Similar Projects
Last Updated | 08/22/2022 04:03 AM |
Project Title | Albany VAMC Parking Lot & Traffic Marking Rehab/Striping |
Physical Address | View project details and contacts |
City, State (County) | Albany, NY 12208 (Albany County) |
Category(s) | Heavy and Highway |
Sub-Category(s) | Paving/Reconstruction, Sidewalks/Parking Lot, Site Development |
Contracting Method | Competitive Bids |
Project Status | Construction start expected September 2022 |
Bids Due | View project details and contacts |
Estimated Value | $100,000 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | General Description: Albany VAMC Parking Lot & Traffic Marking Rehab/Striping Project number: 528A8-22-824 The Contractor shall provide all Management, Supervision, Labor, Materials, Equipment, Tools, and Transportation to execute work for the Parking Lot & Traffic Rehab/Striping located at the Stratton VA Medical Center. This project is being solicited as a 100% TOTAL SDVOSB SET-ASIDE. The magnitude of construction per FAR Part 36.204 is between $25,000 and $100,000. NAICS code 236220 and small business size standard is $39.5 Mil. Offeror's must be verified in Vetbiz at the time of bid andcontract award. Failure to be both Verified by CVE and VetBiz prior to contract award will result in offerors proposal being deemed non-compliant. All offerors are urged to contact the CVE and submit documents to obtain CVE verification of their SDVOSB status if they have not already done so. In accordance with FAR 52.204-7, prospective contractors shall be registered in the SAM database prior to award of a contract. All Bidders/Offerors shall submit information regarding their current Experience Modification Rate (EMR) equal to or less than 1.0. This information will be obtained from the bidder's/offeror's insurance company and be furnished on the insurance carrier's letterhead. See full solicitation text for information related to pre-bid site visit, requests for information, bidding materials and public bid opening. See attached specifications and drawings for the required renovations. A site visit is scheduled for 1:00 pm on Thursday, August 11,2022. All prospective offerors are to meet in the lobby located at the main building and must be wearing a disposable surgical mask prior to entering as cloth masks are no longer allowed in the building. All offerors will be screened for COVID prior to entering the building. Terry Fraser is the Contracting Specialist, and all proposals must be submitted via email to the address specified in P12-Information regarding bidding material. In accordance with FAR 36.209 and VAAR 836.209 PROJECT BID ITEMS A single award will be made on the Base Bid. BASE BID: All work required in the construction documents (including but not limited to drawings, specifications, addenda, and contract documents). Fill in price SF 1442 BOX 17, BASE BID (use ink) BID SUBMISSION The following documents are to be included in the bid submission: (a) One (1) signed SF 1442 page 2, Offer page, with blocks 14-20c completed. (b) Acknowledgment of all amendments must be accomplished either via entering data in block nineteen (19) of the SF1442 or completing blocks fifteen (15) a, b, and c of the amendment and attaching it to Page of36C24222B0064 the SF 1442 Offer page. (c) One (1) original completed/signed SF24 Bid Bond and Power Of Attorney as required. (d) One (1) signed VA Notice of Limitations on Subcontracting - Certificate of compliance for services and Construction (e) One (1) signed Buy American Certificate (f) Safety or Environmental Violations and Experience Modification Rate: 1) All Bidders/Offerors shall submit the following information pertaining to their past Safety and Environmental record. The information shall contain, at a minimum, a certification that the bidder/offeror has no more than three (3) serious, or one (1) repeat or one (1) willful OSHA or any EPA violation(s) in the past three years. 2) All Bidders/Offerors shall submit information regarding their current Experience Modification Rate (EMR) equal to or less than 1.0. This information will be obtained from the bidder's/offeror's insurance company and be furnished on the insurance carrier's letterhead. 3) Self-insured contractors or other contractors that cannot provide their EMR rating on insurance letterhead may obtain a rating from the National Council on Compensation Insurance, Inc. (NCCI) by completing/submitting form ERM-6 and providing the rating on letterhead from NCCI. Note: Self-insured contractors or other contractors that cannot provide EMR rating on insurance letterhead from the states or territories of CA, DE, MI, NJ, ND, OH, PA, WA, WY, and PR will obtain their EMR rating from their state run worker's compensation insurance rating bureau. (g) Bidders are responsible for ensuring and verifying their bid and all required bid documents are received at the address designated in block eight (8) of the SF 1442 solicitation and by the date and time specified in block thirteen (13)a of the SF 1442 solicitation (subject to amendment). DELIVERY OF BIDS Due to COVID-19 concerns, there will not be a face-to-face public bid opening. In accordance with FAR 14.202-8, send all submission documents via email to terry.fraser@va.gov by 2:00 PM EST Friday, August 19, 2022. Bids received after this time may be rejected. All Contractors providing an electronic bid submission must still meet all requirements listed under "Bid Submission" in the solicitation. The bid opening and public reading of the bids will be via teleconference. Bidders may call 1-347-566-4838 at 2:15 PM EST and enter participant code 705 485 177# to join. The bid submission emails will be kept in an electronic folder unread until 2:15 PM EST when they will be opened and read to the public. **NOTE: PLEASE ALLOW AT LEAST 30 MINUTES FOR BIDS TO ARRIVE IN EMAIL** Page of36C24222B0064 After all bids have been read, the apparent low bidder shall submit the signed original copy of the bid and all required documents, including bonds via mail to: Department of Veterans Affairs Network Contracting Office 2 Attn: Terry Fraser 113 Holland Ave. Albany, NY 12208 Files should be in Adobe* PDF (Portable Document Format) Files: Size: Maximum size of the e-mail message shall not exceed five (5) megabytes. If the size limits are exceeded, the VA may not receive the file and/or you may not be considered. Only one email is permitted. This email should contain at least the following as separate attachments: One (1) signed SF1442 with amendments acknowledged. o Include response to FAR 52.204-8(2) (i) or (ii) Annual Representations and Certifications One (1) complete signed SF 24 Bid Bond and Power of Attorney. One (1) safety or environmental violations and experience modification rate. One (1) Class Deviation to Implement SDVOSB and VOSB Certification Requirements *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. |
||||
Details |
|
||||
Bidder's List | View project details and contacts | ||||
Prospective Bidders | View project details and contacts | ||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |