Indiana Bids > Bid Detail

Replace AHUs and Condensing Units 610A4-21-203

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159614766754142
Posted Date: Aug 14, 2023
Due Date: Nov 14, 2023
Solicitation No: 36C25023B0052
Source: https://sam.gov/opp/18c93c2313...
Follow
Replace AHUs and Condensing Units 610A4-21-203
Active
Contract Opportunity
Notice ID
36C25023B0052
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 14, 2023 11:15 am EDT
  • Original Response Date: Nov 14, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z1DA - MAINTENANCE OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Fort Wayne , IN 46805
    USA
Description

The Veterans Administration Indianapolis, 8888 Keystone Ave, Indianapolis, IN 46240, Network Contracting Office (NCO) 10, intends to release an Invitation For Bid (IFB) 36C25023B0052 for Project #610A4-21-203, entitled “Replace AHU’s and Condensing Units” on or about August 15, 2023. Unless additional notice is given or this notice is modified, the full solicitation, specifications and drawings will be posted on System for Award Management (SAM.gov).



All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access.



SET-ASIDE INFORMATION: This solicitation will be issued pursuant to the authority under Public Law 109-461 (38 U.S.C. 8127) and is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB). The SDVOSB must be small under the relevant North American Industrial Classification Standard (NAICS) code and MUST be registered and verified in the following websites: http://www.vip.vetbiz.gov and www.sam.gov, to be eligible for award. Offerors MUST ensure registration in these websites are accurate, complete and have not expired prior to award date. The VIP database will be checked both upon receipt of an offer and prior to award.



An offeror’s mailing list will not be maintained, interested offerors should register in the interested vendors section of this notice. Offeror must be able to provide Safety or Environmental Violations and Experience Modification Rate prior to award of a Construction Contract, must have at a minimum certification of not more than three (3) serious, or one (1) repeat or one (1) willful OSHA or EPA violation(s) in the past three years, and a current Experience Modification Rate (EMR) equal to or less than 1.0. Details on obtaining and submitting this information will be in the solicitation package.



Project magnitude is between $500,000.00 - $1,000,000.00. The NAICS code is 236210 and the business size standard is $36.5 million. In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.219-10(c) (4), the SDVOSB is required to perform a minimum of 25% of the construction work on the project.



Duration of the project shall not exceed 480 calendar days from receipt of the Notice to Proceed (NTP).



BONDS in form of Offer, Payment and Performance will be required.



SITE VISIT: a one-time only site visit will be scheduled, and that information will be in the solicitation package. The solicitation documents will be posted at www.sam.gov on or about January 13, 2023, with proposal due date approximately 30 days later. Dissemination of the solicitation, specifications and drawings is limited to electronic medium. All interested Offerors (primes & subcontractors) should register at www.fbo.gov so others will know of your interest in participating in this procurement and for automatic receipt of updates or amendments. An Offeror's mailing list WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offeror’s responsibility to register at the www.fbo.gov website.



The Contracting Officer (CO) will not be able to answer any questions pertaining to this notice. Questions will only be answered that are received by Request for Information (RFI) after the solicitation and drawings have been posted to SAM.gov. Do not contact the CO or COR for General Contractor Information. It is the responsibility of the Offeror to monitor and download amendments from FBO which may be issued to the solicitation.



Do not contact the CO or COR to schedule a site investigation.



Accepted final project shall be in accordance with final contract documents, applicable plans and specifications.


Attachments/Links
Attachments
Document File Size Access Updated Date
36C25023B0052 PreSol.docx (opens in new window)
25 KB
Public
Aug 14, 2023
file uploads

Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 14, 2023 11:15 am EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >