Closed Solicitation · DEPARTMENT OF VETERANS AFFAIRS

    Z2DA--TUCK POINT AND SEAL AMBULATORY CARE ADDITION OF BLDG 1 PN:589A4-23-103,

    DEPARTMENT OF VETERANS AFFAIRS
    Sol. 36C25525R0037PresolicitationSet-aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)LEAVENWORTH, KS
    Closed
    STATUS
    Closed
    closed Mar 21, 2025
    POSTED
    Jan 27, 2025
    Publication date
    NAICS CODE
    236220
    Primary industry classification
    PSC CODE
    Z2DA
    Product & service classification

    AI Summary

    The Department of Veterans Affairs is seeking bids for the Tuck Point and Seal project at Ambulatory Care Addition of Building 1 (Project Number 589A4-23-103). The work includes sealant replacement, brick-and-mortar repairs, window cleaning and sealing, and installation of new weep covers. The project requires night shifts and must accommodate ongoing patient access. This presolicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC).

    Contract details

    Solicitation No.
    36C25525R0037
    Notice Type
    Presolicitation
    Set-Aside
    Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
    Posted Date
    January 27, 2025
    Response Deadline
    March 21, 2025
    NAICS Code
    236220AI guide
    PSC / Class Code
    Z2DA
    Contract Code
    3600
    Primary Contact
    James Petrik
    State
    KS
    ZIP Code
    66048
    AI Product/Service
    service

    Award information

    Awardee
    null
    Award Date

    Description

    THIS IS A PRESOLICITATION NOTICE ONLY PRESOLICITATION NOTICE- Tuck Point and Seal Ambulatory Care Addition of Bldg. 1. Project Number 589A4-23-103 Scope of work: The work scope for the ACA Building is as follows: Removal of existing sealants and replacement with new custom color-matched two-part urethane sealants installed using a new sealant manufactured approved backer rod. As noted on the prints, this sealant connects all face stone and stone caps. Complete brick-and-mortar replacement of roughly fifty square feet. Remove the existing weep rope and replace it with new stainless-steel weep covers. Clean, seal, and paint the windows and storefronts indicated on the drawings. Clean, seal, and paint the main entrance carport on Flag Avenue. The main entrance will require accommodating VA patients who will continue to use this entrance while work continues. Both carports will get box gutters lined with PVC roofing and seal the skylight s glass and metal roof systems. Removal of organic, dirt, carbon, and pollution on select stone, concrete, and brick to treat these areas with a water repellent. Recertification of the lightning protection system will be required at the box gutter areas. Contractor quality control person can double as a project superintendent and will be following the document s testing and reporting requirements. Project will require night shift work. Brick, Stone, and Weep Holes: The drawing shows that select Brick and Stone will have its adjacent sealant and weep rope replaced with new color-matched urethanes and stainless-steel covers. Typical Window / Storefront The framing and glazing will be wet-glazed, and the frames will be sealed using color-matched urethane sealants. These efforts will be coordinated by the contractor s quality control staff. Skylight work The framing and glass will be wet-glazed, and the frames will be sealed using color-matched urethane sealants. The standing seam roof will be treated, two-part urethane sealed and coated in a color-matched finish. The open box gutter will be lined with a new PVC roofing system. The existing roof drains will be inspected and tested. Project Phasing / Workflow Phases two to five are projected to be completed in 300 calendar days. This includes the noted weather delay days. It is imperative that when the weather conditions are outside of the manufacturer's specifications for material installation, work stops until those conditions can be met. The contractor quality control monitors all conditions that comply, and when not, the CQC can stop work and will notify the COR. The Estimated range to complete this work is $1,000,000.00 to $2,000,000.00, Pursuant to 38 USC 8127(d) and in accordance with Public Law 109-461, the Veterans Benefits, Health Care and Information Technology Act of 2006, VAAR 836.204, this construction project will be solicited as a Total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The North American Industry Classification Code (NAICS) for this procurement is 236220 (General Construction Contractors), with a small business size standard of $45 million. The duration of the project will be 300 calendar days from Notice to Proceed to include contract closeout. This period of performance includes submittals, all construction work, close-out documents, final inspection and cleanup of the premises and completion of as-built drawings. Award will be made utilizing the Lowest Price Technical Acceptable (LPTA) Best Value type. Source Selection Process in accordance with Federal Acquisition Regulation Part 15. Proposal submission instructions will be included in the solicitation package. The government plans to award without discussions. Offerors are responsible to monitor and download all Solicitation documents, Specifications, Drawings from the Sam contract opportunities website: https://sam.gov/content/opportunities and any amendments that may be issued for this solicitation. In accordance with FAR 52.204-7, Required SAM and in accordance with Veterans Affairs Acquisition Regulation (VAAR) 802.101, SBA Veteran Small Business Certification (VetCert) Registration, prospective contractors must be registered in SAM and in the SBA Vetcert databases under the applicable NAICS. Firms may obtain SAM information at https://sam.gov/content/home and SBA VetCert https://veterans.certifysba.gov. The solicitation package and drawings should be available for download on or about February 13,2025, and the proposal due date will be on or about March 17, 2025. An organized site visit will be scheduled, and the information will be made available at time of solicitation issuance. Only one site visit will be scheduled and interested offerors are highly encouraged to attend. No hard copies of the solicitation or drawings will be provided; and telephone questions will NOT be accepted. Please email questions to jeanette.Mathena@va.gov and james.petrik@va.gov ensure that the subject line reads " Tuck Point and Seal Ambulatory Care Addition of Building 1 Project Number 589A4-23-103, Solicitation Number: 36C25525R0037

    Key dates

    1. January 27, 2025Posted Date
    2. March 21, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Z2DA--TUCK POINT AND SEAL AMBULATORY CARE ADDITION OF BLDG 1 PN:589A4-23-103, is a federal contract award from DEPARTMENT OF VETERANS AFFAIRS. Review the award details including the awardee, contract value, and NAICS code.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.