Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2025 SAM #8479
SOLICITATION NOTICE

Y -- CON NRM Remodel Building 88 for CLC Space 653-25-100

Notice Date
2/11/2025 5:01:11 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26025R0039
 
Response Due
3/31/2025 10:00:00 AM
 
Archive Date
07/08/2025
 
Point of Contact
Ton J Knight, Contract Specialist, Phone: 206-762-1010 EXT 67948
 
E-Mail Address
toni.knight@va.gov
(toni.knight@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
GENERAL INFORMATION The Department of Veterans Affairs, Roseburg VA Medical Center, 913 NW Garden Valley Blvd, Roseburg, OR 97471 intends to release a Request for Proposal Solicitation for construction services to remodel Building 88 from the Substance Abuse Residential Rehabilitation Treatment domiciliary (SRRTP) to a Community Living Center (CLC) space. This remodel shall include remodeling within the building envelope (A, B, C, D, E Wings), work on exterior hardscape and softscape, a Tub-room, a building wide Nurse Call system, Oxygen supply and distribution system, and the installation of patient lifts as well as general construction work that is required to install these healthcare systems and components. Work shall include Mechanical, Electrical, Masonry, Seismic Non-Structural, fire systems, communication, Engineering, Commissioning and all such disciplines of work that will be required to install the systems and components for this project. All measurements, room square footages and quantities are estimated and shall be verified by the contractor. The North American Industry Classification System (NAICS) code of 236220 Commercial and Institutional Building Construction. The PSC (Product Service Code): Y1DA with a Small Business Size Standard of $45.0 million. The estimated magnitude for this project is between $2,000,000 and $5,000,000. Solicitation and material therein will be available tentatively on or about Thursday February 27, 2025. Material will include the Solicitation and accompanying documents such as: drawings which will be provided by the VA, Specifications and SOW. Responses to the Solicitation will be due approximately 30 days after issuance of the solicitation: Monday March 31, 2025 by 10AM. A formal Request for Proposal will be issued to the potential contractor tentatively 14 days after the closing date and evaluations have been completed. The duration of this project is 365 days. Location and points of contact for the site visit will be identified in the solicitation. The Government will NOT be providing paper copies of any solicitation, solicitation attachments or annexes, specifications, or drawings. The Government will NOT be reimbursing any costs associated with attendance or proposal preparation. Potential contractors must be certified in SAM (www.sam.gov) and visible/certified in Veteran Small Business Certification (VetCert Veteran Small Business Certification (sba.gov)) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror for this Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by VAAR 852.219-70 (d) (JAN 2023) as well as VA Notice of Limitations on Subcontracting for Construction that is established in VAAR 852.219-75. Also, the following Buy American Clause(s) will be incorporated into the solicitation and the contract upon award: 52.225-10 Notice of Buy American Requirement-Construction Materials, 52.225-9 Buy American-Construction Materials and 52.225-21 Required Use of American Iron, Steel and Manufactured Goods Buy American Statute Construction Materials will apply to any subsequent procurement action. Identify any supplies/products that may conflict with the Buy American requirements. Roseburg VA Medical Center is a working facility and phasing plans for minimizing downtime, and provisions for continuation of service during outages is critical to this project. Potential Offerors that are not registered in Sam.gov are advised to register in Sam.gov immediately in order to be eligible for award. The proposal requires applicants to have a UEI number. For information on how to register your company on https://sam.gov/content/home. The solicitation will be available only via the Internet at the following address: https://sam.gov/content/opportunities. Any amendments to this solicitation will not be mailed but will only be posted at the SAM.gov website. Offerors are responsible for obtaining solicitation & associated attachments from SAM.gov and acknowledging all amendments to any subsequent solicitation. NO paper copies of the solicitation & associated attachments will be made available.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a2a2468e5ead467fb4e63a6a29a130b2/view)
 
Place of Performance
Address: Roseburg VA Medical Center 913 NW Garden Valley Road, Roseburg 97471
Zip Code: 97471
 
Record
SN07339264-F 20250213/250212080326 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.