SOLICITATION NOTICE
P -- 512A5-23-311 - Demolish Building 9H
- Notice Date
- 2/26/2025 8:54:57 AM
- Notice Type
- Presolicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24525B0005
- Response Due
- 3/25/2025 12:00:00 PM
- Archive Date
- 06/23/2025
- Point of Contact
- Brandon Parker, Contracting Officer, Phone: (410) 642-2411 ext.24006
- E-Mail Address
-
brandon.parker2@va.gov
(brandon.parker2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- PRESOLICITATION NOTICE for Solicitation No. 36C24525B0005: The Department of Veterans Affairs (VA) Perry Point VA Medical Center located at Perry Point, MD intends to issue an Invitation for Bids (IFB) to award a single, firm fixed price contract for Construction Services. This project consists of the contractor providing all labor, materials, equipment, permits, transportation, and supervision necessary for the construction services for Project Number 512A5-23-311 Demolish Building 9H. Work items under this task order include the following but is not limited to: Complete all demolition, repair, and replacement work as detailed in the attached construction drawings. All work and materials shall be in accordance with the attached construction specifications. Contractor shall be responsible for adherence to all VA and OSHA construction safety requirements pertaining to the project scope as described in the project drawings and specifications. Unless noted otherwise, all new surface repair work shall match the existing adjacent work as much as practical. Work Site Protection and Administration shall be included. Warranty on new work shall be good for a period of 1 year from date of completion per FAR unless otherwise stated. Removal and Disposal and/or recycling of all demolished building materials and construction waste per applicable regulations shall be included. Manifests/disposal/recycle tonnage must be summarized and reported to the COR. Hazmat materials shall be removed as shown in work area. Contractor to adhere to OSHA Lead in Construction standard (29 CFR 1926.62) for residual lead paint that may remain. All hazardous material manifests and Land Disposal Restrictions MUST be signed by an authorized VA representative before regulated material may be transported off-site. Contractor is responsible for all supplemental testing required (i.e.. TCLP) to profile and segregate waste streams. Contractor shall be responsible for all material deliveries, storage, and the coordination of deliveries. Over-height and over-weight restrictions are in place in one or all of the site access points. Contractor responsible for all temporary site operations facilities, including temporary utility connections, temporary worker restrooms/port-o-johns, field office, storage areas/CONEX boxes, etc. Contractor shall provide total site security measures including locking 8ft-high chain-link fence around entire site complete with privacy screening slats. Competition for this procurement is restricted to Service-Disabled Veteran Owned Small Businesses (SDVOSB). SDVOSB/VOSB Firms that submit bids on SDVOSB/VOSB set asides that are not verified will be deemed nonresponsive (Invitation for Bid). The magnitude of construction is $5,000,000.00-$10,000,000.00. The firm must be a general construction firm approved under NAICS: 238910, size standard: $19 million. The offeror shall obtain all necessary licenses or permits required to perform this work in the State of MD. Prospective contractors must be registered and current in the following websites: https://veterans.certify.sba.gov, and https://www.sam.gov to be eligible for award. Note for Joint Venture (JV) Offerors: In accordance with VAAR 852.219-73(f) joint ventures may be eligible so long as the joint venture meets the requirements of 13 C.F.R. 128.402. In order to comply with 13 C.F.R. 128.402(e) JV offerors must include in their Volume I, a certification signed by an authorized official of each partner to the joint venture, stating that the parties to the joint venture (1) have entered into a joint venture agreement that fully complies with paragraph (c) of 13 CFR ยง 128.402 and (2) will perform the contract in compliance with the joint venture agreement. Failure to submit the certification will render the offeror ineligible for award. There will be a pre-bid site visit for this project which will be held at the Perry Point VA Medical Center, Perry Point, MD 21902. All interested parties are encouraged to attend the site visit. The date of the site visit will be confirmed in the solicitation. Prospective contractors may acquire solicitation documents, which are only available in .pdf electronic format by registering and downloading plans and specifications from the Contractor Opportunities website. Solicitation documents will be available on or about 04/15/2025. Approximate bid opening date is 06/12/2025. Firm site visit and bid opening dates will be provided on the solicitation once issued. There will be a public bid opening. Bidders are advised that award will be made to the responsive/responsible bidder with the lowest price. The procurement is subject to availability of funds.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/83659dfa5c034277a50faab8b9e5803c/view)
- Place of Performance
- Address: Perry Point VA Medical Center 361 Boiler House Road Building 9H, Perry Point, MD 21902, USA
- Zip Code: 21902
- Country: USA
- Zip Code: 21902
- Record
- SN07354199-F 20250228/250226230038 (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 |