Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Z2DA--693-22-104 | Construct Women's Health Radiology Suite

Process Number 36C24422R0041

USA

Dates:


Notice ID:

36C24422R0041

Department/Ind. Agency:

VETERANS AFFAIRS, DEPARTMENT OF

Sub-tier:

VETERANS AFFAIRS, DEPARTMENT OF

Sub Command:

244-NETWORK CONTRACT OFFICE 4 (36C244)

Office:

244-NETWORK CONTRACT OFFICE 4 (36C244)

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

feb 10, 2022 04:00 pm est

Inactive Policy:

manual

Original Inactive Date:

may 11, 2022

Initiative:
  • None***--***

Classification:


Original Set Aside:

service-disabled veteran-owned small business (sdvosb) set-aside (far 19.14)

Product Service Code:

z2da - repair or alteration of hospitals and infirmaries

NAICS Code:

236220 - commercial and institutional building construction

Description:


Original Set Aside:

The Department of Veterans Affairs Medical Center, Wilkes-Barre, PA has a requirement for providing all labor, materials, tools, equipment, permits, testing, and reports required to: Address the design and construction services required for a complete renovation of Rooms C2-34, C2-35, C2-35A and C2-33A in conjunction with the installation of a new mammography imaging system under the National Acquisitions Center (NAC) program for High Tech Medical Equipment (HTME) acquisitions. The contractor will be required to work closely with/coordinate with the imaging system vendor during design and construction to ensure all building system renovations and utility services provided are satisfy the operational requirements for the new imaging system. The scope of work shall generally consist of professional A/E services for investigation of existing site conditions, engineering structural review/analysis, calculations, design drawings and specifications for all building modifications required for the installation of the new system. Construction includes all administration, supervision, project management, labor, materials, tools, equipment, permits, testing, reports and training for the building modifications required. The work area will primarily include rooms C2-34, C2-35, C2-35A, C2-33A and source utility service rooms/closets located in other immediate areas of building 1. All work shall at minimum be designed in accordance with all applicable Federal, State and Local Codes as well as applicable standards, reference publications, and code requirements contained within the VA Master Specifications. In the event of a discrepancy, the VA Specifications shall take precedence. The latest applicable VA Design Manuals and Specifications for this project shall be obtained at the VA Technical Information Website as per the below link and are incorporated within the work by reference: http://www.cfm.va.gov/til/spec.asp#01 Any work determined by the COR as having a significant impact on the daily operations of the facility shall be conducted on an after-hours. All work shall at minimum be provided in accordance with applicable Federal, State and Local Codes as well as applicable standards, reference publications, and code requirements contained within the VA Master Specifications. In the event of a discrepancy, the VA Master Specifications shall take precedence. The magnitude of this VA construction project is estimated to be between $250,000 and $500,000. Period of Performance will be approximately 180 calendar days after issuance of the Notice to Proceed. Set-Aside Information: This solicitation is a 100% service-disabled veteran small business set aside (SDVOSB). The SDVOSB must be registered and current in the following websites: www.sam.gov and https://www.vetbiz.va.gov/vip. Offerors shall ensure registrations in these websites is correct, current and valid. The NAICS code for this project is 236220 Commercial and Institutional Building Construction. The small business size standard is $39.5 Million. A pre-proposal conference and site visit will be held within two weeks after issuance of the solicitation. The exact date/time/location of the conference will be specified in the solicitation. The solicitation documents will be posted at the Contract Opportunities website at betasam.gov on or about January 15, 2021. Questions and additional information should requested via an email to the Contracting Officer, scot.plank@va.gov. Be sure to reference the synopsis/ solicitation number and project 693-22-104 in the subject line of the email.

Attachments / Links:


Document Size Updated date Download

Contact Information:


1010 DELAFIELD ROAD

PITTSBURGH , PA 15215

USA

Primary Point of Contacts:

Contract Specialist