Repair or Alteration of Family Housing Facilities IAW FAR 36.204, the expected magnitude of construction is estimated to be between $250,000 and $500,000 COMPLETION TIME: All work shall be completed within 245 calendar days from receipt of the Notice to Proceed (NTP). This solicitation is anticipated to be a total Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. Solicitation material is expected to become available sometime around July 3rd, 2023. Prospective Offerors are encouraged to register on the www.sam.gov website so that they are notified of the issuance of the solicitation and any amendments. Bid will be due approximately one month after issuance of the solicitation. In accordance with FAR 52.204-7, System for Award Management, prospective contractors must be registered in the System for Award Management (SAM) under the applicable NAICS code. Contractors may obtain SAM information at https://www.sam.gov. To be eligible for award, contractors must be registered in the SAM database. Registration is free and potential offerors are encouraged to visit the SAM website. No contract can be awarded to any offeror not registered in SAM. As a total SDVOSB set-aside, interested offerors bust also be registered in SBA s Veteran Small Business Certification (VetCert) database in order to be considered for award. Registration is also free and potential offerors are encouraged to visit the VetCert website. Information can be found at https://veterans.certify.sba.gov. Questions concerning this announcement should be directed to Contracting Specialist Aaron Holmes using the email link provided above. Telephone requests for information or questions will NOT be accepted.