Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:36C24623B0051
This document serves as notification of an upcoming solicitation for a construction project in accordance with (IAW) FAR 36.103 Project #652-17-901 and not a request for submission of offers. Funds ar...
This document serves as notification of an upcoming solicitation for a construction project in accordance with (IAW) FAR 36.103 Project #652-17-901 and not a request for submission of offers. Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror(s) for any cost. This is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). This is a Pre-Solicitation announcement to inform potential offerors of the Department of Veteran Affairs, Network Contracting Office 6 (NCO6) intent to publicize an Invitation For Bids (IFB) for Project # 652-17-901: Renovation 2C Clinical Improvement at the H.H. McGuire VA Medical Center, 1201 Broad Rock Blvd., Richmond, VA 23249, on or about October 7, 2023. Prospective contractors are advised that bids submitted in response to the solicitation must meet the criteria identified by Title 38 CFR , Part 74. Electronic mail submissions and hard copy submissions will be considered. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium and the VA will not provide any hard copies. The solicitation consisting of various bid documents, specifications, forms and drawings will be made available for download from the https://sam.gov website. Further details on all dates and events, including site visit and bid due date will be available in the solicitation. Contract Opportunities website is the only official locations to obtain solicitation information and documents. A bidders list is not maintained. Offerors are advised that they are responsible for obtaining all bid documents and acknowledging any amendments and should monitor the Contract Opportunities website for any changes to this announcement or pending solicitation. The SDVOSB concern agrees that during the performance of the contract they shall be verified and registered with the following: Department of Veterans Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU); Veteran Small Business Certification (VetCert) Program (https://veterans.certify.sba.gov); System for Award Management (SAM) Database (www.sam.gov); Comply with the limitation on subcontracting requirements in accordance with (IAW) VAAR Clause 852.219-73, VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Business; Comply with the prohibition of covered application(s) in accordance with (IAW) FAR Clause 52.204-27, Prohibition on a ByteDance Cover Application; At time of submission of their qualification and reporting to VETS 4212 Federal Contractor Reporting in accordance with FAR 52.222-37, Employment Reports on Veterans (https://www.dol.gov/agencies/vets/programs/vets4212); Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF 1442 is submitted shall result in elimination from consideration. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13 CFR 125.15 prior to contract award. The contract will be a Firm-Fixed Price construction contract with an estimated magnitude of construction for this project between $500,000 and $1,000,000 IAW FAR 36.204. The North American Industry Classification System (NAICS) code for this acquisition is 236220, Commercial and Institutional Building Construction with a size standard of $45 Million. Scope of work: This is a new requirement and being procured in accordance with Federal Acquisition Regulation (FAR) 36 and VA Acquisition Regulation (VAAR) 836 and VA Acquisition Manual (VAAM) 836 for the project. The contractor shall supply all labor, materials and supervision necessary to renovate and expand the 2C pain management wing at Hunter Holmes McGuire Hospital building 501 located at 1201 Broad Rock Blvd. Richmond, VA 23249 in accordance with the drawings and specifications. Contractor must comply with the current VA standards for hospital construction and patient care. Work shall include, but is not limited to demolition, architectural, electrical, (data cabling), plumbing, structural, and mechanical improvements, including replacement/new HVAC and controls, and asbestos abatement. Project Completion: The duration of the project is currently estimated at 200 calendar days from the issuance of a Notice to Proceed. Contact Information: Contracting Office Address: Primary Point of Contact: 100 Emancipation Drive Tonya Bradley Hampton , VA 23667 tonya.bradley@va.gov USA Phone Number: (757) 722-9961 Ext. 8807