SOLICITATION NOTICE
Z -- 523A4-CSI-401 Cath Lab Site Prep
- Notice Date
- 3/31/2025 10:32:35 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24125R0074
- Response Due
- 5/15/2025 1:00:00 PM
- Archive Date
- 08/22/2025
- Point of Contact
- Heather M Libiszewski-Gallien, Contracting Officer, Phone: 413-584-4040 ext 6386
- E-Mail Address
-
heather.libiszewski-gallien@va.gov
(heather.libiszewski-gallien@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 523A4-CSI-401 Cath Lab Site Prep Design-Build Boston VA Medical Center, West Roxbury Procurement Number: 36C24125R0074 This is a pre-solicitation notice synopsizing an upcoming competitive solicitation satisfying the requirements of FAR 5.201 and FAR 5.203. A request for proposal (RFP) will be posted on or about 4/15/2025. The Boston VA Medical Center, West Roxbury has a requirement for a Firm-Fixed-Price Contract. It is the intent of this scope of work that a Design-Build Contractor shall provide Architect/Engineer professional services and construction services for site preparation for the for the installation of new equipment in the Cath Lab of Building #1 at the VA Medical Center (VAMC) West Roxbury, MA. This project will provide construction of utility services and finishes necessary in the designated locations to allow for the installation of an image-guided therapy system by the Equipment Contractor. The work shall include all labor, transportation, materials, apparatus, tools, equipment and permits necessary to provide for the renovation of the room, removal of the existing flooring, ceiling, sinks, casework, doors and installation of new flooring, ceiling, casework, doors, sinks, lighting, painting, patient lift system, med gas, lead line divider, and relocation of electrical work. Work is to be performed in accordance with the Statement of Work, Specifications, Drawings, Federal, State, and Local Codes. The total period of performance for both the A/E and Construction Services is 310 calendar days after the receipt of the Notice-to-Proceed. The magnitude of this project is between $1,000,000 and $2,000,000. The NAICS code for this procurement is 236220 and the size standard is $45 Million. The solicitation is being issued as an RFP under FAR Part 15. A bid bond is required, and the bid guarantee amount shall be at least 20 percent of the bid price but shall not exceed $3 million. This project is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses. All relevant solicitation documents, including specifications and drawings, may be accessed for download on the date of issue by conducting a search of Solicitation 36C24125R0074 on https://sam.gov/content/opportunities under Contract Opportunities. Any amendments to the solicitation will be posted solely to this website. It is the responsibility of the offeror to verify the number of amendments issued. All offerors must be registered in the System for Award Management (SAM): https://www.sam.gov/SAM/ SDVOSB firms must be verified by the SBA Veteran Small Business Certification (VetCert): https://veterans.certify.sba.gov/
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ef63433ba2744736b23cc025b02332d5/view)
- Record
- SN07391774-F 20250402/250331230045 (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 |